Technology Transfer Program

Key Dates
Due Date

-

Posted Date

-

Agency & Value
Agency

693195 OFFICE OF ACQUISITION MGT

Contract Value

Not provided

Codes & Classification
Solicitation Number

Technologytransferprogram2026

NAICS

Classification Code

Additional Details
Set Aside

None

Place of Performance

Washington, District of Columbia, UNITED STATES

SourceSAM
Documents2
The United States Department of Transportation (DOT), through its Federal Transit Administration (FTA), has issued a Sources Sought notice to conduct market research for its upcoming Technology Transfer Program (T2). This initiative seeks to identify qualified vendors capable of providing comprehensive support services as detailed in the Statement of Objectives (SOO). The primary aim of this procurement is to facilitate the effective transfer and application of technology within the transit sector, supporting the FTA’s mission to advance public transportation systems across the nation. The scope of the Technology Transfer Program encompasses a range of support services, the specifics of which are outlined in the SOO (attached to the notice). While the precise deliverables are not detailed in the notice itself, interested vendors are expected to demonstrate their ability to manage projects of similar nature, scope, complexity, and difficulty. The intended outcome is to engage a contractor who can provide both the technical expertise and operational support necessary to achieve the FTA’s technology transfer objectives. Key requirements for respondents include the submission of a technical capability statement package, not exceeding 15 typed pages. This package must address three critical areas: (1) Past Performance—detailing relevant contracts performed within the last three years, including contract numbers, types, dollar values, points of contact, and brief descriptions of the work; (2) Corporate Experience—demonstrating experience with projects similar to those described in the SOO; and (3) Labor Categories—identifying the types of labor utilized in comparable contracts. Standard marketing brochures will not be accepted in lieu of this tailored response. Additionally, respondents must provide their company’s name, point of contact, address, phone number, CAGE code, and business size as defined by the applicable North American Industry Classification System (NAICS) code. All responses must be submitted electronically to Ms. Alveatta Palmer, Contract Specialist ([email protected]), with a copy to Mrs. Crystal Zorich ([email protected]), by 12:00 noon Eastern Standard Time (EST) on Tuesday, May 19, 2026. The government has stated that it will not compile or post a bidders list for this market research effort. The anticipated contract structure includes both Firm-Fixed Price (FFP) and Labor Hour components, offering flexibility in the delivery of services. The period of performance is projected to consist of a 12-month base period, with four additional 12-month option periods, allowing for a potential total contract duration of five years. The place of performance is specified as Washington, District of Columbia, with the contractor responsible for providing the necessary facilities to fulfill the contract requirements. This notice is issued by the Office of Acquisition Management (693195), a federal office within the FTA, under the Department of Transportation. The primary and secondary points of contact for this opportunity are Ms. Alveatta Palmer (202-493-8028) and Mrs. Crystal Zorich (202-366-6284), respectively. It is important to note that this is a Request for Information/Sources Sought notice and not a solicitation for proposals. No contract will be awarded as a result of this notice; rather, the information collected will inform the government’s planning and acquisition strategy for the Technology Transfer Program. Interested parties should carefully review the SOO and ensure their capability statements are responsive to the specific requirements outlined in the notice. For further details and to access the full notice and attachments, interested vendors should refer to the official posting on SAM.gov (Opportunity ID: 6cea68fecf154385b183818baae79030): https://sam.gov/opp/6cea68fecf154385b183818baae79030/view.