Safety Management Inspection (SMI)
ID: 69319525R000001Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL TRANSIT ADMINISTRATIONFEDERAL TRANSIT ADMINISTRATIONWASHINGTON, DC, 20590, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM EVALUATION/REVIEW/DEVELOPMENT (R410)

Set Aside

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

    The Federal Transit Administration (FTA) is seeking proposals from qualified small businesses for the Safety Management Inspection (SMI) Program, aimed at enhancing safety oversight for State Safety Oversight Agencies (SSOAs) and Rail Transit Agencies (RTAs). The procurement involves providing professional contractor support for safety inspections, oversight plan development, and technical assistance, with a focus on compliance with federal safety regulations. This initiative is critical for improving public transportation safety and ensuring effective enforcement of safety practices across transit systems. Interested contractors should contact Crystal Elliott at crystal.elliott@dot.gov or Stephanie Cooke-Nwadibia at stephanie.cooke-nwadibia@dot.gov for further details, with the anticipated contract value projected at $81,000 and a submission deadline for proposals to be determined.

    Point(s) of Contact
    Files
    Title
    Posted
    The Safety Management Inspection (SMI) Program's Attachment J-2 outlines a Past Performance Questionnaire necessary for evaluating contractors' performance in federal projects related to safety management inspections. The document specifies a rating system, mirroring the federal Contractor Performance Assessment Reporting System (CPARS), where performance is rated as Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory across various criteria. These include the quality of products/services, schedule adherence, cost control, management effectiveness, small business utilization, and regulatory compliance. Each rating must be justified with specific examples to provide a clear assessment of the contractor's capabilities. Evaluators are instructed to submit their findings by February 27, 2025, ensuring all comments are factual to minimize follow-ups. The questionnaire serves to collect essential data on contractor performance which may not have been documented in CPARS, highlighting its importance in ensuring accountability and quality in federal contracting.
    The document outlines a resume template for applicants responding to the Request for Proposals (RFP) regarding the Safety Management Inspection (SMI) Program, denoted by RFP/Solicitation Number 69319525R000001. It requires applicants to provide personal information including their name, labor category, qualifications summary, and work experience related to the position. Key components in the qualifications summary include years of experience, relevant certifications, skills with applicable software, education level, and any security clearances if necessary. The work experience section requires detailed descriptions of previous positions, including duties and responsibilities aligned with the proposal. The education section asks for specifics about the degree acquired, field of study, and the institution attended. Additionally, applicants are encouraged to list any relevant skills or achievements, certifications, and professional affiliations. This structured approach aims to collect comprehensive data on potential candidates to ensure their qualifications align with the requirements of the federal program, ultimately facilitating informed decision-making for contract awards in government projects.
    The Federal Transit Administration (FTA) is issuing a Request for Proposal (RFP) for professional contractor support in the Safety Management Inspection (SMI) Program, aimed at evaluating the State Safety Oversight Agency (SSOA) and Rail Transit Agency (RTA) during enforcement actions. This procurement is designated for small businesses and anticipates awarding multiple Indefinite Delivery/Indefinite Quantity contracts over a four-year period. Key tasks include developing oversight plans, conducting on-site inspections, and preparing reports that address safety deficiencies based on findings from inspections. The contract will encompass several Contract Line-Item Numbers (CLINs) addressing inspections, oversight plan development, document reviews, issuance of special directives, and technical support related to federal safety compliance. The document outlines specific deliverables, performance criteria, and personnel qualifications required for successful contractors, emphasizing adherence to federal safety regulations and standards. Overall, the RFP aims to enhance transit safety management processes while ensuring compliance with regulations, improving systems, and supporting the continuous assessment of safety practices within the public transportation sector.
