Active SLED Opportunity · OHIO · BUTLER COUNTY REGIONAL TRANSIT AUTHORITY

    Autonomous Vehicle Pilot

    Issued by Butler County Regional Transit Authority
    countyRFPButler County Regional Transit AuthoritySol. 236899
    Open · 35d remaining
    DAYS TO CLOSE
    35
    due May 29, 2026
    PUBLISHED
    Apr 9, 2026
    Posting date
    JURISDICTION
    Butler County
    county
    NAICS CODE
    336111
    AI-classified industry

    AI Summary

    Butler County Regional Transit Authority seeks proposals for an Autonomous Vehicle Pilot Project to evaluate and deploy autonomous vehicles in public transit. The project includes vehicle delivery, integration, safety training, and technical support with a public launch by December 31, 2026.

    Opportunity details

    Solicitation No.
    236899
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 9, 2026
    Due Date
    May 29, 2026
    NAICS Code
    336111AI guide
    State
    Ohio
    Agency
    Butler County Regional Transit Authority

    Description

    The Autonomous Vehicle (AV) Pilot Project is designed to evaluate the real-world performance, safety, and scalability of autonomous driving technologies in a controlled but operational environment. The project aims to move beyond simulation by deploying autonomous vehicles in defined use cases to assess how well current solutions integrate with existing infrastructure, operational workflows, and regulatory requirements.

    Through this pilot, we seek to validate key capabilities such as navigation, perception, decision-making, fleet management, and remote support while measuring reliability, safety outcomes, and user experience. The project also serves as a platform to identify technical, operational, and organizational challenges that must be addressed prior to broader deployment.

    Ultimately, the pilot is intended to inform future investment and deployment decisions by generating data-driven insights, establishing best practices, and fostering collaboration with technology vendors who can demonstrate mature, adaptable, and supportable autonomous solutions aligned with our long-term mobility and operational goals.

    Project Details

    • Reference ID: 2026-003
    • Department: Operations
    • Department Head: Luke Morgan (Director)

    Important Dates

    • Questions Due: 2026-05-07T21:00:10.658Z
    • Answers Posted By: 2026-05-14T21:00:20.408Z
    • Pre-Proposal Meeting: 2026-04-16T15:00:52.395Z — https://teams.microsoft.com/meet/2347211303279?p=l9Qv5u2hSq6xDq9W5i Meeting ID: 234 721 130 327 9 Passcode: LH7LC7rY

    Addenda

    • Addendum #1 (released 2026-04-13T17:06:42.576Z) —

      Please see clarifications in the scope regarding who will provide the on-board attendant.

    Evaluation Criteria

    • Total Contract Price (20 pts)

      Pricing is ONLY to be submitted via the "Pricing Sheet", separately from the rest of the proposal. The Pricing Sheet must be completed in its entirety as instructed, and failure to complete any section of the pricing sheet may deem your proposal non-responsive.

      Note that proprietary pricing sheets may be submitted for clarification ONLY if allowed by the Proposal Submission provisions and will not be evaluated as part of the formal proposal.

    • Vehicles and Integration Proposal (25 pts)

      Vendor provided compliant specifications for two autonomous vehicles ready for public operation with integrated dispatch and operations with Via.

    • Project Schedule (20 pts)

      Vendor proposed a detailed project schedule demonstrating the steps for contract execution, vehicle delivery, integration, testing, staff training and the public launch of service. Vendor confirmed in this schedule that public on-road operations can begin no later than December 31, 2026.

    • Safety and Training Plans (20 pts)

      Vendor provided the training materials and detailed description of training sessions as well as their safety plans and other operational documentation required for the vehicles.

    • Technical Support and Reporting Proposal (15 pts)

      Vendor provided information or a sample Service Level Agreement for their technical support and demonstrated all reporting capabilities.

    • Experience (15 pts)

      Proposer demonstrated sufficient experience with delivery, integration, and service launches for these types of autonomous vehicles, particularly highlighting any experience with implementation of these systems for public transit agencies of comparable size to BCRTA.

    Submission Requirements

    • General Questions
    • Company Authorized Representative (required)

      Please enter the full name of Authorized Company Representative submitting this proposal.

