Download Excel Spreadsheet

Full Procurement Forecast - 2009

Full Procurement Forecast - 2009
Office Code # Procurement Category Contact POC phone NAICS Sequence Number Acquisition Strategy Release Date Dollar Range Content Comments
FHWA  70  Construction  Julee McTaggart    237310  WFL-02  To be determined  1st QTR  Over $100,000 to $500,000  WA FS ERFO 2007(1)-20(17), SUIATTLE RIVER ROAD EMERGENCY. Emergency repairs.   
FHWA  70  Construction  Michael Johnson    237310  WFL-03  8(a) non-competitive  1st QTR  Over $100,000 to $500,000  WA NPS ERFO 2007(1)-41(1), CASCADE RIVER ROAD REPAIRS. Concrete, water ford, riprap, and approaches.   
FHWA  70  Construction  Michael Johnson    237310  WFL-04  Sole Source  2nd QTR  Over $100,000 to $500,000  MT NPS ERFO 2007(1)-45(4), GTSR MP 19.25 SLOPE REPAIR. Permanent repairs.  This project will be solicited to the SATOC holder. The project will be synopsized to publicize potential subcontracting opportunities. 
FHWA  70  Construction  Michael Johnson    237310  WFL-05  Full and Open  2nd QTR  Over $500,000 to $3 million  WY PRA YELL 13(10), E ENTRANCE, SYLVAN PASS SEGMENT. Grade, base, drain, pave, and pit reclamation.  This project will be solicited to MATOC contract holders. 
FHWA  70  Construction  Julee McTaggart    237310  WFL-06  To be determined  2nd QTR  Over $500,000 to $3 million  AK PRA DENA 10(32), Riprap placement at Tolkat Rest Stop.   
FHWA  70  Construction  Julee McTaggart    237310  WFL-07  Full and Open  2nd QTR  Over $500,000 to $3 million  MT OMAD 18(42), MINUTEMAN MISSILE BASE ROADS. Rehabilitate and resurface gravel roads.   
FHWA  70  Construction  Michael Johnson    237310  WFL-08  8(a) Competitive  3rd QTR  Over $100,000 to $500,000  WA FS ERFO 2007(1)-23(2), SALMON LA SAC REPAIR. Permanent repairs.  To be solicited to current 8(a) MATOC contract holders. 
FHWA  70  Construction  Julee McTaggart     237310  WFL-09  Full and Open  3rd QTR  Over $10 million  MT PFH 84-1(1), LITTLE JOE ROAD. Rehabilitation, spot alignment improvement, base, and paving.   
FHWA  70  Construction  Julee McTaggart    237310  WFL-10  To be determined  3rd QTR  Over $3 million to $5 million  AK PFH 40(3), KAKE-SEAL POINT ROAD - Jenny Creek Bridge.   
FHWA  70  Construction  Julee McTaggart    237310  WFL-11  To be determined  4th QTR  Over $500,000 to $3 million  WA FS ERFO 2007(1)-20(13), Suiattle River Road emergency repairs.   
FHWA  70  Construction  Julee McTaggart    237310  WFL-12  To be determined  4th QTR  Over $5 million to $10 million  WA PFH 208(2), CAMP GRISDALE ROAD. Grade, drain, base, and pave.   
FHWA  70  Construction  Julee McTaggart    237310  WFL-13  To be determined  4th QTR  Over $500,000 to $3 million  MT PFH 90(2), E. FORK OTTER CREEK ROAD. Spot alignment improvements, grading, drainage, and base.   
FHWA  70  Construction  Julee McTaggart    237310  WFL-14  To be determined  4th QTR  Over $500,000 to $3 million  WA FS ERFO 2007(1)-20(21), WHITE CHUCK ROAD EMERGENCY REPAIRS.   
FHWA  70  Construction  Michael Johnson    237310  WFL-15  8(a) Competitive  4th QTR  Over $100,000 to $500,000  WA FS ERFO 2007(1)-20(20), EVERGREEN ROAD EMERGENCY REPAIRS.  To be solicited to current 8(a) MATOC contract holders. 
FHWA  70  Construction  Michael Johnson    237310  WFL-16  To be determined  4th QTR  Over $500,000 to $3 million  WA FS ERFO 2007(1)-20(10), West Fork White River Road.   
FHWA  70  Construction  Julee McTaggart    237310  WFL-01  Full and Open  1st QTR  Over $5 million to $10 million  OR PFH 124-1(1), Beaver Creek Road. Grade, base, drainage, and pavement.   
FHWA  70  Construction  Michael Johnson    237310  WFL--17  8(a) non-competitive  1st QTR  Over $100,000 to $500,000  WA RRP WILL 101(2), Reikkola Parking. Rehab access road, parking, signs, and restroom.   
FHWA  70  Construction  Michael Johnson    237310  WFL-18  Full and Open  1st QTR  Under $100,000  WY PRA YELL 10(15), Madison to Norris, Segment B. Widen, grade, drain, base, surface, and bridge.  The project will be solicited to MATOC contract holders. 
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-021  8(a) Competitive  3rd QTR  Over $500,000 to $3 million  Project: SNT-10(1) - Rehabilitate Center Road.   
FHWA  71  Architectural & Engineering Services  Wanda Peffer  703-404-6205  23411  EFL-022  Full and Open  3rd QTR  Over $5 million to $10 million  Project: CUVA-18(1), 164(1) - Replacement of Fitzwater truss Bridge and Waste Weir Bridge.   
FHWA  71  Architectural & Engineering Services  Joanne Lowe  703-404-6287  23411  EFL-023  Full and Open  3rd QTR  Over $500,000 to $3 million  Project: INDU 211(1) - Rehabilitate East Park State Road, Beverly Drive (1.2 miles) and Mount Baldy Intersection.   
FHWA  71  Architectural & Engineering Services  Peggy Schaad  571-434-1596  23411  EFL-024  8(a) Competitive  3rd QTR  Over $5 million to $10 million  PROJECT: VIIS 10(1), 901(1) - Rehabilitating/resurfacing of North Shore Road.   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-025  8(a) Competitive  4th QTR  Over $5 million to $10 million  PROJECT;NXB 10(1)- NOXUBEE NATIONAL WILDLIFE REFUGE - Rehabilitation of storm damaged roads.   
FHWA  71  Construction  Wanda Peffer W7  703-404-6205  23411  EFL-026  8(a) Competitive  4th QTR  Over $3 million to $5 million  PROJECT: MIS 10(2) - MISSISSIPPI SANDHILL CRANE NATIONAL WILDLIFE REFUGE - Repair/Rehabilitate roads due to storm damage, drainage work, etc.   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-027  8(a) Competitive  4th QTR  Over $3 million to $5 million  PROJECT; NATR-3P16 - Construction of the multi-use trail from Lingston Road to Highland Colony Parkway.   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-028  Full and Open  4th QTR  Over $10 million  PROJECT:VI OA30(035)-C3 - Reconstruction and widening of Long Bay Road.   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-029  Full and Open  4th QTR  Over $5 million to $10 million  PROJECT: BLRI-2D16 - Repair/Resurface Blue Ridge Parkway from MP247.9 to MP261.2.   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-030  Full and Open  4th QTR  Over $5 million to $10 million  PROJECT: GRSM 26(1) - Rehabilitate eleven (11) miles of asphalt paved roadway, and repair Cades Cove Loop.   
FHWA  68  Construction  Wanda Peffer  703-404-6205  23411  EFL-031  Full and Open  4th QTR  Over $500,000 to $3 million  PROJECT: CRK-10(1) - Rehabilitate Lower Poole Road, Audobon Exit Road Poole 3 Access.   
FHWA  68  Construction  Wanda Peffer  703-404-6205  23411  EFL-032  Full and Open  4th QTR  Over $5 million to $10 million  PROJECT: NATR-3M20, N14 - Rehabilitate Natchez Parkway from MP 130 TO 160.   
FHWA  68  Construction  Wanda Peffer  703-404-6205  23411  EFL-033  Full and Open  4th QTR  Over $5 million to $10 million  PROJECT: VI-66(9)-C3 - New Christiansted Bypass, St. Croix, (PHASE 1B)PAVING.   
FHWA  68  Construction  Wanda Peffer  703-404-6205  23411  EFL-034  Full and Open  4th QTR  Over $500,000 to $3 million  VA PLH WOTR-26, 7(1) - Pedestrian bridge over DULLES ACCESS and TOLL ROAD.   
FHWA  68  Construction  Wanda Peffer  703-404-6205  23411  EFL-035  Full and Open  4th QTR  Over $5 million to $10 million  PROJECT: VI-38(2), C1 - Raphune Hill Widening Intersection Improvements.    
FHWA  68  Construction  Wanda Peffer  703-404-6205  23411  EFL-036  Full and Open  4th QTR  Over $500,000 to $3 million  PROJECT- BR-A151(1), A153(1) - Replacement of two bridges in Catoosa Wildlife Management Area.   
FHWA  68  Architectural & Engineering Services  Wanda Peffer  703-404-6205  23411  EFL-037  Full and Open  4th QTR  Over $10 million  PROJECT: FOOT 8E14 - Foothills Parkway Caylor Gap.   
FHWA  68  Construction  Wanda Peffer  703-404-6205  23411  EFL-001  Full and Open  1st QTR  Over $500,000 to $3 million  Project: AR-FSR-400(1) - Permanent repairs for slide at Falling Water Road.   
FHWA  71  Architectural & Engineering Services  Wanda Peffer    23411  EFL-002  Full and Open  2nd QTR  Under $100,000  Project AR-FSR-4002(2) - Permanent repairs to two slides   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-003  Full and Open  3rd QTR  Over $500,000 to $3 million  Project BAWA-1A27 - Baltimore/Washington Parkway - Replace/Relocate light poles alnt SB parkway new Route 50.   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-004  Full and Open  3rd QTR  Over $5 million to $10 million  Project: BLRI-2S18 - Slide repair and roadway reconstruction on the Blue Ridge Parkway.   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-005  Full and Open  2nd QTR  Over $500,000 to $3 million  Project - IL-FSR-400(2) - Permanent Repairs to three slides.   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-007  Full and Open  1st QTR  Over $100,000 to $500,000  Project: PISC 10(1)- Slide Repair, fix eroded areas and miscellaneous drainage improvements.   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-008  8(a) non-competitive  1st QTR  Over $500,000 to $3 million  Project PETE 500(3) - Partial realignment of Petersburg Tour Road and Monhone P.A.   
FHWA  71  Architectural & Engineering Services  Wanda Peffer  703-404-6205  23411  EFL-009  8(a) Competitive  1st QTR  Over $500,000 to $3 million  Project: COLO 1A18, D43, 500(1) - Bridge rehabilitation and pavement overlay option.   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-010  Full and Open  1st QTR  Over $500,000 to $3 million  Project: GWMP-1A104 - Crib wall repair on George Washington Memorial Parkway.   
