Intent to Sole Source - Rhomberg Sersa Rail Group for Ground Penetrating Radar
ID: 693JJ625Q000024Type: Special Notice
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL RAILROAD ADMINISTRATION693JJ6 FEDERAL RAILROAD ADMINWASHINGTON, DC, 20590, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; APPLIED RESEARCH (AJ12)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Transportation, specifically the Federal Railroad Administration (FRA), intends to award a sole source contract to Rhomberg Sersa Rail Group for the refinement of an event-driven Ground Penetrating Radar (GPR) data processing and reporting system on the FRA DOTX-220 inspection car. This project aims to enhance trackbed inspection data to complement existing track geometry exception data, incorporating an automated layer picking algorithm and a web portal for improved mobile access. The contract is valued at approximately $1,550,000 and includes a twelve-month base period with two additional twelve-month option periods. Interested parties who believe they can meet the requirements are encouraged to submit a statement of capabilities by 1:00 p.m. ET on September 8, 2025, to KeriAnne Gallagher at kerianne.gallagher@dot.gov.

    Point(s) of Contact
    KeriAnne Gallagher
    kerianne.gallagher@dot.gov
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    High Energy Rail (HE-Rail) Large-Scale Fixed Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking industry feedback through a Request for Information (RFI) regarding the procurement of High Energy Rail (HE-Rail) large-scale fixed Non-Intrusive Inspection (NII) systems. The objective is to gather insights on draft requirements that will enhance the capabilities for inspecting railcars and cargo to interdict contraband and improve border security, while ensuring compliance with Nuclear Regulatory Commission safety standards. This initiative is crucial for deploying advanced technologies that can effectively detect threats such as weapons and illegal substances, thereby bolstering national security. Interested parties are encouraged to submit their comments within fifteen calendar days using the provided response template to the designated contacts, Aga Frys and Kaitlin Merli, at their respective email addresses.
    REQUEST FOR INFORMATION (RFI)/INDUSTRY DAY ANNOUNCEMENT- PROCURMENT OF DESIGN AND PRODUCTION OF FLAT RAILCARS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking information from qualified contractors for the design and production of new flat railcars intended for the transportation of Active Inert Missiles. This Request for Information (RFI) aims to assess the market's capability to deliver these specialized railcars, as the current fleet is reaching the end of its operational life and must be replaced by July 1, 2031, to maintain uninterrupted transportation capabilities. Interested parties are encouraged to submit their capability statements, including proposed delivery timeframes for various contract line items, by 4:00 PM EDT on the specified closing date, with responses directed to Steven Junkins or Erin Kelley via their provided email addresses.
    Railroad Maintenance and Repairs
    Buyer not available
    The Department of Defense, specifically the Naval Facilities Engineering Command Mid-Atlantic, is seeking to extend a contract for railroad maintenance and repairs at the Naval Support Activity in Crane, Indiana. This procurement involves a five-month extension with seven one-month option periods for the existing requirements contract with Alltrack, Inc., which is crucial for maintaining the railroad trackage essential to base operations. The contract value will be increased by $700,000 to accommodate additional capacity during this period, with the follow-on procurement anticipated no later than August 7, 2023, or March 7, 2024, if all options are exercised. Interested parties can reach out to Carrie Grimard at carrie.l.grimard.civ@us.navy.mil or by phone at 812-854-6641 for further details.
    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.
    Intent to Single Source - Rail Tec Arsenal (RTA) For Climatic Wind Tunnel Testing
    Buyer not available
    The Department of Transportation, through the Federal Aviation Administration (FAA), intends to contract on a single source basis with Rail Tec Arsenal (RTA) for climatic wind tunnel testing related to electric vertical take-off and landing (eVTOL) vehicles. The FAA requires specialized testing to investigate operational safety risks associated with eVTOLs in icing environments, and RTA's facility is uniquely equipped with a large test section capable of simulating the necessary conditions for this research. This procurement is critical for advancing the safety and operational understanding of eVTOL technology, and interested parties may direct inquiries to Contracting Officer Harry Lutz at Harry.Lutz@faa.gov by December 10, 2025. Please note that this announcement is for informational purposes only, and no competitive solicitation will be issued.
    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.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    Ceiling Increase for Non-Personal Services Contract to Support the Intelligent Transportation Systems Joint Program Office IDIQ
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking to modify the existing non-personal services contract to support the Intelligent Transportation Systems Joint Program Office by increasing the IDIQ ceiling. This modification is crucial for ensuring continued support and development in transportation research and services, particularly in surface transportation, public transit, and rail systems. The contract is vital for advancing research and development initiatives within the transportation sector, reflecting the government's commitment to enhancing transportation infrastructure and technology. For further inquiries, interested parties can contact James Mikell at james.mikell@dot.gov or by phone at 360-619-7584.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    DRRS Sustainment and Maintenance Sole Source J&A
    Buyer not available
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.