    The Federal Transit Administration (FTA) is issuing a Request for Proposal (RFP) to procure professional contractor support for the Safety Management Inspection (SMI) Program. This program aims to provide senior-level technical assistance as the FTA assesses State Safety Oversight Agencies (SSOAs) and Rail Transit Agencies (RTAs) during safety enforcement actions. The RFP anticipates multiple contracts, set aside for small businesses, with a framework including a one-year base period plus three one-year options. Key activities under this contract include safety inspections, development of oversight and corrective action plans, on-site verifications, and technical support related to safety management. Contractors will be responsible for document reviews, creating inspection plans, preparing reports, and coordinating with FTA staff to address safety deficiencies. Personnel qualifications stress the need for extensive experience in safety management within transit systems. The program aims to enhance safety oversight, ensuring compliance with federal guidelines, while addressing identified safety concerns effectively. This initiative reflects the federal commitment to improve public transportation safety through rigorous oversight and action-oriented support.
    The document appears to be a government Request for Proposals (RFP), outlining specific obligations and qualifications necessary for contractors seeking to engage in a federal grants and state/local RFP context. While the content is largely obscured and lacks coherent information, it suggests a focus on procurement processes and compliance with regulations. It likely details requirements regarding submissions, including eligibility, documentation, timelines, and expectations for contractors. The presence of a senior contracting officer's signature indicates oversight and authority pertaining to the solicitation process, underscoring the importance of adherence to procurement policies. This RFP serves as a formal invitation for bids to ensure that governmental needs are met via contracting entities, reflecting federal governance procedures surrounding public procurement and resource allocation.
    The Federal Transit Administration (FTA) is prioritizing public transportation safety through the Safety Management Inspection (SMI) initiative, established under the Bipartisan Infrastructure Law (2021). This oversight program focuses on evaluating State Safety Oversight Agencies (SSOAs) and Rail Transit Agencies (RTAs) to address ongoing safety concerns and promote a robust safety culture. The contractor will support FTA in assessing safety processes, conducting inspections, and developing corrective action plans. Key tasks include creating inspection plans, developing and managing oversight protocols, and drafting Special Directives for addressing identified safety deficiencies. The comprehensive scope also involves continuous engagement with SSOAs and RTAs during the enforcement phase and monitoring the effectiveness of implemented corrective actions. The contractor is responsible for conducting document reviews, on-site inspections, and analyzing safety management practices while preparing detailed reports and recommendations. Travel and other direct costs associated with these evaluations will be reimbursed according to government guidelines. This structured approach aims to enhance the safety and reliability of public transit systems nationwide, ensuring compliance with federal regulations and ongoing safety improvements.
    The document outlines a federal contract proposal for labor hours and costs associated with multiple Contract Line Items Numbers (CLINs) spanning from August 27, 2025, to August 26, 2026. Key CLINs include Safety Management Inspection (CLIN 0001), Oversight Plan for Corrective Action (CLIN 0002), Document Review and On-Site Inspections (CLIN 0003), Special Directives (CLIN 0004), and Programmatic and Technical Support (CLIN 0005). Total labor hours for various labor categories, including Program Manager, Senior Investigator, Investigator, and Analyst, are detailed for each CLIN, with a cumulative labor total of 19,600 hours. Travel and Other Direct Costs (ODCs) are also mentioned but not quantified in the provided data. The projected total amount for the contract is noted as $81,000. This proposal highlights the labor distribution and budget allocation necessary for effectively executing critical management safety inspections and compliance oversight within federal guidelines. The document is structured methodically, providing a clear breakdown of labor categories and hours needed for project completion, consistent with standard procedures in government RFPs for funding approvals and allocations.
    The document outlines a Request for Proposals (RFP) concerning Safety Management Inspections (SMI) for transit agencies under the Federal Transit Administration (FTA). Key inquiries address current contract conditions, including the presence of incumbents, data sharing for risk assessments, inspection frequency, and the evaluation criteria for proposals. The FTA intends to assess offerors based on relevant past performance, particularly in transit safety and compliance with federal regulations. Contractors will be allowed to recommend modifications to safety oversight practices and assess innovations, while ensuring a minimum of 51% of the work is performed by the prime contractor. Security concerns are highlighted, including the requirement for personnel to potentially obtain security clearances. Deliverables will adhere to a strict reporting framework, and the contractor will handle stakeholder engagement under FTA direction. Costs may be adjusted based on fluctuating demands for inspections, and ongoing monitoring processes will be maintained. The anticipated timeline for task order issuance is within 60 days post-award, with the distinction of responsibilities for data accuracy and tool development clearly defined. This RFP aims to enhance safety oversight and compliance within transit systems while ensuring adherence to federal standards and fostering collaboration with transit agencies.