FHWA  71  Construction  Wanda Peffer    23411  EFL-011  Full and Open  1st QTR  Over $100,000 to $500,000  Project: MSQ 10(1)- Rehabilitate seven parking lots   
FHWA  71  Architectural & Engineering Services  Peggy Schaad  571-434-1596  23411  EFL-012  Full and Open  1st QTR  Over $5 million to $10 million  Project: NATR-3016 - Multi-use Trail - Old Canton to Resevoir Overlook   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-013  Full and Open  1st QTR  Over $3 million to $5 million  Project BLRI 2E15 - Slide Repair at MP 20\70.3   
FHWA  71  Architectural & Engineering Services  Peggy Schaad  571-434-1596  23411  EFL-014  Full and Open  1st QTR  Over $5 million to $10 million  Project: GRSM 1B19 - Rehabilitate Newfound Gap Road - Phase 2   
FHWA  68  Construction  Wanda Peffer  703-404-6205  23411  EFL-015  8(a) non-competitive  2nd QTR  Over $500,000 to $3 million  Project - RAP 10(1) - Rehabilitate gravel roads 0- Wilna Road, Vetch Lane, N&S River Access, Hutchinson Road, Cannoe Access Road and Taylor Road   
FHWA  71  Architectural & Engineering Services  Wanda Peffer  703-404-6205  23411  EFL-016  8(a) non-competitive  2nd QTR  Over $500,000 to $3 million  Project - CHCH 27(7) - Stormwater Management Ponds   
FHWA  71  Construction  Wanda Peffer  703-404-6205  23411  EFL-017  Full and Open  2nd QTR  Over $100,000 to $500,000  Project: GWMP-4(1), 5(1) - Spout Run Parkway Bridges and rock slope stablization.   
FHWA  71  Architectural & Engineering Services  Joanne Lowe  703-404-6287  23411  EFL-018  Full and Open  2nd QTR  Over $500,000 to $3 million  Project: DEWA - 14(10) - Replacement of Toms Creed Bridge along U.S. Route 209.   
FHWA  71  Architectural & Engineering Services  Wanda Peffer  703-404-6205w  23411  EFL-019  Full and Open  2nd QTR  Over $500,000 to $3 million  Project: MRT 10(5) - Rehabilitate Bairs Cove Road and resurface SR 406.   
FHWA  71  Architectural & Engineering Services  Peggy Schaad  571-434-1596    EFL-020  Full and Open  2nd QTR  Over $500,000 to $3 million  Project: VI-30(38) - Construct sidewalks at the University of the Virgin Islands.   
FHWA  68  Construction  Wanda Peffer  703-404-6205  23411  EFL-002  Full and Open  3rd QTR  Over $500,000 to $3 million  PROJECT: AR FSR-400(2) - Permanent repairs for slide at Falling Water DSR 1205-5 AR2008-FS.   
FHWA  61  Engineering Services  Edward Sheldahl  202-366-2193  541990  HSA-1  Full and Open  3rd QTR  Over $10 million  Technical support services for the Office of Safety.  Expect multiple ID/IQ awards under a 5-year contract. 
FHWA  61  Services (not listed)  Gary Jensen  202-366-2048    HEP-2  Full and Open  2nd QTR  Over $500,000 to $3 million  At least two indefinite quantity contracts for technical support of the National Scenic Byways Program (NSBP) and America's Byways in six areas: (1) byway technical assistance and education including grants, nominations, and financial management, (2) design, layout, and production in various mediums, (3) research in support of the NSBP and promotion and marketing of byways, (4) promotion of America's Byways, (5) meeting and conference support for the NSBP, and (6) support and management of NSBP websites, geographic information systems (GIS), and databases.   
FHWA  61  Business Services  John Augustine  202-366-5437  541519  JPO-1  8(a) non-competitive  1st QTR  Over $100,000 to $500,000  Program assessment: Assess web environment and consolidate redundant or excessive databases.   
FHWA  61  Business Services  John Augustine  202-366-5437  541611  JPO-2  Full and Open  1st QTR  Over $500,000 to $3 million  Implement program management office for increased technical and programmatic oversight of ITS projects.   
FHWA  61  Architectural & Engineering Services  John Augustine  202-366-5437  541519  JPO-3  Full and Open  2nd QTR  Over $500,000 to $3 million  Expand and increase VII testbed environments to allow for operational testing of ITS technologies    
FHWA  61  Architectural & Engineering Services  John Augustine  202-366-5437  541611  JPO-4  To be determined  3rd QTR  Over $100,000 to $500,000  ITS - IDIQ. Perform independent calculations of ITS research initiatives and projects   
FHWA  61  Environmental Services  Mark Ferroni  202-366-3233    60  Interagency agreement transfer of funds  2nd QTR  Over $100,000 to $500,000  Development, beta-testing and validation of the FHWA Traffic Noise Model version 3.0.   
FHWA  61  Engineering Services  Deborah Walker  202-493-3068    HRDI-3  Full and Open  1st QTR  Over $500,000 to $3 million  The objectives of this potential contract are to verify that the weigh-in-motion (WIM) systems at the Specific Pavement Study (SPS) test sites are operating at peak performance and to document the reliability of the data being collected by the WIM systems. Where a WIM system is not meeting LTPP performance requirements, the potential Contractor must identify the problem(s) and recommend a solution to resolve the problem(s).  The incumbent contractor is MACTEC Engineering and Consulting, Inc. 
FHWA  61  Engineering Services  Kornel Kerenyi  202-493-3142    HRDI-2  Small Business Set-Aside  2nd QTR  Over $500,000 to $3 million  Hydraulics Laboratory Support Services Contract. The Contractor shall furnish all facilities, materials, and personnel, and shall perform all services necessary to provide non-personal engineering and technical support for the Hydraulics Laboratory at the Federal Highway Administration’s (FHWA) Turner-Fairbank Highway Research Center (TFHRC).   
FHWA  70  Services (not listed)  Michael Adams  202-493-3025    HRDI-1  8(a) Competitive  4th QTR  Over $500,000 to $3 million  Support services contract for the machine shop.   
FHWA  61  Services (not listed)  Fassil Beshah  202-493-3041    HRDI-4  Full and Open  3rd QTR  Over $10 million  Initiate a new contract for support services to the Structures Laboratories to conduct research in the Structures Laboratory at TFHRC.   
FHWA  61  Services (not listed)  Clayton Chen  (202)493-3054    HRDS-05  8(a) non-competitive  2nd QTR  Over $500,000 to $3 million  Non-personal laboratory and technical support services for the Geometric Design Laboratory at the Truner-Fairbank Highway Research Center in McLean, Virginia. The laboratory supports 1) Interactive Highway Safety Design Model (IHSDM)-related research, software development, and technology facilitation; and 2) research, marketing, training and user technical assistance for the upcoming Highway Safety Manual (HSM).  The incumbent 8(a)contractor is Lendis Corporation. 
FHWA  61  Construction Materials  Michael Adams  202-493-3025    HRDI-5  Sole Source  1st QTR  Over $500,000 to $3 million  Negotiate a Cooperative Agreement with the American Iron and Steel Institute(AISI) to complete development and commercialization of a new grade of corrosion resistant steel for bridge construction and to develop modular bridge systems to optimize use of the material. This is part of the designated program for High Performing Steel Bridge R&D.   
FHWA  61  Services (not listed)  Michael Adams  202-493-3025    HRDI-6  Full and Open  2nd QTR  Over $100,000 to $500,000  Initiate a BAA to develop a laser-based measurement system to eliminate shop assembly of steel bridges during fabrication. This is part of the High Performing Steel Bridge Program.   
FHWA  61  Environmental Services  Kathy Daniel  202-366-6276    HEPN-1  To be determined  3rd QTR  Over $100,000 to $500,000  FHWA will continue to provide research-based mobile-source air quality information to our stakeholders and the public. Ideally, FHWA will work with EPA, DOE, AASHTO, and NACAA on this. To clearly convey this air quality information it will be provided in non-technical terms with appropriate charts, graphs, illustrations, etc. The goals of our outreach and communications are to inform and provide technical assistance to our partners and stakeholders in an easily accessible format. These efforts include syntheses and compilation of research results and other information. Our outreach and communications are in the form of presentations at conferences, written materials (hard copy and online), webcasts/webinars, web-based communities of practice, teleconferences, video conferences, public education materials, etc. In FY2009, our outreach and communications could cover development and dissemination of information on: • CMAQ investments • Global climate change • Mobile source air toxics • New air quality standards and regulations • Public education • Health implications of transportation services • Sustainable transportation • Energy and emissions implications of activities that reduce vehicle miles traveled and congestion   
FHWA  68  Construction  Kevin Black  720-963-3409      To be determined  1st QTR  Over $500,000 to $3 million  KS RRP FLHI 113(1), Indian Hills. Road construction.   
FHWA  68  Construction  Kevin Black  720-963-3409      Full and Open  1st QTR  Over $500,000 to $3 million  TX RRP BRAZ 10(3), Brazoria. Road construction.   
FHWA  68  Construction  Kevin Black  720-963-3409      To be determined  1st QTR  Over $500,000 to $3 million  AZ PRA PEFO 10(4), Repair/overlay park roads/pullouts. Overlay existing roads in Petrified Forest NP.   
FHWA  68  Construction  Kevin Black  720-963-3409      Full and Open  1st QTR  Over $5 million to $10 million  CA PRA SEKI 10(9), Generals Highway. Road rehabilitation with bridge.   
FHWA  68  Construction  KevinrBlack  720-963-3409      Full and Open  1st QTR  Over $5 million to $10 million  CO PRA MEVE 10(9), Mesa Verde Main Entrance Road. Rehabiliate main entrance road to Mesa Verde NP.   
FHWA  68  Construction  Kevin Black  720-963-3409      To be determined  2nd QTR  Over $500,000 to $3 million  WY PFH 26-1(1), Sage Creek Road. Road construction.   
FHWA  68  Construction  Kevin Black  720-963-3409      Full and Open  2nd QTR  Over $5 million to $10 million  NM PRA CAVE 10(1), Carlsbad Caverns. Road construction and rehabilitation.   
FHWA  68  Construction  Kevin Black  720-963-3409      Full and Open  2nd QTR  Over $500,000 to $3 million  NV PFH 11-1(4), Kyle Canyon Bridge Replacement. Bridge replacement.   
FHWA  68  Construction  Kevin Black  720-963-3409      To be determined  2nd QTR  Over $500,000 to $3 million  ND RRP CLSA 12(1), Auto Tour Route. Road construction.   
FHWA  68  Construction  Kevin Black  720-963-3409      To be determined  3rd QTR  Under $100,000  CA RRP MODO 100(1), MODOC Wildlife Tour Loop. Road construction.   
FHWA  68  Construction  Kevin Black  720-963-3409      Full and Open  4th QTR  Over $10 million  HI SSR 200(2), Saddle Road. Road construction.   
