Crash Preventability Determination Program Support
ID: 6913G625Q3152007Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY6913G6 VOLPE NATL TRANS SYS CNTRCAMBRIDGE, MA, 02142, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Transportation, through the Volpe National Transportation Systems Center, is seeking proposals for the Crash Preventability Determination Program Support under Request for Quotation (RFQ) 6913G625Q3152007. The objective is to assist the Federal Motor Carrier Safety Administration in evaluating crash data and determining crash preventability to enhance safety measures for commercial motor vehicle operations. This procurement is critical for improving regulatory compliance and identifying high-risk motor carriers through data analysis and program support. Interested small businesses must submit their quotations by noon on August 8, 2025, and can direct inquiries to Kayla Kuta at Kayla.Kuta@dot.gov. The anticipated performance period is from September 9, 2025, to September 8, 2026, with a total small business set-aside and applicable Service Contract Act wage determination rates.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Transportation, Volpe Center, seeks proposals for the Crash Preventability Determination Program Support under the Request for Quotation (RFQ) 6913G625Q3152007. This solicitation is entirely set aside for small businesses and follows specific federal acquisition regulations (FAR). Vendors must submit two-part quotations—technical and pricing—by noon on August 8, 2025. Proposals will be evaluated based on technical understanding, staffing plans, and past performance, with special emphasis on perceived value rather than solely price. Vendors must demonstrate expertise in crash data analysis to support the CPDP, adhere to defined project management protocols, and provide resumes for key personnel, ensuring their qualifications meet outlined requirements. The anticipated performance period is from September 9, 2025, through September 8, 2026. Vendors must be registered in the System for Award Management (SAM) and comply with all specified solicitation requirements to qualify for contract award. Key clauses and evaluation criteria are included to ensure compliance and successful contract execution, emphasizing the importance of technical merit over cost in determining the most advantageous proposal for the government.
    The Crash Preventability Determination Program Support document outlines a contract to assist the Federal Motor Carrier Safety Administration (FMCSA) in implementing its Crash Preventability Determination Program (CPDP). The primary objective is to promote safe commercial motor vehicle operations by evaluating crash data and determining a crash's preventability, thereby enhancing safety measures and regulations. The work includes reviewing crash reports, managing data analyses, conducting meetings, and supporting continuous program improvement. The contractor is tasked with providing expertise in crash eligibility and preventability assessments based on specific program standards, with deliverables including monthly progress reports and crash recommendations tracked in FMCSA’s systems. The contract period is from September 9, 2025, to September 8, 2026, requiring virtual or selected in-person attendance for team meetings and training. Performance requirements center around compliance with program standards, customer satisfaction, and timely deliverables. The document illustrates the importance of data analyses in achieving regulatory compliance and informs stakeholders about program improvements to efficiently identify high-risk motor carriers.
    This document is a Quotation Sheet from the U.S. Department of Transportation (DOT) Volpe Center, serving as a request for quotes rather than an official order. It is centered around obtaining firm fixed-price support services as outlined in the Performance Work Statement (PWS). The submission deadline for quotes is set for August 8, 2025. Key offerings include Task 1-3 support services for two periods: the first from September 9, 2025, to April 8, 2026, and an optional extension from April 9, 2026, to September 8, 2026. Each task will be compensated monthly, utilizing Service Contract Act (SCA) wage determination rates. Additionally, the document includes options for attendance at full team meetings and training events related to the project, both scheduled between June 30, 2026, and September 8, 2026. The structure consists of contact information for both the government and the contractor, along with line-item pricing details, specifying quantity, unit price, and total price for each task. This Quotation Sheet highlights the government's initiative to secure necessary services while adhering to established wage regulations and supporting future project development.
