WMATA Call Order
ID: 612571600Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)DEFENSE INFORMATION SYSTEMS AGENCYFORT MEADE, MD, 20755-0549, USA

NAICS

Mixed Mode Transit Systems (485111)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MOTOR CHARTER (V222)
Timeline
    Description

    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.

    Files
    Title
    Posted
    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 essential for administering transit benefits for federal employees in the Washington DC area, utilizing WMATA's SmartBenefits, a web-based platform that facilitates the transfer of mass transit subsidies from employers to employees. WMATA is deemed the only entity capable of performing the database management for this program due to its unique qualifications and capabilities. The justification for this sole-source contract is supported by federal regulations (10 USC 2304(c)(1) and FAR 6.302-1), allowing for competition exemption if only one source fulfills requirements. Interested parties have 15 days to express their capability in writing, even though no formal solicitation will be issued. The contract, initiated as a sole-source BPA, has an active period from June 8, 2022, to June 7, 2025, under contract number HC104722A0001, with WMATA categorized as a large business under the NAICS code 485111. The points of contact for further inquiries are provided within the notice.
    Lifecycle
    Title
    Type
    WMATA Call Order
    Currently viewing
    Special Notice
    Similar Opportunities
    Safety Management Inspection (SMI)
    Buyer not available
    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.
    NOTICE OF THE GOVERNMENT’S PROPOSED CONTRACT ACTION TO ISSUE A SOLE SOURCE AWARD FOR SENTRIS SOFTWARE
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, intends to issue a sole source contract to ManTech Advanced Systems International for SENTRIS software subscriptions and support. This contract, which will extend the current agreement set to expire on March 25, 2025, is critical for the DOD Chief Information Officer's Special Access Programs, ensuring that sensitive data is accessed only by appropriately cleared users and maintaining the integrity of classified information. The proposed action is not a request for proposals or quotes, and the government reserves the right to cancel the award. For further inquiries, interested parties can contact Brandon Mitchell at 703-695-4021 or via email at brandon.o.mitchell.civ@mail.mil.
    Toll Management Transponders Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking qualified vendors to provide toll management transponder services for the Pentagon Force Protection Agency (PFPA). The objective is to equip approximately 100 out of 115 fleet vehicles used by the Pentagon Police Division with automated E-Z Pass transponders, facilitating efficient access to toll roads without stops. This procurement is crucial for enhancing operational efficiency and managing transit-related costs for government operations, ensuring compliance and oversight through robust quality control and reporting systems. Interested vendors must submit their capability statements by February 25, 2025, at noon EST, and can contact Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or Barbara Middleton at barbara.a.middleton11.civ@mail.mil for further information.
    PROVIDE, INSTALL, AND MAINTAIN A 50 MBPS MINIMUM UP AND DOWN LAYER 2 POINT TO POINT BETWEEN 14900 PARK CENTRAL RD, CAMP # 3 WILLOW BLDG, THURMONT, MD 21788 AND FAA RADIO RELAY TOWER, 4213 SUITLAND RD SUITLAND, MD 20746
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a Layer 2 point-to-point telecommunications circuit with a minimum bandwidth of 50 Mbps between two specified locations in Maryland. The project requires contractors to ensure a service availability of 99.5%, rapid response to outages, and to conduct comprehensive acceptance testing, including throughput and latency tests, while adhering to strict safety and maintenance protocols. This initiative is part of DISA's efforts to modernize communication capabilities and enhance telecommunications infrastructure. Quotes are due by February 28, 2025, and interested parties can contact Shawn Arentsen or Amanda Romanitis via email for further information.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN CAMP #3 WILLOW BLDG, ROOM 203, 14900 PARK CENTRAL ROAD, THURMONT, MD AND BLDG SITE R, ROOM 3N48B, 450 HARBAUGH VALLEY ROAD, BLUE RIDGE SUMMIT, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 10GB wavelength service between two specific locations: Camp 3 Willow Building in Thurmont, MD, and Building Site R in Blue Ridge Summit, PA. The contract requires detailed compliance with technical specifications, including maintaining 99.5% service availability and ensuring physical separation from existing circuits, with a service delivery deadline set for July 16, 2025. This telecommunications service is critical for enhancing communication capabilities within military operations, emphasizing the government's commitment to robust infrastructure. Interested vendors must submit their proposals by March 18, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via email at jennifer.n.voss.