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
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 5, 2025, 12:00 AM UTC
  3. 3
    Due Feb 27, 2025, 2:00 PM UTC
Description

The Department of Transportation, through the Federal Transit Administration (FTA), is soliciting proposals 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 is specifically set aside for small businesses and involves multiple Indefinite Delivery/Indefinite Quantity contracts over a four-year period, focusing on tasks such as developing oversight plans, conducting inspections, and preparing reports to address safety deficiencies. This initiative is critical for ensuring compliance with federal safety regulations and improving public transportation safety nationwide. 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 proposals due by February 27, 2025, and a projected contract value of $81,000.

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.
Mar 5, 2025, 5:05 PM UTC
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.
Mar 5, 2025, 5:05 PM UTC
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.
Mar 5, 2025, 5:05 PM UTC
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
Technical Expertise and Support Services for FHWA Office of Safety
Buyer not available
The Department of Transportation, through the Federal Highway Administration (FHWA), is preparing to issue a Request for Proposal (RFP) for Technical Expertise and Support Services aimed at enhancing roadway safety. This procurement will be a multiple award Indefinite-Delivery, Indefinite Quantity (IDIQ) contract, with an estimated value of $58 million over five years, focusing on providing technical support, research, training, and operational assistance to achieve the FHWA's safety objectives. A Virtual Industry Day is scheduled for November 21, 2024, at 12:00 PM Eastern Time, where interested industry partners can learn more about the requirements and engage with FHWA representatives; RSVP is required by October 24, 2024. For further inquiries, interested parties may contact Monique Snow-Manning at monique.snowmanning@dot.gov or Carolyn Lethert at carolyn.lethert@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.
Landslide Repairs in The West Region C1
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is soliciting sealed bids from certified Small Business Concerns for the Landslide Repairs in The West Region C1 project in Puerto Rico. This project aims to address damages caused by Hurricanes Irma and Maria, involving extensive repairs along several highways, including embankment reconstruction, drainage system installation, and pavement reconstruction, with an estimated budget ranging from $10 million to $20 million. The initiative underscores the federal government's commitment to engaging small businesses in critical infrastructure repairs while adhering to federal regulations. Interested bidders can access bid documents online, with the anticipated release date around April 29, 2025, and must ensure registration in the System for Award Management (SAM) for eligibility and payment purposes. For inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
Evidentiary Property
Buyer not available
The U.S. Department of Transportation (DOT), through its Office of Inspector General (OIG), is seeking proposals for a Firm Fixed Price Blanket Purchase Agreement (BPA) to manage evidentiary property during investigations. The contractor will be responsible for transporting, handling, storing, and securing tangible evidence, ensuring compliance with federal regulations, and providing 24/7 access for OIG personnel. This procurement is crucial for maintaining the integrity and security of evidence, which is vital for effective investigations. Proposals are due by Thursday, June 5, 2025, with inquiries directed to Courtney Smith at courtney.smith.ctr@dot.gov and Robin Golden at robin.golden@dot.gov, and must reference “RFP: 693JK425R700002 Evidentiary Property” in the subject line.
Intersection Safety System (ISS) Prototyping
Buyer not available
The Department of Transportation, through the Federal Highway Administration (FHWA), is seeking organizations to provide prototypes for an Intersection Safety System (ISS) aimed at enhancing safety at intersections. The initiative focuses on developing innovative solutions that leverage sensor fusion and artificial intelligence for real-time conflict prediction and mitigation, addressing high-priority safety issues identified by public sector partners. This market research effort follows the Intersection Safety Challenge and emphasizes collaboration with public sector partners and access to testbeds for prototype assessment. Interested vendors are encouraged to submit capabilities statements by May 9, 2025, and can contact Alicia Dallas at alicia.dallas@dot.gov or (202) 366-0595 for further information.
Inspection, Testing, and Preventive Maintenance of Fire and Life Safety Systems at Various Washington DC Metro Locations DC
Buyer not available
The Court Services and Offender Supervision Agency (CSOSA) is seeking qualified contractors for the inspection, testing, and preventive maintenance of fire and life safety systems at various locations throughout the Washington, DC metropolitan area. The procurement aims to ensure the operational safety and compliance of fire protection systems, fire suppression systems, and fire extinguishers, with services including annual certifications, quarterly inspections, and 24-hour service calls. This initiative is critical for maintaining public safety and regulatory compliance, reflecting the government's commitment to structured procurement processes for essential maintenance services. Interested contractors should contact Kathleen Myers at kathleen.myers@csosa.gov, with the total estimated contract value being $22 million and evaluations based on past performance questionnaires due by May 8, 2025.
V212--Togus Special Mode Transport New
Buyer not available
The Department of Veterans Affairs is soliciting proposals from service-disabled veteran-owned small businesses to provide wheelchair van transportation services for eligible veteran beneficiaries within the Maine healthcare system. The contract is structured as a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) agreement with a five-year ordering period and a maximum award amount of $4.7 million, emphasizing the importance of reliable non-emergency transportation services for veterans. Key requirements include maintaining a 98% satisfaction rate, ensuring service availability seven days a week, and adhering to strict quality and safety standards, with queries due by April 24, 2025, directed to Contract Specialist David Roy at david.roy@va.gov.
S&RTS, Pacific Northwest (PNW)
Buyer not available
The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in the Pacific Northwest, specifically at the ports of Tacoma, Everett, Olympia, Grays Harbor, Washington, and Portland, Oregon. The contract, valued at approximately $47 million, aims to facilitate the import and export of Defense Transportation System (DTS) sponsored and non-sponsored cargo, ensuring operations are conducted with a focus on safety, efficiency, and customer service. This procurement is critical for supporting military logistics and operations in the region, with a performance period from August 1, 2025, to July 31, 2030. Interested contractors must submit their proposals by May 5, 2025, and can reach out to Melissa Romagno at melissa.s.romagno.civ@mail.mil or Cassandra A. Range at cassandra.a.range.civ@mail.mil for further inquiries.
DoD BUS CARRIER APPROVAL By DTMO
Buyer not available
The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.
AST Safety Engineering Support
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking industry feedback on a Draft Screening Information Request (SIR) for the AST Safety Engineering Support contract. This opportunity aims to gather insights from potential offerors regarding the requirements for advanced flight safety and system safety support, which are critical for ensuring public safety during commercial space launch and reentry activities. The contract will encompass a one-year base period with four additional option years, allowing for various task orders related to risk analysis, regulatory development, and safety evaluations. Interested parties are encouraged to submit their comments using the provided comment matrix by May 20, 2025, to the FAA's contracting office at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.