    The document outlines the Offeror Representations and Certifications required for commercial products and services as part of government contracting. It specifies the procedures for offerors, including whether annual certifications were completed in the System for Award Management (SAM). Definitions for key terms such as "economically disadvantaged women-owned small business" and "service-disabled veteran-owned small business" are provided, clarifying eligibility criteria for various classifications and certifications. Offerors must disclose whether they engage in restricted business operations, use sensitive technology, or are involved with any prohibited activities related to foreign entities, particularly Iran. The document mandates various certifications relating to tax compliance, labor practices, and child labor laws. A detailed section pertains to "Buy American" policies, requiring offerors to certify the domestic status of products offered. Additionally, offerors must verify their status regarding taxes and any involvement with felonies or debarments impacting eligibility. Overall, this provision aims to ensure compliance with federal regulations, protecting the integrity of government contracting processes and promoting small and disadvantaged business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Highway Infrastructure Engineering and Research Data Services (HIERD)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking proposals for the Highway Infrastructure Engineering and Research Data Services (HIERD) contract. This procurement aims to secure non-personal services that require multidisciplinary expertise in pavement, bridge, and highway infrastructure engineering, alongside data management, analytics, and web application development. The contract, structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, is crucial for enhancing the quality and accessibility of highway infrastructure research data through various FHWA InfoHighway portals. Interested small businesses must submit their proposals by the specified deadlines, with a guaranteed minimum contract value of $50,000 and a maximum ceiling of $8,000,000 over a performance period of 60 months. For further inquiries, potential bidders can contact Tamiko Aikens at tamiko.aikens@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Lenel Support Services Solicitation 693JK426Q500001 for DOT
    Buyer not available
    The U.S. Department of Transportation (DOT) is issuing a competitive small-business set-aside solicitation for Lenel Support Services, specifically targeting the procurement of Lenel OnGuard System technical support and related services. The contract will encompass a Firm-Fixed Price agreement for a base year commencing April 1, 2026, with four optional renewal years, and will require the contractor to be a Lenel-certified Federal Government Value Added Reseller (VAR) located in the Washington D.C. Metro Area. This initiative is critical for maintaining the DOT's physical security infrastructure, ensuring compatibility with existing systems, and providing essential software upgrades and 24/7 support services. Proposals from interested Lenel-authorized small businesses must be submitted by January 19, 2026, with inquiries due by December 7, 2025; for further information, contact James Mowery at james.mowery@dot.gov.
    Accelerating Market Readiness Program
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for the Accelerating Market Readiness Program, aimed at enhancing the integration of innovative technologies in highway transportation. This initiative seeks to address critical transportation challenges by inviting proposals that focus on six key innovation topics, including safety, project delivery efficiency, infrastructure performance, climate sustainability, equity, and advanced simulation techniques. The program is designed to foster collaborations among transportation organizations to conduct field tests and document results, ultimately advancing technologies to a market-ready status. Interested parties can reach out to Kristen Hayes at kristen.hayes@dot.gov or Khadija Osman at Khadija.Osman@dot.gov for further information. The solicitation is part of a five-year Broad Agency Announcement, with ongoing opportunities for submission.
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 2026.
    Shuttle Services BPA
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    Addressing Construction Needs for Ultra-High Performance (UHPC) Structural Elements
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking research proposals to address construction needs for Ultra-High Performance Concrete (UHPC) structural elements. The initiative aims to accelerate the adoption of UHPC in highway construction by developing standardized construction guidelines and overcoming key challenges associated with its implementation. This next-generation concrete technology is crucial for enhancing the resilience and modernization of infrastructure, particularly in bridge superstructure and substructure components. Interested parties should submit white papers by February 5, 2026, with anticipated awards ranging from $50,000 to $900,000, and a performance period not exceeding 30 months. For further inquiries, contact Raven Merchant at Raven.Merchant@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    RFP 693JF726R000002
    Buyer not available
    The Department of Transportation, through the Maritime Administration (MARAD), is soliciting proposals for RFP 693JF726R000002, aimed at providing career services and workforce development support for the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a 100% Total Small Business Set-Aside, encompasses a base year from April 1, 2026, to March 31, 2027, with four additional one-year options, focusing on individualized career counseling, job placement assistance, and workforce assessments to enhance the maritime workforce. This initiative is critical for maintaining a qualified maritime workforce and includes optional outreach to K-12 students to promote maritime education. Proposals are due by December 22, 2025, and interested parties should direct inquiries to Durba Ray at durba.ray@dot.gov, with all submissions and past performance questionnaires required to be emailed by the specified deadlines.
    Non-Personal Services Contract to Support the Infrastructure Research and Technology Deployment Program.
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking proposals for a Non-Personal Services Contract to support the Infrastructure Research and Technology Deployment Program. This procurement aims to engage professional engineering and technical support services that will enhance the deployment of innovative infrastructure technologies. Such services are crucial for advancing the nation's transportation infrastructure and ensuring the effective implementation of research findings. Interested parties can reach out to Marcus Fowler at Marcus.Fowler@dot.gov for further details regarding the contract, which is outlined in the attached documentation.
    USTRANSCOM SMALL BUSINESS
    Buyer not available
    The U.S. Transportation Command (USTRANSCOM), part of the Department of Defense, has issued a special notice regarding upcoming small business opportunities. Interested parties are encouraged to visit USTRANSCOM’s website to review the Procurement Forecast dated September 17, 2025, which outlines anticipated procurement needs for the Transportation Division for fiscal years 2026 and 2027. This forecast is crucial for small businesses looking to engage in contracts that support USTRANSCOM's mission in transportation logistics. For further inquiries, interested vendors can contact USTRANSCOM's Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL.