Evidentiary Property 693JK425R700004
ID: 693JK425Q700002Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARYOIG OFFICE OF THE IMMEDIATE SECWASHINGTON, DC, 20590, USA

NAICS

General Warehousing and Storage (493110)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Transportation (DOT) is seeking proposals for the management, transportation, storage, and disposal of evidentiary property for its Office of Inspector General (OIG) under Request for Proposal (RFP #693JK425R700004). The selected contractor will be responsible for a nationwide program that includes accepting and transporting evidentiary property, conducting inventories, ensuring security, and providing regular reporting, all while adhering to federal regulations regarding hazardous materials. This procurement is critical for supporting investigations conducted by the OIG, ensuring the integrity and efficiency of operations related to evidentiary assets. Proposals are due by June 5, 2025, with inquiries directed to Courtney Smith or Robin Golden via email, and the anticipated contract will be structured as a Firm Fixed Price Blanket Purchase Agreement (BPA) with a five-year performance period.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Transportation (DOT), Office of Inspector General (OIG), issued a Request for Proposal (RFP #693JK425Q700002) for a Firm Fixed Price Blanket Purchase Agreement (BPA) aimed at managing evidentiary property during investigations. The BPA encompasses one base year and four optional additional years, focusing on tasks such as transporting, handling, storing, and securing tangible evidence. Proposals must include technical and pricing details aligned with the Statement of Work, with submission deadlines and contact information specified. The contractor will inventory accepted property, ensure security, and facilitate 24/7 access for OIG personnel. Monthly invoicing and annual risk assessment reporting are required, with the contractor responsible for compliance with federal hazardous material regulations and the provision of secure storage facilities. The contractor must maintain appropriate liability insurance and facilitate communication with OIG. The agreement emphasizes confidentiality, the importance of reliable record-keeping, and adherence to federal guidelines. The document incorporates standard acquisition regulations and specific DOT clauses to ensure compliance and operational efficiency throughout the contract duration.
    The U.S. Department of Transportation (DOT) is issuing a Request for Proposal (RFP#693JK425R700004) to solicit management support services related to the transportation, handling, and storage of evidentiary property for its Office of Inspector General (OIG). The selected contractor will enter into a Firm Fixed Price Blanket Purchase Agreement (BPA) encompassing one base period of 12 months and four optional 12-month extensions. Proposals will be evaluated based on technical capability and value. Key responsibilities include accepting and transporting evidentiary property, conducting inventories, ensuring security and appropriate storage, and providing regular reporting on risk management. Contractors must be compliant with federal regulations regarding hazardous materials and provide 24/7 access to DOT/OIG personnel for the property. Communication protocols will facilitate reliable interactions between the contractor and DOT/OIG. The contractor will also hold liability insurance sufficient to cover property damages. The BPA structure is designed to allow maximum flexibility in service provision while adhering to federal guidelines, highlighting a strategic approach to effectively manage evidentiary assets essential for investigations, reflecting a commitment to organizational integrity and operational efficiency.
    The U.S. Department of Transportation (DOT) issued an Amendment Notice for Request for Proposal (RFP #693JK425R700004) pertaining to the handling, transporting, and storage of evidentiary property required for investigations by the Office of Inspector General (OIG). This amendment includes a change of the RFP number and updates the point of contact to Maliha Habib. Proposals are to be submitted by June 5, 2025, via email, with specified formatting for the subject line. The document provides responses to multiple questions regarding contract specifications, including the handling of hazardous materials, insurance requirements, and the management of subcontractors. It highlights that the frequency of call orders and the types of evidentiary property can vary based on investigative needs and that the contractor must have flexibility regarding storage locations and potential transportation services. Clarifications include that approval processes for certain actions (e.g., subcontractors, inventory systems) are flexible, while others require specific compliance and communication with DOT-OIG. Overall, this RFP amendment aims to streamline the proposal process and clarify expectations for contractors handling evidentiary property in compliance with federal regulations and DOT standards.
    Lifecycle
    Title
    Type
    Evidentiary Property
    Currently viewing
    Solicitation
    Similar Opportunities
    Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for a contract titled "Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services." This Request for Proposal (RFP) seeks to procure advanced crash analysis technical support services to assist in the operation and maintenance of the FOIL, which conducts critical crash and impact tests for vehicles and roadside hardware. The contract will be structured as a 60-month Indefinite-Delivery-Indefinite-Quantity (IDIQ) agreement with a minimum value of $100,000 and a maximum ceiling of $18 million, utilizing Firm-Fixed Price (FFP) and Time and Materials (T&M) task orders. Interested parties should direct inquiries to Rochelle Infante at Rochelle.Infante@dot.gov, with questions regarding the RFP due by December 16, 2025, at noon ET.