FHWA  68  Construction  Kevin Black  720-963-3409      Full and Open  4th QTR  Over $10 million  CA PRA GOGA 109(1), 108(1), 107(1) & 418(1), Conzelman Road and Various. Road rehabilitation.   
FHWA  68  Architectural & Engineering Services  Kevin Black  720-963-3409      Full and Open  4th QTR  Over $3 million to $5 million  NV PFH 31(1), Lamoille Canyon Road. Road rehabilitation.   
FHWA  68  Architectural & Engineering Services  Kevin Black  720-963-3409      Full and Open  4th QTR  Over $3 million to $5 million  CA PFH 191-1(1), Buchanan Road. Road construction with bridge.   
FHWA  68  Construction  Kevin Black  720-963-3409      To be determined  4th QTR  Over $100,000 to $500,000  CA RRP STLA 11(1) & 904, Entrance Road and Parking Lot. Road rehabilitation.   
FHWA  68  Construction  Kevin Black  720-963-3409      Full and Open  4th QTR  Over $3 million to $5 million  UT PFh 39-1(3), Sevenmile Gooseberry. Road rehabilitation.   
FHWA  68  Construction  Kevin Black  720-963-3409      Full and Open  2nd QTR  Under $100,000  CO NPS/PRA (FY 09) Pavement Preservation Program. Road overlay.   
FHWA  68  Construction  Kevin Black  720-963-3409      Full and Open  2nd QTR  Over $5 million to $10 million  CA NPS/PRA (FY 09) Pavement Preservation Program. Road overlay.   
FHWA  68  Construction  Kevin Black  720-963-3409      To be determined  3rd QTR  Over $100,000 to $500,000  NV PFH 2(1), Mount Rose. Road construction and rehabilitation.   
FHWA  68  Construction  Kevin Black  720-963-3409      Full and Open  1st QTR  Over $5 million to $10 million  CA PFH 137-1(4), Wentworth Springs Road. Road rehabilitation.   
FHWA  68  Construction  Kevin Black  720-963-3409      Full and Open  3rd QTR  Over $5 million to $10 million  CA PFH 123-1(1), Washington Road. Road rehabilitation.   
FHWA  61  Computer Related Services  Deborah Curtis  (202) 493-3267    HRDO-1  To be determined  3rd QTR  Over $100,000 to $500,000  This project is to develop a project tracking and management system for use at Turner Fairbank Highway Research Center (TFHRC). This system will be a data entry/database management system that will house pertinent information as well as product associated reports needed by the TFHRC management.  There is no incumbent. 
FHWA  61  Business Services  Samantha Reizes  202-366-4224  493110  HAAM-1  Service-Disabled Veteran-Owned Small Businesses  1st QTR  Over $5 million to $10 million  A requirement for continued operation of the FHWA Product Distribution Center. The Contractor shall provide all facilities, personnel, and material necessary for warehouse operation and inventory control of the Product Distribution Center information products; receiving, filling, and shipping customer orders; assembling and packaging National Highway Institute course materials; and supplying a part time Logistics and Exhibits Management Specialist. This procurement is anticipated as being a cost-plus-fixed-fee effort. This procurement will be issued as a 100 percent service disabled veteran owned small business set-aside pursuant to NAICS code 493110. The solicitation, all related documents and amendments, if any, will only be released and available electronically through the FedBizOpps posting system at http://www.Fedbizopps.gov under the Vendors option followed by selection of the Department of Transportation (DOT) center. As such, no written, telephonic, facsimile or email requests for the solicitation package will be honored. Interested parties are encouraged to register at the aforementioned site to receive procurement announcements by email. Since this solicitation will only be available electronically, it is solely the responsibility of interested parties to monitor the FedBizOpps website for any solicitation amendments. All responsible service disabled veteran owned small business sources are encouraged to submit an offer. Prospective Offerors wishing to view the warehouse facility currently housing the PDC (located in Lanham, MD) may do so. Please contact Contract Specialist Samantha Reizes at (202) 366-4224 to make an appointment for November 24, 2008.    
FMCSA  75  Computer Related Services  Steve Erlitz  (202) 366-0085  541519/541513  MC-002  8(a) Competitive  4th QTR  Over $500,000 to $3 million  Provide field Information Technology technical support services (FMCSA safety systems) to FMCSA divisional offices.   
FMCSA  75  Services (not listed)  Albert Alvarez  (202) 385-2387  541720  MC-001  Full and Open  1st QTR  Over $100,000 to $500,000  Research study to determine the impacts of implementing speed limiter programs by the Motor Carrier industry. These impacts can be economic, through a reduction in the number of crashes or the severity of crashes. The contract will collect a mix of both quantitative and qualitative data to evaluate the issue. The study approach envisioned is a before/after evaluation using an advanced methodology to control for a number of cofounding factors.  there is no incumbent contractor. 
FMCSA  75  Computer and Peripherals  steve erlitz  (202) 366-0085  518210  MC-003  Full and Open  2nd QTR  Over $10 million  Data Center hosting of FMCSA safety system application and data servers to include all infrastructure, network, and licensing.  Servers are currently housed at a DOT location under an interagency agreement. 
FMCSA  75  Computer Related Services  Ed Dunne  (202) 366-5850  541511/541512  MC-004  Full and Open  2nd QTR  Over $3 million to $5 million  Provide IT system lifecycle services for an IT modernization project to include development of motor carrier safety software applications and migration of existing data to an enterprise data base.  The current provided of some of services is North Dakota State University/Upper Great Plains Transportation Institute. 
FMCSA  75  Engineering Services  Jeff Loftus  202 385-2363  541330  MC-005  Full and Open  4th QTR  Over $500,000 to $3 million  Engineering and testing services to conduct a field demonstration project of wireless technology to improve safety and productivity in the area of motor carrier surface transportation. This technology demonstration project will be funded under Phase II of the Motor Carrier Efficiency Study as authorized by Section 5503 of SAFETEA-LU.   
FMCSA  75  Engineering Services  Amy Houser  202 385 2382  541330  MC-006  Full and Open  3rd QTR  Over $100,000 to $500,000  Project is to initiate the planning of a field test and evaluation of collision mitigation systems. Phase I involves developing a research design plan that will provide details about the methodology for specifically testing and evaluating the benefits fo this technology. The plan will inclue information about defining the crash problem, defining system functionality and performance, and determining research questions to be investigated and how the test and evaluation will assess the effectiveness of these systems in preventing crashes.  There is no incumbent contractor. 
FMCSA  75  Architectural & Engineering Services  Jane Dion  202 366 6779  541618  MC-007  8(a) Competitive  3rd QTR  Over $100,000 to $500,000  Provide assistance to the Agency with commercial services management/A-76 issues.   
FMCSA  75  Business Services  Joseph DeLorenzo  (703) 235-0506  561110/541519  MC-008  8(a) Competitive  2nd QTR  Over $500,000 to $3 million  Support services for the National Training Center that may include: professional services, training development support (instructional system design); Federal, State, and DIAP program training support; general administrative support (budgetary, travel, purchasing, receptionist, and secretarial services); information technology (IT)support; and web development support. It may also include other functions and capabilities required to suppor the National Training Center.  Current services supporting the NTC are under two separate contracts with the following 8(a) firms: GAP Solutions, Inc. and Key Bridge Technologies, Inc. 
FMCSA  75  Computer Related Services  nathaniel jackson  (202) 366-1225  541519  MC-009  Full and Open  1st QTR  Over $100,000 to $500,000  Develop and maintain a self-contained software database application for stand-alone PCs that store and provide search and retrieval of data and documents on Federal and State commercial motor vehicle (CMV) safety. Used by approximately 10,000 commerical vehicle inspectors. The application must automatically update via the internet when new content or application updates are available. Much of the content will be provided by the Governmnet; however, vendor will be responsible for collection of changes in CMV statutes and regulations for each State.  Current contractor, J.J. Keller, Inc. for several years. Part of the current application and data is licensed from JJK, and part was developed by JJK but is Government-owned. The current application is not releasable to the public due to licensing agreements. 
FMCSA  75  Management Services  Jack Kostelnik  (202) 366-5721  541618  MC-010  Full and Open  1st QTR  Over $100,000 to $500,000  Obtain contractor support to develop a variance tracking system for all commercial motor vehicle safety & hazardous materials regulations in each State that participates in the Motor Carrier Safety Assistance Program (MCSAP), including the District of Columbia, Puerto Rico, and participating U.S. territories. This will include the need to conduct an in-depth, off site regulatory review of all motor carrier safety and hazardous materials laws and regulations in participating MCSAP States to identify and document any and all variances discovered.   
FMCSA  75  Management Services  Deborah Snider  (202) 366-2941  541618  MC-011  Full and Open  3rd QTR  Over $10 million  Contract support services responsible for contacting new entrant motor carriers to allow the scheduling of the required safety audit by ensuring the carrier is subject to the Federal Motor Carrier Safety Regulations and verifying the information provided by the carrier on their application for registration. The contractor will perform approximately 2, 000 safety audits as assigned annually.   
FMCSA  75  Motor Vehicle Supplies  Leo Lopez  (202) 366-3517  517410  MC-012  Sole Source  1st QTR  Over $500,000 to $3 million  Contractor to provide Global Positioning Systems (GPS)tracking devices and services which include installation and continuation of services for tracking approximately 150 GPSs currently installed on trucks. Contractor must have the capability to provide tracking services for devices already installed on trucks and provide all tracking data to FMCSA.  Current effort is being accomplished through an interagency agreement with the Department of Defense. 
FMCSA  75  Services (not listed)  pearlie robinson  (202) 366-8906  541690  MC-013  8(a) Competitive  4th QTR  Over $3 million to $5 million  Services to provide analytical support for FMCSA's Congressionally medical regulatory and medical examiner programs. Experts must have a strong background and specialized knowledge in evidence-based medicine, transportation medicine, and injury prevention and control. Primary analysis methods (for medical regulation and guidance development) are quantitative and qualitative meta-analyses based on systematic evidence review.  Incumbent contractor is Manila Consulting, Inc., who subcontracts with a national evidence-based medicine center.  
FMCSA  75  Business Services  jeffrey miller  202 366-1258  561110/561410  MC-014  Full and Open  4th QTR  Over $100,000 to $500,000  Administrative support services to the Motor Carrier Safety Advisory Committee as necessary. Handling all logistics and travel for quaterly MCSAC meeting. Administrative support could include: (1) preparing briefing books and meeting materials; (2)distribution of briefing bookds and materials in advance of the meeting; (3) recording meetings electronically; (4) taking, transcribing, and revising minutes of meetings. Drafting, editing, and formatting support for reports generated by the MCSAC full committee and subcommittees.   