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB DEDICATED SERVICE ON THE IQO BULLETIN BOARD,BETWEEN:(BLDG) 200; (RM) LAN; (FL) 5TH; 200 12TH STREET SOUTH;ARLINGTON, VA 22202/CCI B. (BLDG) 201; (RM) LAN; 6TH FL; 201 12TH STREET SOUTH;ARLINGTON, VA, 22202/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 1GB dedicated telecommunications service between specified buildings in Arlington, VA. The procurement requires compliance with federal regulations and technical requirements, including adherence to testing and acceptance protocols, with a service start date set for June 18, 2025. This service is critical for ensuring secure and reliable communications within the agency, emphasizing the importance of national security in telecommunications. Interested contractors must submit their quotes, which should include detailed technical performance metrics and firm-fixed pricing, by March 18, 2025, at 4:00 PM CT. For further inquiries, potential bidders can contact Benjamin Sparlin or Angelina Hutson via email at benjamin.r.sparlin.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    V129--SHUTTLE SERVICES OFFSITE - Base w/WD
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for shuttle services to support the Veterans Administration San Diego Healthcare System, with a contract value of approximately $19 million. The procurement requires the contractor to provide a minimum of eight 30-passenger buses and two ADA-compliant vans, operating Monday through Friday from 4:30 AM to 9:00 PM, with shuttle pickups every 15 minutes. This service is crucial for facilitating patient transportation between offsite parking and the healthcare facility, ensuring accessibility for all veterans, including those with disabilities. Interested vendors must submit their proposals by February 24, 2025, and direct any inquiries to Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED 10GB WAVE DISA IE1 BACKBONE TRUNK BETWEEN THE DISA IE1 SWITCH BLDG 2700, RM A1001, 1280 W INTRUDER ST, NASWI, WA AND THE DISA IE1 SWITCH BLDG 891, RM 145, 7879 WARDLEIGH RD, HILL AFB, UT.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain an unprotected transparent leased 10GB wave trunk between two military sites located at NAS Whidbey Island, WA, and Hill Air Force Base, UT. The project requires the establishment of a diverse fiber optic network with strict specifications, including a minimum separation of 50 meters from existing government service delivery points, and the use of single-mode fiber capable of supporting 10 Gbps transmission rates. This telecommunications infrastructure is critical for ensuring reliable and secure communications for government operations, with a service availability requirement of at least 99.5% and compliance with rigorous testing protocols. Interested vendors must submit their comprehensive price quotes by March 7, 2025, and ensure they meet the eligibility criteria, including a DITCO Basic Agreement, with the project completion deadline set for June 5, 2025. For further inquiries, potential bidders can contact Maxwell Jones or Dale Rupright via email at maxwell.s.jones.civ@mail.mil and dale.l.rupright.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED 10GB WAVE DISA IE1 TRUNK BETWEEN THE DISA IE1 ODXC SWITCH BLDG 2700, RM A1001, 1280 W INTRUDER ST, NASWI, WA AND THE DISA IE1 SWITCH BLDG 6071, SWITCH RM, N 16TH AND COLORADO AVE, JBLM, WA.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain an unprotected transparent leased 10GB wave trunk between two critical locations in Washington state: Whidbey Island Naval Air Station and Joint Base Lewis-McChord. The procurement requires contractors to ensure complete physical diversity from existing services, adhere to strict telecommunications standards, and deliver comprehensive technical documentation, including connectivity diagrams and performance metrics, to support mission-critical communications infrastructure. This initiative underscores the importance of reliability and security in government telecommunications, with a service deadline set for June 5, 2025. Interested parties should direct inquiries to Maxwell Jones or Dale Rupright via email for further details.
    PROVIDE, INSTALL, MAINTAIN 1GB ETHERNET BETWEEN BLDG SOUTH SOUND COMM MED HOME, (RM)120-COMM, (FL)1; 500 LILLY RD NE, SUITE 120; OLYMPIA, WA, 98506 & BLDG 6071, (RM)SWITCH; 6071 16TH ST & COLORADO AVE, JOINT BASE LEWIS/MCCHORD WA 98433-9500.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB Ethernet connection between the South Sound Community Medical Home in Olympia, WA, and Joint Base Lewis-McChord. Contractors are required to meet specific technical requirements, including configuring the Ethernet for jumbo frames, achieving a maximum transmission unit (MTU) of 9000 bytes, and ensuring a round-trip delay of no more than 10 milliseconds. This procurement is critical for enhancing telecommunications capabilities within the military infrastructure, ensuring reliable and efficient communication services. Interested contractors must submit their quotes by October 21, 2024, and are encouraged to engage in pre-award site surveys to ensure compliance with all technical specifications and requirements. For further inquiries, contractors can contact Tammy Basson at TAMMY.A.BASSON.CIV@MAIL.MIL or Dale Rupright at dale.l.rupright.civ@mail.mil.