Intent to Sole Source: WMATA Transit Benefits
Special Notice from BUREAU OF THE FISCAL SERVICE • TREASURY, DEPARTMENT OF THE. Place of performance: DC. Response deadline: Mar 05, 2026. Industry: NAICS 485111 • PSC V229.
Market snapshot
Awarded-market signal for NAICS 485111 (last 12 months), benchmarked to sector 48.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 485111
Description
Treasury Common Services Center (TCSC), on behalf of the Treasury Office of Inspector General (TOIG), intends to contract with Washington Metropolitan Area Transit Authority (WMATA), 300 7th St SW Washington DC 20024, on a sole source basis for the Smart Benefits government employee transportation program.
In accordance with the Presidential Executive Order 13150, agencies shall implement a transportation fringe benefit program by October 1, 2000, that offers qualified Federal employees the option to exclude from taxable wages and compensation employee commuting costs incurred through the use of mass transportation and vanpools, and to encourage the use thereof. As such, Treasury Directive 74-10 “Public Transportation Program (PTI), dated November 3, 2000, was established to encourage all qualified Treasury employees the option and use of public transportation systems. WMATA is a tri-jurisdictional government agency that operates transit services in the Washington Metropolitan Area. WMATA was created by the United States Congress as an interstate compact between the District of Columbia, the State of Maryland, and the Commonwealth of Virginia.
All previous acquisitions for this service were Sole Source. WMATA is the only source available and capable of providing multiple modes of transportation, servicing various locations within the Virginia, Maryland, and DC areas, which satisfies the agency’s need. Smart Benefits transportation is exclusively for federal government employee purposes.
The period of performance for this award is anticipated to be a 12-month base year. 04/01/2026 – 03/31/2027.
The total estimated value of this purchase order is not expected to exceed the simplified acquisition threshold.
NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will not be accepted.
Responsible sources may submit a capability statement, proposal, or quotation, which may be considered by the agency. TCSC will consider responses received by 03/05/2026. Responses shall be submitted electronically to purchasing@fiscal.treasury.gov, SS-OIG-26-021 /Attn: SA and KZ. Responses must include sufficient evidence that clearly shows your company is capable of providing the requirement described in this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no written response is received by the aforementioned deadline that clearly demonstrates an ability to meet all requirements, and that is more advantageous to the Government, TCSC will make award on a sole source basis to WMATA.
Qualified Contractors must provide the following:
1. The name and location of your company, contact information, and business size (Small Business, Small Disadvantaged Business, 8(a), Service Disabled Veteran Owned Small Business, HUBZone, Women Owned Small Business, Other than Small Business, etc.). Please ensure contact information includes the name of the point of contact, email address, and telephone number, should the Government have questions regarding individual responses.
2. UEI Number.
3. Specific details of the product(s) that your company offers regarding this notice.
4. Whether your content is available through a Government contract vehicle or Open Market.
5. A brief capabilities statement (not to exceed 5 pages) that includes a description of your company's standard line of business, as well as a list of customers to whom your company currently provides the specific required content.
The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered:
.b64, .bat, .bhx .cab, .chm, .cmd, .com, .cpl, .dot, .dotx, .exe, .hqx, .hta, Media, .mhtml, mht,.mim, .mp3, .mp4, .one, .pif, .rar, .scr, .vbs, .uu, .uue, .vbs, .wsf, xxe,.wmv, html, mhtml, and .zip files
Microsoft Office non-macro enabled compatible documents and .PDF documents are acceptable.
No other information regarding this Special Notice will be provided at this time.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.