    • What is the FEI/FIN Number? (required)

      Please enter your FEI/FIN Number.

    • DBE/MBE/WBE Certificates

      If your company is a DBE/MBE/WBE, please upload Certificate(s) here.

    • Will your company subcontract any work, service and/or materials? (required)
    • Subcontractor Information (required)

      Please enter the Company Name, Contact Name, Contact Email Address, and Subcontractor award amount for any subcontractor(s). 

    • Proposal Submission Documents and Information
    • Vehicles and Integration Proposal (required)

      In a searchable PDF, please provide complete specifications for two (2) autonomous vehicles, particularly demonstrating their readiness for public operation. This PDF MUST also include confirmation that the vehicles' system can be integrated with dispatch and operations with Via.

    • Project Schedule (required)

      In either a PDF or excel spreadsheet, upload a detailed project schedule with steps for contract execution, vehicle delivery, integration, testing, staff training and the public launch of service. This schedule must also ensure that public on-road operations with these vehicles can begin no later than December 31, 2026. 

    • Safety and Training Plans (required)

      Upload all safety and training materials, as well as a schedule and description for all training sessions with BCRTA staff. Please also upload as part of this submission section all other operational documentation required for these vehicles.

    • Technical Support and Reporting Proposal (required)

      Upload a sample Service Level Agreement outlining all technical support to be provided as well as a document detailing all reporting capabilities. 

    • Required Federal Compliance Documents (required)

      Proposer must upload proof of the following federally required compliance documents for your proposed autonomous vehicles:

      1. Bus Testing (in accordance with 49 CFR 665)
      2. Buy America compliance Certification (in accordance with 49 U.S.C. 5323(j)
      3. Federal Motor Vehicle Safety Standards (FMVSS) Compliance (in accordance with 49 CFR 571)
    • Data and Security Information (required)

      In a PDF no more than 3 pages, explain what and how data is collected and stored for each vehicle, how long it is retained by your software, and who has access. Please also explain all cybersecurity methods employed to ensure the autonomous technology is protected. 

    • Experience (required)

      In a PDF no more than 3 pages, upload at minimum 2-3 examples of similar projects you have worked on, particularly highlighting any experience with implementation of these vehicles for public transit agencies. Ideally these projects should be within the last 5 years. 

    • Notice of Exception (required)

      BCRTA intends to award a Contract based on the terms, conditions, and attachments contained in this RFP. Vendors are strongly advised to not take any exceptions. Vendors shall submit Proposals which respond to the requirements of the RFP. An exception is not a response to an RFP requirement. If an exception is taken, a “Notice of Exception” must be submitted in this field. The “Notice of Exception” must identify the specific point or points of exception and/or redline of exception to Contract term(s) and provide an alternative.

      Vendors are cautioned that exceptions to the terms, conditions, and attachments may result in rejection of the Proposal.

      If Vendor is not requesting any exceptions to this RFP, type "N/A" in this field.

    • Supplemental Pricing Information

      If there is additional supporting documentation you would like to provide to supplement the pricing table, please upload here. Note that the score for price will be evaluated based only on the information provided in the PRICING SHEET, but the information provided here can assist in clarification if any is needed.

    • Available Dates for Demos (required)

      Please enter your available dates to schedule some demos of the vehicles and technology. Please also note where the demo would occur so there can be sufficient time to plan.

    • Approved Request for "Approved Equal" (required)

      If Proposer requested an "approved equal" and received approval from BCRTA, Proposers shall upload and submit the approved document with their Proposal here.

      If Proposer did not submit a request for an "approved equal" or received a rejection of their request for an "approved equal," Proposer shall upload their rejection here or download this document, type "N/A" and upload/submit this form here.