FMCSA  75  Services (not listed)  Diane Bethea  202 385 2303  541990  MC-015  Full and Open  2nd QTR  Over $500,000 to $3 million  Acquisition support services to support FMCSA's acquisitions office in acquiring goods and services for the agency. Contractor will be required to have demonstrated experience and knowledge of the FAR (Federal Acquisitions Regulations) and the acquisitions process. Services may entail the full range of contracting activities involved in the pre-award and post award phases (market research, assisting with writing Statements of Work/Statements of Objectives, cost/price analysis, contract administration, etc).  Support services are currently provided by YRCI, Inc. 
FTA  60  Services (not listed)  Keith Gates  202-366-1794      To be determined  2nd QTR  Over $100,000 to $500,000  Transit Infrastructure Needs Report (Rail Modernization Study) FTA is currently in the process of preparing the 2008 Report to Congress on the Conditions and Performance (C&P) of highway and transit systems. Contractor support is needed to survey the ten largest rail transit systems, evaluate the data, and provide analysis for the report to Congress.    
FTA  60  Services (not listed)  Keith Gates  202-366-1794      To be determined  1st QTR  Over $100,000 to $500,000  Transit, Conditions, Performance, and Investment Needs. Contractor support is needed to update the FTA Transit Economic Requirements Model (TERM) in preparation for the development of new condition estimates and future transit investment needs for the 200 edition of the Conditions and Performance Report to Congress. An IT assessment of TERM would be performed.   
FTA  60  Services (not listed)  Godwin Nwosu  202-366-9748      To be determined  2nd QTR  Over $100,000 to $500,000  Grant Accrual Methodology. Contractor support is needed for the assessment of financial data for determining monthly grant accrual.    
FTA  60  Services (not listed)  Sandra McCrea  202-366-0803      To be determined  3rd QTR  Over $100,000 to $500,000  Disadvantaged Business Enterprise (DBE) Electronic Reporting System Contractor support is needed to assist FTA in developing a DBE electronic system which would allow FTA grantees to submit program goals electronically.    
FTA  60  Services (not listed)  Jonathan Klein  202-366-0809      To be determined  2nd QTR  Over $100,000 to $500,000  Support for meeting Americans with Disabilities Act (ADA) Requirements. Contactor support is needed to prepare technical assistance manuals outlining requirements, past FTA positions, and best practices.    
FTA  60  Computer Related Services  Iyon Rosario  202-366-2010      To be determined  3rd QTR  Over $100,000 to $500,000  Transit Agency Emergency Information System. Contractor support is needed to enhance the Emergency Contact Database by expanding the database to include all transit agencies. Contractor support is also needed to provide internal improvements to the database to improve user access.    
FTA  60  Services (not listed)  Bridget Zamperini  202-366-0306      To be determined  3rd QTR  Over $100,000 to $500,000  Transit Security Roundtable. Contractor support is needed to conduct 2 Transit Security Roundtables.    
FTA  60  Services (not listed)  Ruth O'Hara Lyons  202-366-2233      To be determined  3rd QTR  Over $100,000 to $500,000  Evaluation of Safety and Security Training Courses. Contractor support is needed to provide reviews of current safety and security training courses.    
FTA  60  Architectural & Engineering Services  John Bell  202-366-4977      To be determined  2nd QTR  Over $100,000 to $500,000  FTA Rail Cost Database Update and Training. Contractor support is needed to develop a FTA Commuter Rail Cost Database and train FTA grantees on data collection and use.    
FTA  60  Services (not listed)  Levern McElveen  202-366-1656      To be determined  3rd QTR  Over $500,000 to $3 million  State Safety Oversight Program Contractor support is needed to conduct state and rail agency audits, which will identify instances of unacceptable hazards, record accidents, and evaluate corrective actions and other data required by the State Safety Oversight rule.    
FTA  60  Services (not listed)  Linda Barnes  202-366-1632      8(a) Competitive  2nd QTR  Over $5 million to $10 million  Financial Management System Reviews. Grantees are selected for financial management oversight (FMO) reviews by FTA to provide FTA an oversight tool and the grantees with technical assistance on financial management systems issues. FTA contractors conduct a series of interviews, a review of grantee transactions, and several process and procedural tests. After the review, the contractor expresses an objective, external, independent professional opinion to FTA on the effectiveness of the grantees’ internal control environment and FTA decides whether the grantee’s financial management systems meet Federal requirements (Common rule, 49 CFR Part 18.20). An average FMO review takes three to four weeks, conducted at the grantee’s site.  Oversight Services 
MARAD  92  Transportation Services  Karen Brown  757-441-6393    MARAD-908  Small Business Set-Aside  3rd QTR  Over $100,000 to $500,000  Provide relocation services and/or office furnishings to support a planned FY 09 relocation of MARAD Atlantic Offices from NIT Warehouse to new VA Port Autority building one or more SOW's to be issued in FY 2009.   
MARAD  93  Vessel Building/Repair  William Ingram  757-441-6393    MARAD-909  Full and Open  1st QTR  Over $500,000 to $3 million  Perform maintence and repair, including drydocking on MARAD Schoolship TV Kings Pointer at the United States Merchant Marine Academy(USMMA), NY, or other to be determined locations IAW one or more SOW's/RFP's to be issued in FY 2009.   
MARAD  93  Vessel Building/Repair  Martin Walker  757-887-3232    MARAD-910  Full and Open  1st QTR  Over $100,000 to $500,000  Perform maintenance and repair of various James River Reserve Fleet Craft on location Ft. Eustis, VA and/or at local Hampton Roads, VA ship repair facility IAW to be determined SOW(s)   
MARAD  92  Vessel Building/Repair  William Ingram  757-441-6393    MARAD-911  Full and Open  1st QTR  Over $500,000 to $3 million  Perform maintenance & repairs on MARAD Schoolship TS Enterprise at Massachusetts Maritime Academy, Buzzards Bay, MA or other to be determined locations IAW one or more SOW's/RFP's to be issued in FY 2009.   
MARAD  92  Vessel Building/Repair  William Ingram  757-441-6393    MARAD-912  Full and Open  1st QTR  Over $500,000 to $3 million  Perform maintenance & repairs on MARAD Schoolship TS Empire State at New York Maritime College, Bronx, NY or other to be determined locations IAW one or more SOW's/RFP's to be issued in FY 2009.   
MARAD  92  Vessel Building/Repair  William Ingram  757-441-6393    MARAD-913  Full and Open  1st QTR  Over $500,000 to $3 million  Perform maintenance & repairs on MARAD Schoolship TV State at Maine Maritime Academy, Castine, ME or other to be determined locations IAW one or more SOW's/RFP's to be issued in FY 2009.   
MARAD  92  Vessel Building/Repair  Martin Walker  757-887-3233    MARAD-914  Full and Open  3rd QTR  Over $100,000 to $500,000  Tow MARAD NDRF vessels Cape Juby & Cape Johnson from James River Reserve Fleet to local Hampton Roads, VA ship repair facility to remove intact for re-use two per ship covered lifeboats and associated davits, winches and controls. Package and ship to be determined MARAD specified location for future installation on FSS vessels. Other Cape J removals may include Navy MHE, MCDS components, spare parts, Hazmat and fuel oil as per to be determined SOW.   
MARAD  92  Vessel Building/Repair  Martin Walker  757-887-3233    MARAD-915  Full and Open  3rd QTR  Over $100,000 to $500,000  Tow MARAD NDRF vessel SS Resolute to local Hampton Roads, VA ship repair facility to remove various equipment and machinery. Package and transport equipment to be determined MARAD specified storage location for reuse as spares for other MARAD vessels. Tow SS Resolute back to James River Reserve Fleet for future disposal. Work to be IAW to be determined SOW.   
MARAD  92  Services (not listed)  Martin Walker  757-887-3233    MARAD-917  Full and Open  2nd QTR  Over $100,000 to $500,000  Services & materials to install and train on web enabled monitoring security system that is comparable to the features of the existing MOSCAD system alarms, but with the option of adding video surveillance equipment to include hardware, digital video recorder that is IP addressable and a computer server - IAW SOW.   
MARAD  91  Services (not listed)  Patricia Thomas  202-366-2646    MARAD-918  Small Business Set-Aside  4th QTR  Under $100,000  Merchant Marine Medals and Decorations.   
MARAD  93  Business Services  John Hickey  409-722-3433    MARAD-919  8(a) Competitive  2nd QTR  Over $100,000 to $500,000  Provide Security Guard services at the Beaumont Reserve Fleet, Beaumont, Texas - twenty-four hours a day and seven days a week.   
MARAD  93  Services (not listed)  John Hickey  409-722-3433    MARAD-920  To be determined  2nd QTR  Over $100,000 to $500,000  EEI/BMP   
MARAD  93  Services (not listed)  John Hickey  409-722-3433    MARAD-921  Small Business Set-Aside  2nd QTR  Under $100,000  Install Solar Array.  Main Office 
MARAD  93  Architectural & Engineering Services  John Hickey  409-722-3433    MARAD-922  To be determined  2nd QTR  Over $500,000 to $3 million  Replace Main Pier at the Beaumont Reserve Fleet, Beaumont, Texas.   
MARAD  93  Construction  Dean Baldus  504-589-2000    MARAD-923  Full and Open  3rd QTR  Over $500,000 to $3 million  Build out new office space in the Portland Street warehouse.   
MARAD  93  Vessel Building/Repair  Michael Luzinski  409-833-9696    MARAD-924  Full and Open  3rd QTR  Over $500,000 to $3 million  Upgrades to the Schoolship Texas Clipper.   
MARAD  93  Vessel Building/Repair  Billy Greer  409-833-9696    MARAD-925  Full and Open  3rd QTR  Over $500,000 to $3 million  Texas Clipper - Miscellaneous vessel steel and piping repairs, coating, and pump renewals.   
MARAD  93  Transportation Services  Billy Greer  409-833-9696    MARAD-926  Small Business Set-Aside  3rd QTR  Over $100,000 to $500,000  Transportation services of A&M cadets for training cruise.   
MARAD  94  Vessel Building/Repair  Joe Pecoraro  707-745-0487    MARAD-927  Full and Open  1st QTR  Over $100,000 to $500,000  Scheduled routine drydocking and repair of fleet service craft FS-65.   
MARAD  94  Vessel Building/Repair  Joe Pecoraro  707-745-0487    MARAD-928  Full and Open  2nd QTR  Over $100,000 to $500,000  Scheduled routine drydocking and repair of fleet service craft FB-670.   
MARAD  94  Vessel Building/Repair  Joe Pecoraro  707-745-0487    MARAD-929  Full and Open  2nd QTR  Over $100,000 to $500,000  Scheduled routine drydocking and repair of fleet service craft FB-673.   
MARAD  94  Vessel Building/Repair  Joe Pecoraro  707-745-0487    MARAD-930  Full and Open  2nd QTR  Over $100,000 to $500,000  Scheduled routine drydocking and repair of fleet service craft FB-674.   