    The document addresses a funding opportunity related to federal and state grants and RFPs, responding to several inquiries. It confirms that the funding is not at risk of being cut by the new administration, indicating stability in the funding outlook. The agency anticipates making multiple awards, though specific information about the total funding amount is not available. Additionally, the expected range of funding for potential awardees remains variable and undisclosed. The overall tone of the document underscores the agency's commitment to providing support while adhering to confidentiality regarding financial specifics. This clarity on funding intentions highlights a proactive approach in facilitating grant allocation and support for prospective beneficiaries.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Engineering Assessment of Current and Future Vehicle Technologies
    Buyer not available
    The Department of Transportation, specifically the National Highway Traffic Safety Administration (NHTSA), is seeking proposals for an engineering assessment of current and future vehicle technologies through solicitation 693JJ925R000019. The primary objective is to evaluate Federal Motor Vehicle Safety Standards (FMVSS) to ensure they are aligned with advancements in automotive systems, requiring contractors to provide qualified personnel and resources for comprehensive data collection and analysis. This initiative is crucial for integrating advanced safety technologies into regulatory frameworks, thereby enhancing vehicle safety and compliance with federal standards. Interested parties can contact Christopher Clarke at c.clarke.ctr@dot.gov or 202-366-7274 for further details, with the contract expected to span five years under a Blanket Purchase Agreement (BPA).
    U.S. Department of Transportation Small Business Innovation Research Fiscal Year 2025 Solicitation
    Buyer not available
    The U.S. Department of Transportation (U.S. DOT) has announced a Phase I Program Solicitation for the Small Business Innovation Research (SBIR) Program, inviting small businesses to submit research proposals focused on transportation-related topics. The solicitation aims to foster technological innovation and commercialization in areas such as measurement devices, human factors assessment systems, AI-driven predictive maintenance for public transit fleets, and automated crash report data systems. This initiative is particularly significant for enhancing the national transportation system and promoting economic growth through small business participation, especially from disadvantaged and women-owned businesses. Interested firms can apply for funding of up to $200,000 over six months, with proposals due by March 7, 2025. For further inquiries, contact Tammy A. Taylor at tammy.taylor@dot.gov or call 617-494-3462. A Pre-Offer Webinar is scheduled for February 10, 2025, to assist potential applicants.
    Technical Expertise and Support Services for Design and Traffic Operations; Freight and Transportation Logistics; Intelligent Transportation Systems (ITS); and Transportation Performance Management (TPM)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking market research responses for potential contracts focused on Technical Expertise and Support Services in areas such as Design and Traffic Operations, Freight and Transportation Logistics, Intelligent Transportation Systems (ITS), and Transportation Performance Management (TPM). The objective is to identify qualified firms capable of providing these services, which are crucial for enhancing transportation efficiency and safety across the nation. Interested entities are encouraged to submit their experience and capabilities by March 4, 2025, with responses sent electronically to the primary contact, Eleanor Nielsen, at eleanor.nielsen@dot.gov, or the secondary contact, Amalia Rodezno, at amalia.rodezno@dot.gov. Participation in this market research will not affect eligibility for future contract awards.
    Transportation Service FLETC Artesia, NM
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC) in Artesia, New Mexico, is seeking proposals for transportation services, specifically targeting small businesses under a Total Small Business Set-Aside. The procurement aims to secure comprehensive transportation solutions, including project management, dispatch, vehicle cleaning, and shuttle services for a fluctuating daily student population from July 1, 2025, to June 30, 2026, with options for extensions up to June 30, 2030. This initiative is crucial for supporting the operational needs of law enforcement training programs, ensuring efficient and reliable transportation for personnel and students. Interested contractors must submit their proposals by March 20, 2025, and can direct inquiries to Nicholas Antal at nicholas.j.antal@fletc.dhs.gov or call 575-746-8332 for further details.