    Vehicle Purchasing, Leasing, Transfer, Storage, Disposition, Parts Procurement, and Test Coordination Services
    Transportation, Department Of
    The National Highway Traffic Safety Administration (NHTSA), part of the Department of Transportation, is seeking qualified small businesses to provide comprehensive vehicle procurement, leasing, transfer, storage, disposition, parts procurement, and test coordination services. The contractor will support NHTSA's mission by acquiring vehicles for various crash tests and research initiatives, ensuring timely delivery, and maintaining meticulous records while coordinating with multiple testing laboratories. This effort is crucial for enhancing vehicle safety and reducing economic costs associated with traffic incidents. Interested firms must submit their Corporate Capability Statements to Michelle Shanahan at michelle.shanahan@dot.gov by the deadline of 10 calendar days from the publication date of this notice.
    Non-Personal Services Contract to Support the Infrastructure Research and Technology Deployment Program.
    Transportation, Department Of
    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.
    Justification for Other than Full and Open Competition
    Transportation, Department Of
    The Department of Transportation, specifically the Office of the Secretary, is seeking to procure Knowvation Software Licenses through a Justification for Other than Full and Open Competition. This procurement is focused on acquiring IT and telecom application development software, which is essential for enhancing operational capabilities within the department. The licenses will be utilized to support various applications and services critical to the department's mission. Interested parties can reach out to Donald Nusbaum at Donald.Nusbaum@dot.gov for further details regarding this opportunity.
    Technical Expertise and Support Services for FHWA Office of Safety - Industry Day Presentation Slides
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking technical expertise and support services for its Office of Safety, with an upcoming Request for Proposal (RFP) anticipated for release in Q2 2025. The primary objective is to enhance roadway safety through a comprehensive approach that includes technical support, professional capacity building, audience outreach, and operations support across various activities such as research, policy analysis, and training. This initiative reflects the federal commitment to improving transportation safety and aims to engage industry collaboration to address federal procurement requirements systematically, with an estimated contract value of $58 million. Interested vendors can reach out to Monique Snow-Manning at monique.snowmanning@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov for further information.
    2026 TRB Annual Meeting exhibit space
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking to negotiate a single source purchase order with Hargrove, LLC for the rental of equipment for the 2026 Transportation Research Board (TRB) Annual Meeting, scheduled for January 11–15, 2026, at the Walter E. Washington Convention Center in Washington, D.C. The procurement includes essential items such as furniture, audio/video equipment, electrical services, internet access, and carpet for a total of 4,100 square feet of exhibit space, with Hargrove, LLC being the only vendor capable of fulfilling these requirements on-site. This opportunity is significant as it supports the logistics and infrastructure necessary for a major transportation research event, facilitating collaboration and knowledge sharing among professionals in the field. Interested parties may submit their capabilities by December 16, 2025, at 11:00 AM Eastern Time, and all inquiries should be directed to Jason Motala at jason.motala@dot.gov.
    Ceiling Increase for Non-Personal Services Contract to Support the Intelligent Transportation Systems Joint Program Office IDIQ
    Transportation, Department Of
    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.
    FY2026 USPS OIG Broad Agency Announcement
    Postal Service
    The United States Postal Service Office of Inspector General (USPS OIG) is soliciting proposals through its FY2026 Broad Agency Announcement (BAA) for professional, consultant, and support services. This BAA, which supersedes all prior versions, aims to establish a pre-qualified pool of contractors to support various OIG offices, including General Counsel, Research Insight Solution Center, Investigations, Audit, Chief Information Officer, and Mission Support. Proposals will be accepted on a rolling basis until September 30, 2026, and must include a resume, position title, duty location, addressed evaluation criteria, and proposed pricing. Interested parties can contact Farzad Afrasiabi at fafrasiabi@uspsoig.gov for further information regarding this opportunity.
    Highway Infrastructure Engineering and Research Data Services (HIERD)
    Transportation, Department Of
    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.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for a contract titled "R2 Consultant" to provide third-party professional auditing, consultation, training, and Environmental Health and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories located across seven states. The contract will span a base year in 2026 with two option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards, staff training, and various EH&S testing, including air and noise sampling. Proposals are due by January 2, 2026, at 2 PM EST, and must be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov. Interested vendors should ensure they are registered in the SAM database and adhere to all security requirements associated with the correctional facilities where the work will be performed.