MARAD  93  Construction  Gregg Wanlass  516-773-5435  238160  MARAD-931  8(a) non-competitive  4th QTR  Over $500,000 to $3 million  New roofs and/or roof repairs on multiple building at the Merchant Marine Academy, Kings Point, NY.   
MARAD  95  Services (not listed)  Gregg Wanlass  516-773-5435    MARAD-932  Full and Open  2nd QTR  Over $500,000 to $3 million  Waste removal services at the Merchant Marine Academy, Kings Point, NY.   
MARAD  95  Services (not listed)  Gregg Wanlass  516-773-5435  56112  MARAD-933  8(a) non-competitive  2nd QTR  Under $100,000  Unarmed Security Guard services at the Merchant Marine Academy, Kings Point, NY.   
MARAD  95  Supplies (not listed)  Gregg Wanlass  516-773-5435    MARAD-934  Small Business Set-Aside  2nd QTR  Over $500,000 to $3 million  Modular furniture for dormiltory, including loft system bed, desk, dresser and lockers at the Merchant Marine Marine Academy - Kings Point, NY.   
MARAD  95  Commercial Equipment  Gregg Wanlass  516-773-5435  423610  MARAD-935  Full and Open  3rd QTR  Over $100,000 to $500,000  Replacement of electrical phase at the Merchant Marine Academy - Kings Point, NY.   
MARAD  95  Construction  Gregg Wanlass  516-773-5435  238910  MARAD-936  8(a) non-competitive  3rd QTR  Over $100,000 to $500,000  Exterior repairs including waterproofing and painting to a major Merchant Marine Academy building (Bland Library) Kings Point, NY.   
MARAD  95  Construction  Gregg Wanlass  516-773-5435    MARAD-937  8(a) Competitive  3rd QTR  Over $100,000 to $500,000  Window replacement at the Merchant Marine Academy (Administrative Building) Kings Point, NY.    
MARAD  93  Services (not listed)  Helen Littleton  202-366-5484    MARAD-902  Sole Source  1st QTR  Under $100,000  Ship movement files and on-line services-Seasearcher.   
MARAD  91  Services (not listed)  Helen Littleton  202-366-5484    MARAD-903  Sole Source  1st QTR  Under $100,000  The Lloyd's Maritime Database, Lloyd's Register of Ships on CD, Network Version of World Shipping Encyclopaedia.  Lloyd's Register Fairplay 
MARAD  91  Services (not listed)  Helen Littleton  202-366-5484    MARAD-904  Sole Source  1st QTR  Under $100,000  Clarkson Research Studies - Services/Products, Clarkson Professional CD/Publications.  Clarkson Research 
MARAD  91  Services (not listed)  Helen Littleton  202-366-5484    MARAD-905  Sole Source  1st QTR  Over $100,000 to $500,000  Export/Import trade data on CD.  Journal of Commerce (PIERS) 
MARAD  91  Services (not listed)  Helen Littleton  202-366-5484    MARAD-906  Sole Source  1st QTR  Under $100,000  Worldwide information on container vessels including carrying capacity intermodal services, newbuildings and operators.   
MARAD  93  Services (not listed)  Helen Littleton  202-366-5484    MARAD-907  Sole Source  1st QTR  Under $100,000  CI-On Line (Liner Intelligence).  Information Marine Transport 
MARAD  91  Services (not listed)  James R. Kahler  202-366-5072  488399  MARAD-939  Full and Open  1st QTR  Over $5 million to $10 million  Provide a long-term safe layberth and services for RRF vessels Cape Race, Cape Ray & Cape Rise on the US East Coast.   
MARAD  91  Services (not listed)  John Desch  202-366-4356  562910  MARAD-940  Full and Open  1st QTR  Over $10 million  Provide ship recycling (dismantlement) services to dismantle and dispose of MARAD obsolete vessels from the National Defense Reserve Fleet.   
NHTSA  22  Services (not listed)  Lloyd S. Blackwell  202-366-9564  541519    To be determined  3rd QTR  Over $100,000 to $500,000  Vehicle Safety Communication Program   
NHTSA  22  Services (not listed)  Lloyd S. Blackwell  202-366-9564  541519    To be determined  1st QTR  Over $100,000 to $500,000  Data/Records Support for Regions 1-X   
NHTSA  22  Services (not listed)  Lloyd S. Blackwell  202-366-9564  541720    To be determined  3rd QTR  Over $100,000 to $500,000  Law Enforcement Liaison  Region(s) 3 & 10 
NHTSA  22  Services (not listed)  Lloyd S. Blackwell  202-366-9564  541831    To be determined  4th QTR  Under $100,000  Media Support   Region 1 & 8 
NHTSA  22  Services (not listed)  Lloyd S. Blackwell  202-366-9564  541720    To be determined  4th QTR  Under $100,000  Technical and Analytical Support   
NHTSA  22  Services (not listed)  Lloyd S. Blackwell  202-366-9564  541720    8(a) Competitive  1st QTR  Over $3 million to $5 million  Program Support Services   
NHTSA  22  Services (not listed)  Lloyd S. Blackwell  (202) 366-9564  541512  0001  8(a) Competitive  1st QTR  Over $5 million to $10 million  Hotline Contract Support   
NHTSA  22  Services (not listed)  Lloyd S. Blackwell  202-366-9564  541519    8(a) Competitive  1st QTR  Over $500,000 to $3 million  Communication Support Services   
NHTSA  22  Marketing/Advertising Services  Lloyd S. Blackwell  202-366-9564  541720    8(a) Competitive  4th QTR  Over $500,000 to $3 million  Hispanic Traffic Safety Communications and Public Education   
NHTSA  22  Engineering Services  Robin Esser  937-666-4511  541330    To be determined  2nd QTR  Over $100,000 to $500,000  Heavy Vehicle, Type TBD  Equiped w/stability control 
NHTSA  22  Engineering Services  Robin Esser  937-666-4511  541330    To be determined  2nd QTR  Over $500,000 to $3 million  Tire Testing Services   
NHTSA  22  Environmental Services  Robin Esser  937-666-4511  561720    To be determined  1st QTR  Over $100,000 to $500,000  Janitorial Services  8a or SDVOB 
NHTSA  22  Engineering Services  Robin Esser  937-666-4511  541330    To be determined  1st QTR  Over $100,000 to $500,000  RT-range system six axis inertial sensing   
NHTSA  22  Computer Related Services  Robin Esser  937-666-4511  541519    To be determined  2nd QTR  Over $500,000 to $3 million  ADP Support Services for VRTC  8a or SDVOB 
OST  59  Business Services  Wanda Calderwood      TRANS-029  To be determined  TBD  Over $10 million  Project: WMATA - SMART BENEFITS  Optional Renewal - DTO59-06-D-00454 
OST  59  Business Services  Kevin Towles  202-366-9675    OST-M-005  Full and Open  TBD  Under $100,000  Project: West Group Legal Research System   
OST  59  Business Services  Wanda Calderwood      TRANS-028  To be determined  TBD  Over $10 million  Project: Washington Metropolitan Area Transit  Class Justification 
OST  59  Computer Related Services  Cynthia Schell  202-366-  811212  OCIO-006  8(a) non-competitive  1st QTR  Over $100,000 to $500,000  Project: Software maintenance (blue coat)   
OST  59  Services (not listed)  Sharon Caboga  202-366-    OIG-005  Full and Open  1st QTR  Over $100,000 to $500,000  Project: Private Partnership for the Office of Inspector General (OIG)   
OST  59  Business Services  Sharon Caboga  202-366-  811219  OIG-001  Small Business Set-Aside  1st QTR  Under $100,000  Project: Polycom Maintenance Services for the Office of Inspector General (OIG)   
OST  59  Management Services  Bill Rutherford  202-366-6311  541612  OST-M-001  To be determined  1st QTR  Over $100,000 to $500,000  Project: On-Site (contractor support) Human Resources Systems   
OST  59  Computer Related Services  Cynthia Schell  202-366-  541513  OCIO-002  Small Business Set-Aside  1st QTR  Over $5 million to $10 million  Project: New IT operations provider (Bowhead recompete) for the Office of The Chief Information Officer  The incumbent 8(a)contractor is Bowhead Technical Services 
OST  59  Services (not listed)  Cynthia Schell  202-366-  541512  OCIO-001  Full and Open  1st QTR  Over $10 million  Project: New disk space storage solution for the Office of The Chief Information Officer   
OST  59  Business Services  Tonya Templeton  202-366-0798    OST-M-002  Small Business Set-Aside  1st QTR  Under $100,000  Project: Federal Occupational Health   
OST  59  Business Services  Tom Sachs  202-366-4539    S60-021  To be determined  TBD  Under $100,000  Project: Emergency Notification System - Message One Contract   
OST  59  Business Services  Wanda Calderwood      TRANS-003  To be determined  TBD  Over $10 million  Project: Communter Check Corp  Option Renewal - DTOS59-06-00462 
OST  59  Computer Related Services  Cynthia Schell  202-366-  541611  OCIO-003  To be determined  1st QTR  Over $100,000 to $500,000  Project: COE migration support for the Office of The Chief Information Officer   
OST  59  Business Services  Craig Bellet  202-366-    OFM-008  Sole Source  TBD  Under $100,000  Project: Brinks US (Armored Car Service)   
OST  59  Business Services  Wanda Calderwood      TRANS-041  To be determined  TBD  Over $5 million to $10 million  Project: Baltimore  BOA - DTOS59-06-A-00652 
OST  59  Services (not listed)  Sharon Caboga  202-366-    OIG-006  Full and Open  1st QTR  Over $100,000 to $500,000  Project: Amtrak for the Office of Inspector General (OIG)   
OST  59  Business Services  Wanda Calderwood      TRANS-030  To be determined  TBD  Over $100,000 to $500,000  Project: Yosemite Area Regional Tran System  Optional Renewal - DTO59-07-D-00452 
OST  59  Services (not listed)  Steve Gomez  202-366-9455    OST-M-013  To be determined  TBD  Over $100,000 to $500,000  Project: Worker's Compensation Information System   
OST  59  Business Services  Joanne Kormos  202-366-2142    OST-M-006  Small Business Set-Aside  TBD  Under $100,000  Project: Verbatim Court Reporting Transcript Services   
OST  59  Business Services  Wanda Calderwood      TRANS-027  To be determined  TBD  Over $500,000 to $3 million  Project: Utah Tansit Authority  Optional Renewal - DTO59-06-D-00453 
OST  59  Services (not listed)  Craig Bellet      OFM-012  Sole Source  TBD  Over $3 million to $5 million  Project: Unemployment Compensation  Interagency Agreement - (5 U.S.C. 8501) 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-018  To be determined  TBD  Under $100,000  Project: TS Satellite Phone Service - DISA  Interagency Agreement 
OST  59  Business Services  Wanda Calderwood      TRANS-047  To be determined  TBD  Over $100,000 to $500,000  Project: Tri-Met Portland  BOA - DTOS59-09-A-00651 
OST  59  Business Services  Wanda Calderwood      TRANS-026  To be determined  TBD  Over $10 million  Project: TRANSITCHEK - New York  Optional Renewal - DTO59-06-D-00458 