    Accelerating Market Readiness Program
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for its Accelerating Market Readiness (AMR) Program through a five-year open Broad Agency Announcement (BAA). This initiative aims to advance innovative transportation technologies that address critical gaps in safety, project delivery, infrastructure performance, climate sustainability, equity, and the use of digital twin technology. The program seeks to bridge the gap between research and practical application, encouraging participation from U.S.-based organizations, including small and disadvantaged businesses, with funding awards ranging from $300,000 to $600,000. Interested parties should submit white papers in response to individual calls posted in SAM, and for further inquiries, they can contact Kristen Hayes at kristen.hayes@dot.gov or Khadija Osman at Khadija.Osman@dot.gov.
    WMATA Call Order
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is planning to negotiate a sole source contract with the Washington Metro Area Transit Authority (WMATA) for the Mass Transit Benefit Program – Smart Benefits BPA. This program is crucial for managing transit benefits for federal employees in the Washington DC area, leveraging WMATA's SmartBenefits platform to facilitate the transfer of mass transit subsidies from employers to employees. WMATA is uniquely qualified to perform the necessary database management for this program, as supported by federal regulations allowing for competition exemption. Interested parties have 15 days to express their capability in writing, with the contract period running from June 8, 2022, to June 7, 2025, under contract number HC104722A0001. For further inquiries, interested parties may contact Sarah Thacker at sarah.a.thacker2.civ@mail.mil or Benjamin Cummings at benjamin.cummings6.civ@mail.mil.
    FEMA DOT Inspections and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking information from vendors capable of performing Department of Transportation (DOT) inspections and repairs for its Logistics Management Directorate’s fleet equipment located at Craig Field in Selma, Alabama. This Request for Information (RFI) aims to assess vendor capabilities in areas such as pricing for inspections, completion timeframes for 53-foot trailers, and employee retention versus subcontracting practices, without committing to any contract awards. The information gathered will support FEMA's ongoing efforts to enhance logistical readiness in disaster response scenarios. Interested parties must submit their capabilities statements in a specified format by February 24, 2025, and should direct inquiries to Edward Rudd at Edward.ruud@fema.dhs.gov.
    Enhancing Forecasting Practices to Improve the Quality of Travel Demand Models, Forecasts and Transportation Plans
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking information through a Sources Sought Notice to enhance forecasting practices aimed at improving the quality of travel demand models, forecasts, and transportation plans. The initiative focuses on conducting market research to identify suppliers, particularly small businesses, capable of fulfilling these requirements over an anticipated 36-month contract period. This effort is crucial for refining traffic forecasting methodologies, which will support data-driven transportation planning and investment decisions nationwide, in alignment with the implementation of IIJA Section 11205. Interested contractors are invited to submit a Capability Statement detailing their qualifications and proposed approaches by March 20, 2024, and can contact Carolyn Lethert or Donna Franzese for further information.
    RFI- FEMA Disaster Ops for Transportation Services (DOTS) VIPR
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking industry insights via a Request for Information (RFI) for disaster transportation services in Puerto Rico and the U.S. Virgin Islands (USVI). The objective is to gather capabilities from firms that can provide comprehensive transportation services for delivering critical Initial Response Resources (IRR), such as food, water, and medical supplies, to remote areas affected by disasters, addressing challenges related to damaged infrastructure and resource distribution. Interested contractors are invited to submit their capabilities packages by February 28, 2025, to assist FEMA in establishing effective disaster response logistics, with inquiries directed to Edward Rudd at Edward.ruud@fema.dhs.gov.
    Synopsis for Mobile Concrete Technology Center (MCTC) Program
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration (FHWA), is announcing its intent to solicit proposals for the Mobile Concrete Technology Center (MCTC) Program, which aims to advance concrete pavement technologies. This procurement is specifically set aside for small businesses under the 8(a) program and will support FHWA's objectives over a 60-month period, utilizing a Firm-Fixed Price and/or Time and Material/Labor Hour contract structure. The MCTC Program is vital for enhancing the quality, safety, and durability of roadways by providing technical support, resources, and training to state agencies and the concrete pavement community. Interested parties should register on the Contract Opportunities website for updates, as the solicitation is expected to be announced electronically in February 2025. For inquiries, contact Marcus Fowler at Marcus.Fowler@dot.gov.