Skip to content
Department of Transportation

Mobile Railcar Inspection Portal (M-RIP) Solution-as-a-Service

Solicitation: RRS2026MRIP
Notice ID: b4a8ea4a03d04b6c891002884d1740b8

Sources Sought from FEDERAL RAILROAD ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: DC. Response deadline: Feb 21, 2026. Industry: NAICS 488210 • PSC AS11.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$7,205,695,420
Sector total $7,205,695,420 • Share 100.0%
Live
Median
$96,720
P10–P90
$28,298$2,037,759
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,205,695,420)
Deal sizing
$96,720 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
District of Columbia • United States
State: DC
Contracting office
Washington, DC • 20590 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Paul Szymanski
Email
paul.szymanski@dot.gov
Phone
Not available
Name
Koren Wheeler
Email
koren.wheeler@dot.gov
Phone
Not available

Agency & Office

Department
TRANSPORTATION, DEPARTMENT OF
Agency
FEDERAL RAILROAD ADMINISTRATION
Subagency
693JJ6 FEDERAL RAILROAD ADMIN
Office
Not available
Contracting Office Address
Washington, DC
20590 USA

More in NAICS 488210

Description

Subject: Sources Sought Notice: Mobile Railcar Inspection Portal (M-RIP) Solution-as-a-Service

Response Date: 2/21/2026

1. Introduction: The Federal Railroad Administration (FRA) is conducting market research to identify potential sources capable of providing a Mobile Railcar Inspection Portal (M-RIP) as a fully managed Solution-as-a-Service (SaaS) that meets all requirements in the attached Technical Requirements Checklist (Attachment 1).

2. Background: The FRA requires a portable, automated railcar inspection system to enhance safety and inspection efficiency. This system must be deployable to various remote locations without the need for permanent infrastructure investment.

3. Key Requirements: Interested parties must demonstrate the capability to provide all requirements in Attachment 1, including the following key requirements:

  • A Mobile Platform: A self-powered, containerized inspection portal capable of being relocated up to 12 times annually.
  • Advanced Imaging: High-speed, high-resolution automated imaging of the vehicle undercarriage and side-truck panoramas.
  • AI Analytics: Automated defect detection using Artificial Intelligence/Machine Learning (AI/ML) with results delivered within near real-time (60 seconds).
  • Managed Services: A "turnkey" offering where the vendor owns and maintains the equipment, providing remote inspections via certified personnel.

4. Requested Information (Capability Statement): Interested firms should submit a brief capability statement (not to exceed 5 pages) addressing:

  1. Technical ability to meet all requirements in Attachment 1.
  2. Past performance in providing wayside detection or similar rail technology.
  3. Business size and status (e.g., Small Business, 8(a), etc.).
  4. Confirmation of registration in SAM.gov.

5. Disclaimer: This is a Sources Sought Notice for market research purposes only. This is NOT a Request for Proposal (RFP). The Government will not pay for information submitted.

ATTACHMENT 1

Technical Requirements Checklist

Mobile Railcar Inspection Portal (M-RIP) Solution-as-a-Service

The proposed solution must contain the following core capabilities:

  • Mobility & Form Factor: The system must be a portable self-contained unit packaged within a customized 20-foot ISO container mounted on a 30-foot chassis for rapid deployment.
  • Imaging Perspectives: The solution must provide high-resolution, 360-degree visibility, specifically including a Vehicle Undercarriage Examiner (VUE) for full underside views and Lower-side Panoramas for truck components like brake shoes and springs.
  • Operational Speed: The system must be capable of capturing crisp, high-resolution images of railcars moving at track speeds.
  • Automated Identification: The system must include dual-path AEI Tag Readers to identify railcars via RFID tags, ensuring data integrity even if one tag is obscured.
  • On-Board Processing (Edge Computing): The unit must house an integrated Edge Data Center with hardened servers for real-time image acquisition and AI processing.
  • Power & Connectivity Autonomy: The system must be power-independent (integrated generator/battery bank) and support dual-path remote connectivity via 5G/LTE and satellite.
  • AI-Based Defect Detection: The software must include "plug-and-play" AI/ML modules designed to automatically detect anomalies and defects on rolling stock.
  • Solution-as-a-Service (SaaS) Model: The provider must offer a managed service that includes at least 12 relocations per year, full hardware maintenance, and remote inspection by certified Mechanical Railcar Inspectors.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.