OST  59  Business Services  Wanda Calderwood      TRANS-025  To be determined  4th QTR  Over $10 million  Project: TRANBEN  Optional Renewal - DTO59-07-D-00462 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-005  To be determined  TBD  Under $100,000  Project: Support to RETCOs - Volpe center  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-007  To be determined  TBD  Under $100,000  Project: Support to RETCOs - FMCSA  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-010  To be determined  TBD  Under $100,000  Project: Support to RETCOs - FHWA - Region 9  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-009  To be determined  TBD  Under $100,000  Project: Support to RETCOs - FHWA - Region 8  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-008  To be determined  TBD  Under $100,000  Project: Support to RETCOs - FHWA - Region 5  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-006  To be determined  TBD  Under $100,000  Project: Support to RETCOs - Federal Transit Administration  Interagency Agreement 
OST  59  Business Services  Wanda Calderwood      TRANS-024  To be determined  TBD  Over $100,000 to $500,000  Project: Suburban Mobility Authority Reg -Detroit  Optional Renewal - DTO59-06-D-00461 
OST  59  Business Services  Wanda Calderwood      TRANS-023  To be determined  TBD  Over $100,000 to $500,000  Project: Spring Transit  Class Justification 
OST  59  Business Services  Wanda Calderwood      TRANS-046  To be determined  4th QTR  Under $100,000  Project: Spokane  BOA - DTOS59-06-A-00021 
OST  59  Business Services  Wanda Calderwood      TRANS-022  To be determined  TBD  Over $500,000 to $3 million  Project: Sound Transit Flexpass  Class Justification 
OST  59  Business Services  Cynthia Schell  202-366-  811212  OCIO-010  To be determined  1st QTR  Over $10 million  Project: Software maintenance/licensing (other renewals)   
OST  59  Computer Related Services  Cynthia Schell  202-366-  811212  OCIO-007  Small Business Set-Aside  1st QTR  Under $100,000  Project: Software maintenance (Symantec)   
OST  59  Computer Related Services  Cynthia Schell  202-366-  811212  OCIO-009  8(a) non-competitive  1st QTR  Over $100,000 to $500,000  Project: Software maintenance (Remedy)   
OST  59  Computer Related Services  Cynthia Schell  202-366-  811212  OCIO-008  Full and Open  1st QTR  Over $10 million  Project: Software maintenance (Check Point)   
OST  59  Computer Related Services  Cynthia Schell  202-366-  811212  OCIO-005  Small Business Set-Aside  1st QTR  Over $5 million to $10 million  Project: Software maintenance (adic) for the Office of The Chief Information Officer   
OST  59  Business Services  Wanda Calderwood      TRANS-019  To be determined  TBD  Over $100,000 to $500,000  Project: Regional Transit Authority - New Orleans  Optional Renewal - DTO59-07-D-00459 
OST  59  Business Services  Wanda Calderwood      TRANS-020  To be determined  TBD  Over $5 million to $10 million  Project: Regional Transit Authority - Chicago  Optional Renewal - DTO59-07-D-00451 
OST  59  Business Services  Wanda Calderwood      TRANS-018  To be determined  TBD  Over $100,000 to $500,000  Project: Port Authority  Optional Renewal - DTO59-06-D-00459 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-003  To be determined  TBD  Over $100,000 to $500,000  Project: PM-US NORD/Northcom  Excalibur Associates, Inc. 
OST  59  Business Services  Wanda Calderwood      TRANS-017  To be determined  TBD  Over $100,000 to $500,000  Project: Pinellas Suncoast Transit Clearwater  Optional Renewal - DTO59-08-P-00017 
OST  59  Office Equipment  Cynthia Schell  202-366-  238210  OCIO-004  To be determined  1st QTR  Over $100,000 to $500,000  Project: Phone Replacement Blanket Purchase Agreement for the Office of The Chief Information Officer   
OST  59  Business Services  Wanda Calderwood      TRANS-045  To be determined  TBD  Over $100,000 to $500,000  Project: Phoenix   
OST  59  Business Services  Craig Bellet      OFM-011  Interagency agreement transfer of funds  TBD  Over $3 million to $5 million  Project: OFM Accounting and Delphi Support  Intragency Agreement 
OST  59  Services (not listed)  Cora McVey  202-366-7958    OST-M-008  Sole Source  TBD  Over $10 million  Project: Office of Personnel Management eLMS Operational Support  Interagency Agreement 
OST  59  Business Services  Wanda Calderwood      TRANS-016  To be determined  TBD  Over $500,000 to $3 million  Project: Oahu Transit Services, Inc.  Optional Renewal - DTO59-07-D-00450 
OST  59  Business Services  Sharon Caboga  202-366-  541211  OIG-004  Small Business Set-Aside  1st QTR  Over $100,000 to $500,000  Project: National Transportation Safety Board (NTSB) Financial Statement Audit   
OST  59  Business Services  Wanda Calderwood      TRANS-016  To be determined  TBD  Over $100,000 to $500,000  Project: Milwaukee Co. Transit System  Optional Renewal - DTO59-06-D-00455 
OST  59  Business Services  Wanda Calderwood      TRANS-040  To be determined  4th QTR  Over $500,000 to $3 million  Project: Miami - Tri-Rail  BOA - DTOS59-06-X-0565 
OST  59  Business Services  Wanda Calderwood      TRANS-039  To be determined  TBD  Over $100,000 to $500,000  Project: Miami - Dade   
OST  59  Business Services  Wanda Calderwood      TRANS-013  To be determined  TBD  Over $100,000 to $500,000  Project: METRO AREA TRANSIT - OMAHA  Class Justification 
OST  59  Business Services  Joanne Kormos  202-366-2142    OST-M-003  Small Business Set-Aside  TBD  Under $100,000  Project: Lexis-Nexis Legal Research System   
OST  59  Business Services  Wanda Calderwood      TRANS-038  To be determined  TBD  Over $5 million to $10 million  Project: LakeTran  BOA - DTOS59-06-A-00018 
OST  59  Business Services  Wanda Calderwood      TRANS-012  To be determined  TBD  Over $500,000 to $3 million  Project: KITSAP  Optional Renewal - DTO59-07-D-00455 
OST  59  Business Services  Wanda Calderwood      TRANS-011  To be determined  4th QTR  Over $500,000 to $3 million  Project: King County Dept. of Transportation  Optional Renewal - DTO59-06-D-00456 
OST  59  Business Services  Wanda Calderwood      TRANS-010  To be determined  TBD  Over $500,000 to $3 million  Project: KCATA  Optional Renewal - DTO59-06-D-00452 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-019  To be determined  TBD  Under $100,000  Project: JWICS - FAA  Interagency Agreement 
OST  59  Business Services  Wanda Calderwood      TRANS-009  To be determined  4th QTR  Over $100,000 to $500,000  Project: Johnson County Transportation Authority  Optional Renewal - DTO59-07-D-00454 
OST  59  Business Services  Wanda Calderwood      TRANS-008  To be determined  TBD  Over $100,000 to $500,000  Project: Jacksonville Transportation Authority  Class Justification 
OST  59  Business Services  Wanda Calderwood      TRANS-037  To be determined  TBD  Under $100,000  Project: IndyGo  BOA - DTOS59-06-A-00009 
OST  59  Business Services  Craig Bellet  202-366-    OFM-004  Small Business Set-Aside  TBD  Over $100,000 to $500,000  Project: Indus Technology Inc. (Contract Closeout Support)  Option Renewal 
OST  59  Services (not listed)  Craig Bellet      OFM-010  Interagency agreement transfer of funds  TBD  Over $100,000 to $500,000  Project: Human Resource Systems Support  Intragency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-024  To be determined  TBD  Under $100,000  Project: HSDN for CMC Intel Office - DISA  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-023  To be determined  TBD  Under $100,000  Project: HSDN for CMC - DISA  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-025  To be determined  TBD  Under $100,000  Project: HSDN for 5th Floor - DISA  Interagency Agreement 
OST  59  Business Services  Wanda Calderwood      TRANS-007  To be determined  TBD  Over $10 million  Project: Hillsborough Area Regional Transit-Tampa  Optional Renewal - DTO59-05-D-00451 
OST  59  Business Services  Wanda Calderwood      TRANS-006  To be determined  TBD  Over $100,000 to $500,000  Project: Greater Richmond Transit Co.  Class Justification 
OST  59  Business Services  Wanda Calderwood      TRANS-044  To be determined  TBD  Over $100,000 to $500,000  Project: Ft. Worth  BOA - DTOS59-06-A-00013 
OST  59  Services (not listed)  Wanda Calderwood      TRANS-005  Sole Source  TBD  Over $100,000 to $500,000  Project: Fort Irwin  Interagency Agreement 
OST  59  Services (not listed)  Craig Bellet      OFM-016  Sole Source  TBD  Over $100,000 to $500,000  Project: Flexible Spending Account  P.L. 103-136 (OPM Negotiated Contract) 
OST  59  Management Services  Tom Sachs  202-366-4539    S60-004  To be determined  TBD  Under $100,000  Project: Financial Support Services  Executive Management Associates 
OST  59  Services (not listed)  Craig Bellet      OFM-015  Sole Source  TBD  Over $3 million to $5 million  Project: FEMA COOP Facility Lease and Improvements   
OST  59  Services (not listed)  Craig Bellet      OFM-014  Sole Source  TBD  Over $100,000 to $500,000  Project: Federal Laboratory Consortium  Interagency Agreement - (15 U.S.C. 3710) 
OST  59  Services (not listed)  Bill Rutherford  202-366-6311    OST-M-009  Sole Source  TBD  Over $100,000 to $500,000  Project: Federal Aviation Administration FPPS Tech Support  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-012  To be determined  TBD  Under $100,000  Project: FAA - Southwest Region  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-011  To be determined  TBD  Under $100,000  Project: FAA - Southern Region  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-013  To be determined  TBD  Under $100,000  Project: FAA - Northwest Mountain Region  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-015  To be determined  TBD  Under $100,000  Project: FAA - Eastern Region  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-014  To be determined  TBD  Under $100,000  Project: FAA - Alaska Region  Interagency Agreement 
OST  59  Management Services  Craig Bellet  202-366-    OFM-003  Small Business Set-Aside  TBD  Over $100,000 to $500,000  Project: Executive Management Associates Inc. (Financial Management Support) DTOS59-08-F-00105  Option Renewal 
OST  59  Services (not listed)  Bill Rutherford  202-366-6311    OST-M-010  Sole Source  TBD  Over $100,000 to $500,000  Project: Enterprise Human Resources Integration Analytical Tools  Interagency Agreement 
OST  59  Services (not listed)  Cora McVey  202-366-7958    OST-M-012  Sole Source  TBD  Over $100,000 to $500,000  Project: eLMS Helpline Support Contract DTOS59-09-N-00811  Interagency Agreement 
OST  59  Services (not listed)  Bill Rutherford  202-366-6311    OST-M-011  Sole Source  TBD  Over $100,000 to $500,000  Project: Electronic Personnel Folder eOPF License Maintenance and Operations  Interagency Agreement 
OST  59  Business Services  Wanda Calderwood      TRANS-004  To be determined  TBD  Under $100,000  Project: Douglas County Rideshare  Option Renewal - DTOS59-08-P-00013 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-001  To be determined  TBD  Under $100,000  Project: Disaster Support  Excalibur Associates, Inc. 