    • Clauses and Certifications
    • Federal Clause - Government-wide Debarment and Suspension (required)

      GOVERNMENT-WIDE DEBARMENT AND SUSPENSION

      2 CFR part 180

      2 CFR part 1200

      2 CFR § 200.213

      2 CFR part 200 Appendix II (I)

      Executive Order 12549

      Executive Order 12689

      Debarment, Suspension, Ineligibility and Voluntary Exclusion

      The Contractor shall comply and facilitate compliance with U.S. DOT regulations, “Non-procurement Suspension and Debarment,” 2 C.F.R. part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) “Guidelines to Agencies on Governmentwide Debarment and Suspension (Non-procurement),” 2 C.F.R. part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subProposers are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be:

       

      1. Debarred from participation in any federally assisted Award;
      2. Suspended from participation in any federally assisted Award;
      3. Proposed for debarment from participation in any federally assisted Award;
      4. Declared ineligible to participate in any federally assisted Award;
      5. Voluntarily excluded from participation in any federally assisted Award; or
      6. Disqualified from participation in ay federally assisted Award.

      By signing and submitting its bid or proposal, the bidder or proposer certifies as follows:

      The certification in this clause is a material representation of fact relied upon by the AGENCY. If it is later determined by the AGENCY that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the AGENCY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. part 180, subpart C, as supplemented by 2 C.F.R. part 1200, while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.

    • Federal Clause - Lobbying Restrictions (required)

      LOBBYING RESTRICTIONS

      31 USC § 1352

      2 CFR § 200.450

      2 CFR part 200 Appendix II (J)

      49 CRF part 20

      The undersigned certifies, to the best of his or her knowledge and belief, that:

      1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering A-48 into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
      2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.
      3. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.

      This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

    • Buy America Certification (required)

      BUY AMERICA REQUIREMENTS

      49 U.S.C. 5323(j)

      49 CFR Part 661

      Buy America - The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7 and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content.

      A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products.

      By selecting an option below, Firm hereby certifies its compliance status.

    • Federal Clause - Financial and Technical Responsibility (required)

      Confirm that you, the contractor/vendor/proposer, have the sufficient organization, experience, accounting and operational controls, technical skills, and sufficient financial resources, or the ability to obtain them, to successfully perform the contract according to all terms and conditions.

    • Federal Clause - Tax Liability and Felony Conviction (required)

      Pursuant to the requirements of FTA Master Agreement 4(g), confirm that: 

      1. The contractor/vendor/proposer does not have any unpaid Federal tax liability; AND
      2. The contractor/vendor/proposer has not been convicted of any Federal felony within the preceding 24 months. 
    • Recent or Current Litigation Disclosure (required)

      Is your company involved in active litigation or has your company been involved in litigation within the last 3 years?

    • Evidence of Insurability (required)

      Evidence of the following coverage

      1. Bureau of Worker’s Compensation Certificate
      2. Employer Liability Insurance Certificate
      3. Commercial General Liability Insurance Certificate
      4. Commercial Auto Liability Insurance Certificate
    • Evidence of Warranty (required)

      Proposer's Warranty Information

    • References

      Please provide at least three (3) references that we are permitted to contact in the event your proposal is selected.

    • Reference 1 (required)

      Name:

      Company/Project:

      Phone Number:

      Email Address:

    • Reference 2 (required)

      Name:

      Company/Project:

      Phone Number:

      Email Address:

    • Reference 3 (required)

      Name:

      Company/Project:

      Phone Number:

      Email Address:

    • Reference 4

      Name:

      Company/Project:

      Phone Number:

      Email Address:

    • Reference 5

      Name:

      Company/Project:

      Phone Number:

      Email Address:

    • General Procurement Type (required)

      Select Goods or Services

    • Federal Procurement Type (required)
    • Location of RFP Services (required)
    • CONTRACT TERM (required)

    • Is this Project in excess of $10,000? (required)
    • Is this Project in excess of $25,000? (required)
    • Is this Project in excess of $100,000? (required)
    • Is the Project in excess of $150,000? (required)
    • Is the Project in excess of $250,000? (required)
    • Will the awarded vendor use subcontractors?
    • Will this Project involve property that may be transported by ocean vessel? (required)
    • Will this project involve foreign transport or travel by air? (required)
    • Is your Company a Disadvantaged Business Enterprise (DBE)?
    • Does this project involve safety-sensitive functions? (required)

    Key dates

    1. April 9, 2026Published
    2. May 29, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.