Procurement System Review - PSR
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Transportation (DOT), Federal Transit Administration (FTA) has issued a Request for Information (RFI) for Procurement System Review (PSR) Program support services. This RFI seeks market research information from vendors capable of providing services outlined in the Statement of Work (SOW). Responses are due April 22, 2026, by 11:00 AM EST.
Scope of Work
The FTA is seeking support services for its Procurement System Review (PSR) Program. While specific details are in the attached SOW, the RFI aims to identify firms with experience in areas similar to the SOW's requirements, falling under Product Service Code R408 (Program Management/Support Services).
Response Requirements
Interested firms must submit a technical capability statement package, not exceeding 5 typed pages (including cover letter). The package must address the following:
- Past Performance: Relevant experience within the last three years, including contract details, dollar value, point of contact (POC), and work description.
- Corporate Experience: Work experience similar in nature, scope, complexity, and difficulty to the SOW.
- GSA Schedule IDIQ: If providing similar services under an existing GSA Schedule Indefinite Delivery, Indefinite Quantity (IDIQ) contract, describe contracted services and provide the contract number.
- Commercial Industry Experience: Description of similar services provided under a currently awarded commercial contract.
- Labor Categories: Labor categories utilized for this type of work under previous contracts.
Additionally, firms must provide their company name, POC, address, email, phone number, business classification, CAGE code, and specific business size under the North American Industry Classification System (NAICS) code. Firms may also recommend a specific NAICS code and GSA Special Item Number (SIN) for these services.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought (for market research)
- Anticipated Contract Type: TBD
- Anticipated Duration: 12-month base year with four 12-month option periods
- Set-Aside: None specified (market research stage)
- Place of Performance: Hybrid (Washington, DC 20590)
- Response Due: April 22, 2026, 11:00 AM EST
- Published: April 3, 2026
Additional Notes
This RFI is for information and planning purposes only; it is not a proposal request, and no award will be made from this notice. The Government will not reimburse costs incurred by respondents. Submissions must be sent electronically to Ms. Terri Hilton (terri.hilton.ctr@dot.gov) with a copy to Ms. Crystal Zorich (Crystal.Zorich@dot.gov). The Government will not compile or post a bidders list.