OST  59  Business Services  Craig Bellet  202-366-    OFM-007  Small Business Set-Aside  TBD  Over $100,000 to $500,000  Project: Digital Management Inc. (C&A Support)  Option Renewal 
OST  59  Services (not listed)  Bill Rutherford  202-366-6311    OST-M-007  To be determined  TBD  Over $10 million  Project: Department of Interior FPPS System & Payroll Operations System Support  Interagency Agreement 
OST  59  Business Services  Wanda Calderwood      TRANS-014  To be determined  TBD  Over $500,000 to $3 million  Project: DART-Des Moines Area Regional Transit  Optional Renewal - DTO59-07-D-00451 
OST  59  Business Services  Wanda Calderwood      TRANS-043  To be determined  TBD  Over $100,000 to $500,000  Project: Dallas   
OST  59  Business Services  Wanda Calderwood      TRANS-048  To be determined  TBD  Over $100,000 to $500,000  Project: C-Tran  BOA - DTOS59-08-A-00001 
OST  59  Services (not listed)  Craig Bellet      OFM-013  Sole Source  TBD  Over $100,000 to $500,000  Project: Consolidated Federal Funds Report (CFFR)  Interagency Agreement - (31 U.S.C. 6102 and 6201a and 13 U.S.C. 161) 
OST  59  Business Services        TRANS-002  To be determined  TBD  Over $100,000 to $500,000  Project: Cobb Community Transit Fares  Option Renewal - DTOS59-06-D-00460 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-002  To be determined  TBD  Over $500,000 to $3 million  Project: Cmc Watch Staff & Reserve Watch  Excalibur Associates, Inc. 
OST  59  Business Services  Wanda Calderwood      TRANS-042  To be determined  TBD  Over $5 million to $10 million  Project: Cleveland   
OST  59  Business Services  Wanda Calderwood      TRANS-001  To be determined  TBD  Over $100,000 to $500,000  Project: Central Oklahoma Transportation  Option Renewal - DTOS59-07-P-00031 
OST  59  Business Services  Craig Bellet  202-366-    OFM-006  Small Business Set-Aside  TBD  Over $100,000 to $500,000  Project: Catapult Technology Ltd (Financial Systems Support)  Option Renewal 
OST  59  Business Services  Craig Bellet  202-366-    OFM-005  Small Business Set-Aside  TBD  Over $100,000 to $500,000  Project: Catapult Technology Ltd (Data Management Support)  Option Renewal 
OST  59  Services (not listed)  Craig Bellet      OFM-009  Interagency agreement transfer of funds  TBD  Under $100,000  Project: Castle (Time and Attendance)  Intragency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-022  To be determined  TBD  Under $100,000  Project: Blackberry Service - FAA  Interagency Agreement 
OST  59  Services (not listed)  Tom Sachs  202-366-4539    S60-020  To be determined  TBD  Under $100,000  Project: AV Systems Annual Maintenance Agreement   
OST  59  Business Services  Sharon Caboga  202-366-  541211  OIG-003  To be determined  1st QTR  Over $10 million  Project: Audit/SAS 70 - FAA Financial Statement Audit   
OST  59  Business Services  Wanda Calderwood      TRANS-034  To be determined  TBD  Over $5 million to $10 million  Project: Atlanta - MARTA   
OST  59  Business Services  Wanda Calderwood      TRANS-035  To be determined  TBD  Over $100,000 to $500,000  Project: Atlanta - GRTA  BOA - DTOS59-06-A-00016 
OST  59  Business Services  Wanda Calderwood      TRANS-033  To be determined  TBD  Under $100,000  Project: Anchorage   
OST  59  Business Services  Wanda Calderwood      TRANS-032  To be determined  TBD  Under $100,000  Project: Albuquerque  BOA - DTOS59-06-A-00012 
OST  59  Business Services  Wanda Calderwood      TRANS-031  To be determined  TBD  Under $100,000  Project: Akron  BOA - DTOS59-06-A-00020 
OST  59  Business Services  Wanda Calderwood      TRANS-036  To be determined  TBD  Under $100,000  Project: AirTrain - New York  BOA - DTOS59-06-A-00015 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-016  To be determined  TBD  Under $100,000  Project: 8 Retrep Blackberry Hosting - FAA  Interagency Agreement 
OST  59  Business Services  Tom Sachs  202-366-4539    S60-017  To be determined  TBD  Under $100,000  Project: 3 Retrep Blackberry Hosting - FHWA  Interagency Agreement 
OST  59  Business Services  Shelley Hession  202-366-3623    OST-M-004  Small Business Set-Aside  TBD  Under $100,000  Bowhead Technical and Professional Services  The incumbent 8(a)contractor is Bowhead Technical Services 
OST  59  Business Services  Craig Bellet  202-366-    OFM-001  To be determined  TBD  Over $100,000 to $500,000  Project: BearingPoint Audit Liaison DTOS59-06-A-00027   
OST  59  Business Services  Craig Bellet  202-366-    OFM-002  Sole Source  TBD  Over $100,000 to $500,000  Project: BearingPoint A-123 Compliance DTOS59-06-A-00050  Option Renewal 
OST  59  Business Services  Sharon Caboga  202-366-  541211  OIG-002  To be determined  1st QTR  Over $10 million  TBD   
PHMSA  56  Computer and Peripherals  Eric L. Hilton  202 366-3845  TBD  PHA-0001  To be determined  1st QTR  Over $100,000 to $500,000  To provide website operations and maintenance (with some development) support services for the new PHMSA website being launched in November 2008. The PHMSA web presence is built on the Vignette Content Management Platform.   
PHMSA  56  Transportation Services  Eric L. Hilton  202 366-3845  TBD  PHH-0001  To be determined  2nd QTR  Over $500,000 to $3 million  Provide support services to assist in administering the Hazardous Materials Registration program.  More information on this program can be found at http://www.phmsa.dot/hazmat/registration.  
PHMSA  56  Computer and Peripherals  Eric L. Hilton  202 366-3845  TBD  PHH-0002  To be determined  2nd QTR  Over $100,000 to $500,000  Application Performance Management Tool to improve efficiency and effectiveness of the Hazardous Materials Information System.   
PHMSA  56  Computer Related Services  Eric L. Hilton  202 366-3845  TBD  PHH-0003  To be determined  1st QTR  Over $100,000 to $500,000  Define requirements for re-engineering the Incident Reporting, Registration, and Enforcement modules in the Hazardous Materials Information System (HMIS).   
PHMSA  56  Computer and Peripherals  Eric L. Hilton  202 366-3845  TBD  PHH-0004  To be determined  1st QTR  Over $500,000 to $3 million  Re-engineer/develop Incident Reporting, Registration, and Enforcement modules in the Hazardous Materials Information System (HMIS).   
PHMSA  56  Environmental Services  Eric L. Hilton  202 366-3845  TBD  PHP-0001  Full and Open  1st QTR  Over $3 million to $5 million  Alternative Fuels Broad Agency Announcement. This is a new research solicitation addressing a variety of technical gaps for a variety of alternative fuels.   
PHMSA  56  Services (not listed)  Eric L. Hilton  202 366-3845  TBD  PHP-0002  To be determined  1st QTR  Over $100,000 to $500,000  Recompete of Expert Services Contract.   
RITA / VOLPE  57  Transportation Services  Thomas Wilga  617-494-2177    3D-7033  Small Business Set-Aside  2nd QTR  Over $3 million to $5 million  Up to four locomotives will replace old, inefficient and costly to maintain locomotives as part of the U.S. Army Rail Modernization Program. The new GenSet locomotives when delivered to the Army will offer better fuel savings, environmental benefits and lower maintenance costs when compared to conventional locomotives.    
RITA / VOLPE  57  Services (not listed)  F.Scott Lian  617-494-2811      Sole Source  1st QTR  Over $100,000 to $500,000  Provide accurate and continually evolving analysis and models on alternative fuels transport, use pathways and existing and long term challenges of transitioning toward a diverse portfolio of alternative fuels which will help achieve mandated emissions reduction and alternative fuel use requirements.   
RITA / VOLPE  57  Engineering Services  William Halloran  617-494-2502    4E-7371  Sole Source  1st QTR  Over $100,000 to $500,000  The item is an enhanced data collection and reporting system for the FAA ATMP Program.   
RITA / VOLPE  57  Engineering Services  Jayne Rossetti  617-494-6349    4A-7154  HUBZone  1st QTR  Over $100,000 to $500,000  Engineering support services in planning the transition and implementation phases of the Position, Navigation and Timing (PNT) architecture.   
RITA / VOLPE  57  Education Services  Eric Frykenberg  617-404-4810    6E-7026  Follow-on action  1st QTR  Over $100,000 to $500,000  The proposed procurement is for an IAA between FA and the Volpe center to prvide ORACLE BASED services    
RITA / VOLPE  57  Computer and Peripherals  Joseph Monaghan  617-494-2448    6E-7198  Small Business Set-Aside  1st QTR  Over $100,000 to $500,000  Obtain Microsoft software products for use by Volpe Center's TRIPS Contractor (CSC) to support TRIPS Contract cost, schedule, and quality improvement initiatives.   
RITA / VOLPE  57  Computer and Peripherals  Thomas Wilga  617-494-2177    4C-7064  Sole Source  1st QTR  Over $500,000 to $3 million  Purchase, delivery, installation, and configuration of the ASDE-X Data Distibution system at a number Airports to be defined later. The ASDE-X Data Distribution system shall include all software, firmware, hardware, interfaces, commercial and non commercial licenses, documentation and special support equipment necessary to install, operate and maintain the ASDE-X Data Distribution System at each of the airports identified. The Data Distribution Cabinets shall include the factory testing typically required for acceptance by the FAA's ASDE-X program.    
RITA / VOLPE  57  Services (not listed)  Thomas Wilga  617-494-2177    6C-7043  Sole Source  1st QTR  Over $100,000 to $500,000  To establish an Interagency Agreement (IAA) for FY09 Temporary Help Services with the Department of Veterans Affairs/Mid-Atlantic Cooperative Administrative Support Unit (CASU). Options for FY10 and FY11.    
RITA / VOLPE  57  Services (not listed)  Thomas Wilga  617-494-2177    4E-7401  8(a) non-competitive  1st QTR  Over $500,000 to $3 million  "Unarmed security guard service in support of the Libby Asbestos Site remediation in Lincoln County, Montana. This contract will be a 3-year contract with two additional option years. "    
RITA / VOLPE  57  Services (not listed)  Thomas Wilga  617-494-2177    4F-7084  Sole Source  1st QTR  Over $100,000 to $500,000  The Volpe Center seeks to contract outside support for development of the Aviation environmental Portfolio Management Tool (APMT). This tool will provide an economic component to its existing Aviation Environmental Design Tool (AEDT) program, according to the requirements of the funding interagency agreement from the Federal Aviation Administration. 2 - 3 years of support is sought, including weekly meetings, in-depth data processing, and sample problem evaluation.    
RITA / VOLPE  57  Computer Related Services  Thomas Wilga  617-494-2177    3F-7038  Small Business Set-Aside  2nd QTR  Over $100,000 to $500,000  The purpose of the procurement is to procure the Adobe LiveCycle procduct and implementation services in order to intergrate into the Artemis system.    
RITA / VOLPE  57  Construction Materials  Thomas Wilga  617-494-2177    4E-7400  HUBZone  1st QTR  Over $500,000 to $3 million  The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA has a requirement for assisting the U.S. Environmental Protection Agency (EPA), to provide residential common fill in Libby, Montana. The residential common fill will be used as part of the site remediation and restoration in Lincoln County, Montana. This contract is for the Volpe Center to obtain 5,000 tons of common fill with the option to import up to 247,000 tons of additional common fill for a total capacity of 252,000 tons.    
RITA / VOLPE  57  Computer and Peripherals  Thomas Wilga  617-494-2177    4B-7020  Sole Source  1st QTR  Over $100,000 to $500,000  The Government requires the Contractor to supply, install and configure four ASDE-X Data Distribution Cabinets to be used to integrate Airport Surface Detection Equipment Model X (ASDE-X) data from the Newark Liberty International, Hartsfield-Jackson Atlanta International, Boston Logan International and the Orlando International Airports with the FAA’s Enhanced Traffic Management System (ETMS), by November 30th, 2008. Volpe Center is assisting the FAA's Air Traffic Systems Operations Division with the integration of Newark, Atlanta, Boston and Orlando Airport’s ASDE-X data into the ETMS. This will require the purchase, delivery, installation and configuration of ASDE-X Data Distribution cabinets: one for each of the four sites.    
RITA / VOLPE  57  Services (not listed)  Thomas Wilga  617-494-2177    6C-7042  Sole Source  1st QTR  Over $100,000 to $500,000  Provide technical staffing and recruiting services and to conduct analysis on Human Capital initiatives   
RITA / VOLPE  57  Computer and Peripherals  Thomas Wilga  617-494-2177    5E-7136  Small Business Set-Aside  1st QTR  Over $100,000 to $500,000  This procurement is to purchase renewal licences for Webmethods software for the FMCSA Infrastructure and COMPASS Project.   
RITA / VOLPE  57  Computer and Peripherals  Thomas Wilga  617-494-2177    5E-7135  Small Business Set-Aside  1st QTR  Over $100,000 to $500,000  1) RTV-6E and RTV-5E creat one procurement to renew disaster recover service for FMCSA Information Technology (IT) Infrastructure contract as well as the Volpe Institutional IT Infrastructure. 2) This procurement is to purchase 30 IBM Websphere software and licence renewals for the FMCSA Infrastructure and COMPASS Project.   
RITA / VOLPE  57  Construction Materials  Thomas Wilga  617-494-2177    4E-7402  HUBZone  1st QTR  Over $5 million to $10 million  The John A. Volpe National Transportation Systems Center (Volpe Center) is assisting the U.S. Environmental Protection Agency (EPA) with the Libby Asbestos Project. As part of this project, the Volpe Center will conduct soil removal activities at various residential properties in the City of Libby, Lincoln County, Montana. This contract is for the Volpe Center to obtain 5,000 tons of residential topsoil with the option to import up to 220,000 tons of additional residential topsoil for a total capacity of 225,000 tons.    
RITA / VOLPE  57  Services (not listed)  Thomas Wilga  617-494-2177    5A-7025  8(a) non-competitive  1st QTR  Over $100,000 to $500,000  This procurement request is for award of a task order to JJJ Microsystems under the GSA STARS 8(a) GWAC. This procurement requests a continuation of services for software support for modifications and maintenance to existing software, and for the development of a new functionality for the Pipeline and Hazardous Materials Safety Administration (PHMSA) Office of Pipeline Safety's (PHP) State Program web application called Federal-State Tracking and Reporting (FedSTAR). The procurement is for a base period of 23 weeks, with two option periods of 22weeks each.    
RITA / VOLPE  57  Computer Related Services  Thomas Wilga  617-494-2177    6E-7199  Full and Open  1st QTR  Over $500,000 to $3 million  The purpose of this procurement is to obtain Disaster Recovery services for Volpe Institutional and FMCSA Project systems for the period: FY09 - FY13.    
RITA / VOLPE  57  Computer Related Services  Thomas Wilga  617-494-2177    6D3-7003  Sole Source  1st QTR  Over $100,000 to $500,000  This PFF is established for the maintenance of the Volpe Center's Procurment Requisition Information System Management PRISM.    
RITA / VOLPE  57  Services (not listed)  Thomas Wilga  617-494-2177    6G-7053  Sole Source  1st QTR  Over $500,000 to $3 million  Wellness Program Services: staffing for operation of Health unit and fitness center. Contract for 5 years FY'2009 - FY'2014. This is a Sole Source acquisition because FOH is the only provider of both health unit clinical services; as well as fitness center services, and specialty program services. Federal Occupational Health provides specialty programs which include, 1) a medical surveillance program for the safety of employee's who work in the field who may be exposed to environmental hazards; 2) Safety Audit of Volpe Center campus, facility operations, and guidance for establishing an enhanced safety program; 3) Medical Employability/ Disability Consultations; 4) Public Access Defibrillator (AED) / CPR program; 5) Smoking Cessation Program.    
RITA / VOLPE  57  Services (not listed)  Thomas Wilga  617-494-2177    6C-7045  Full and Open  1st QTR  Over $500,000 to $3 million  2,000 Labor Hours of Expert HR consultant and technical assistance services and training.   
RITA / VOLPE  57  Services (not listed)  Thomas Wilga  617-494-2177    6F-7015  Sole Source  1st QTR  Over $500,000 to $3 million  Provide steam utility service for FY09 .   
RITA / VOLPE  57  Services (not listed)  Thomas Wilga  617-494-2177    6F-7022  Sole Source  1st QTR  Over $100,000 to $500,000  Provide water & sewer utility service for FY09 thru 1-31-09.   
RITA / VOLPE  57  Services (not listed)  Thomas Wilga  617-494-2177    6F-7020  Sole Source  1st QTR  Over $100,000 to $500,000  Provide electrical generation utility service for FY09 thru 1-31-09.   
RITA / VOLPE  57  Services (not listed)  Thomas Wilga  617-494-2177    6F-7018  Sole Source  1st QTR  Over $500,000 to $3 million  Provide electrical distribution utility service for FY09 .   
RITA / VOLPE  57  Commercial Equipment  Thomas Wilga  617-494-2177    3F-7031  Small Business Set-Aside  1st QTR  Over $500,000 to $3 million  Program. Four load cells will be purchased initially for first article testing with the option of purchasing an additional 146 for barrier validation tests. Assuming satisfactory barrier validation tests, 450 load cells will be purchased for upgrading the remaining three NCAP test sites.    
RITA / VOLPE  57  Services (not listed)  Thomas Wilga  617-494-2177    6D1-7020  8(a) non-competitive  2nd QTR  Over $500,000 to $3 million  Provide contract close and contract administrative services.    
RITA / VOLPE  57  Engineering Services  Thomas Wilga  617-494-2177    3D-7034  8(a) non-competitive  1st QTR  Over $100,000 to $500,000  Technical and engineering support services required for increaseing the training quality on the U.S. Army Locomotive Engineer Training Simulator (LETS) at the Training School located at Fot Eustis, VA. This includes software and hardware implementation, upgrades, and maintenance to the current LETS.    
SLSDC  55  Miscellaneous Durable Goods  Patricia White  315-764-3236  326299  Small Business Set-Aside  2nd QTR  Over $100,000 to $500,000  Rubber dock fenders.   
SLSDC  55  Construction  Patricia White  315-764-3236  237990  Full and Open  3rd QTR  Over $500,000 to $3 million  Rehabilitate miter gates.   
SLSDC  55  Construction  Patricia White  315-764-3236  237310  12  Full and Open  4th QTR  Over $500,000 to $3 million  Adjust mooring buttons and replace pavement at lock approach walls.   
SLSDC  55  Construction  Patricia White  315-764-3236  237990  13  Full and Open  4th QTR  Over $500,000 to $3 million  Upgrade culvert valve operating machinery and control.   
SLSDC  55  Supplies (not listed)  Patricia White  315-764-3236  332911  To be determined  3rd QTR  Over $500,000 to $3 million  Purchase culvert valves.   
SLSDC  55  Commercial Equipment  Patricia White  315-764-3236  423810  Small Business Set-Aside  3rd QTR  Over $500,000 to $3 million  Hydraulic crane.   
SLSDC  55  Construction  Patricia White  315-764-3236  237990  14  To be determined  4th QTR  Over $100,000 to $500,000  Rehabilitate fixed navigational aids.   
SLSDC  55  Vessel Building/Repair  Patricia White  315-764-3236  336611  To be determined  3rd QTR  Over $100,000 to $500,000  Purchase deck barge.   
SLSDC  55  Construction  Patricia White  315-764-3236  237990  To be determined  4th QTR  Over $100,000 to $500,000  Rehabilitate highway tunnel.   
SLSDC  55  Construction  Patricia White  315-764-3236  237990  10  Full and Open  4th QTR  Over $3 million to $5 million  Dredge high spots in navigation channel.   
SLSDC  55  Construction  Patricia White  315-764-3236  237990  11  To be determined  4th QTR  Over $100,000 to $500,000  Rehabilitate materials and equipment in machinery recesses.   
SLSDC  55  Construction  Patricia White  315-764-3236  238990  To be determined  3rd QTR  Over $100,000 to $500,000  Rehabilitate and insulate lock covers.   
SLSDC  55  Commercial Equipment  Patricia White  315-764-3236  441222  To be determined  3rd QTR  Over $100,000 to $500,000  Survey boat and trailer.   
SLSDC  55  Professional Equipment  Patricia White  315-764-3236  423490  To be determined  3rd QTR  Over $100,000 to $500,000  Realtime water system and installation/surveying equipment.