Active SLED Opportunity · OHIO · CENTRAL OHIO TRANSIT AUTHORITY (COTA)

    Transit Vehicle Operator Monitoring Services

    Issued by Central Ohio Transit Authority (COTA)
    localRFPCentral Ohio Transit Authority (COTA)Sol. 252421
    Open · 15d remaining
    DAYS TO CLOSE
    15
    due May 8, 2026
    PUBLISHED
    Apr 8, 2026
    Posting date
    JURISDICTION
    Central Ohio
    local
    NAICS CODE
    541618
    AI-classified industry

    AI Summary

    COTA seeks a contractor to manage a five-year transit vehicle operator monitoring program starting June 2026. The program includes conducting 750 annual trip surveys to assess service quality, ADA compliance, and safety. The contractor will recruit and supervise data collectors, analyze data, and report findings to improve transit operations.

    Opportunity details

    Solicitation No.
    252421
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    April 8, 2026
    Due Date
    May 8, 2026
    NAICS Code
    541618AI guide
    State
    Ohio
    Agency
    Central Ohio Transit Authority (COTA)

    Description

    The Central Ohio Transit Authority (COTA) is seeking a qualified contractor to implement and manage a third-party on-board transit vehicle operator monitoring program for a five-year period beginning June 1, 2026. The program is designed to evaluate and report on key aspects of service quality and policy compliance, including operator appearance and courtesy, customer service, ADA compliance, safety practices, fare handling, on-time performance, vehicle cleanliness, and required onboard announcements. The contractor will conduct a minimum of 750 trip surveys annually across COTA’s fixed-route system, using agreed-upon sampling and scheduling methods to ensure a representative assessment of operations.

    The contractor will be responsible for recruiting, training, and supervising a small team of data collection personnel to conduct onboard observations throughout a wide service window, including early morning, late night, and some weekend hours. Surveys will be conducted in accordance with jointly developed guidelines, and the contractor’s supervisor will oversee daily field activities, ensure quality control, and manage data collection processes. All personnel must meet defined qualifications related to experience, observation skills, and reliability to ensure consistent and accurate reporting.

    Collected data will be analyzed on an ongoing basis, with formal reports submitted to COTA within seven days of each monitoring period. These reports will summarize findings, assess performance trends, and, at COTA’s discretion, include recommendations to enhance operator training, customer service delivery, and ADA compliance. The contractor may also be asked to present findings and recommendations to COTA leadership annually. The engagement will include development of a project schedule and implementation plan to ensure successful program delivery.

    Background

     

     

    Project Details

    • Reference ID: 2026-RFP-015
    • Department: 7100- Operations- Transportation
    • Department Head: Alicia C. Walker (Chief Operating Officer)

    Important Dates

    • Questions Due: 2026-04-22T21:00:00.000Z
    • Answers Posted By: 2026-04-29T21:00:00.000Z

    Evaluation Criteria

    • Qualifications, experience, and roles of key personnel assigned to COTA’s project (10 pts)

      COTA will evaluate the qualifications of personnel proposed for this engagement based on their relevant experience, technical expertise, and demonstrated ability to perform the required services. Consideration will be given to the roles and responsibilities of key personnel, the relevance of their experience to the scope of work, professional credentials, and the adequacy of staffing levels. Proposals will also be assessed on the proposer’s ability to ensure continuity of personnel and provide qualified backups to support successful project delivery.

    • Past experience with government organizations, transit agencies, and applicable programs (5 pts)

      COTA will evaluate the proposer’s past experience based on the relevance, scope, and complexity of prior engagements with government organizations, transit agencies, and similar public-sector entities. Consideration will be given to demonstrated experience with projects of comparable size and complexity, familiarity with applicable regulations and funding requirements, successful project outcomes, and the proposer’s ability to apply lessons learned to COTA’s project. Proposals that clearly demonstrate relevant, recent, and verifiable experience will be rated more favorably.

    • Design, development, and implementation of service (15 pts)

      COTA will evaluate the proposer’s approach to the design, development, and implementation of the proposed service based on the clarity, feasibility, and effectiveness of the methodology presented. Consideration will be given to the proposer’s understanding of COTA’s needs, the soundness of the proposed design, the appropriateness of development processes, and the ability to implement the service in a timely, coordinated, and controlled manner. Proposals will also be assessed on risk management, quality assurance, stakeholder coordination, and the proposer’s ability to deliver a functional, sustainable solution that meets COTA’s operational and performance requirements.

    • Overall strategic approach and methodology of service (15 pts)

      COTA will evaluate the proposer’s overall strategic approach and methodology based on the clarity, coherence, and alignment of the proposed strategy with COTA’s objectives and operational needs. Consideration will be given to the proposer’s understanding of the scope of services, the soundness and integration of the proposed methodology, and the ability to translate strategy into effective execution. Proposals will be assessed on innovation where appropriate, practicality, adaptability to changing conditions, and the extent to which the approach demonstrates a clear path to achieving successful and measurable outcomes for COTA.

    • Understanding of COTA’s business plan and vision (15 pts)

      COTA will evaluate the proposer’s understanding of COTA’s business plan and long-term vision based on how clearly and accurately the proposal reflects COTA’s strategic goals, operational priorities, and organizational context. Consideration will be given to the proposer’s ability to align the proposed services with COTA’s mission, strategic initiatives, and future direction, as well as to demonstrate how the engagement will support COTA’s short- and long-term objectives. Proposals that show a strong, thoughtful understanding of COTA’s vision and articulate meaningful alignment will be rated more favorably.

    • Describe the organization’s project management approach for ensuring effective resourcing, risk management, scheduling, progress tracking, issue resolution, and quality control. (10 pts)

      COTA will evaluate the proposer’s project management approach based on the clarity, completeness, and practicality of the methodology presented. Proposals will be assessed on how effectively the approach addresses resource allocation, risk identification and mitigation, schedule management, progress monitoring, issue resolution, and quality control. Emphasis will be placed on the proposer’s ability to demonstrate structured governance, realistic staffing plans, proactive risk management, clear communication protocols, and measurable controls to ensure timely, high-quality delivery of the engagement.

    • Describe the organization’s cybersecurity and data protection approach for safeguarding COTA’s physical and digital assets and all shared information. (10 pts)

      COTA will evaluate the proposer’s approach to cybersecurity and data protection based on the strength, completeness, and clarity of the controls described. Proposals will be assessed on how effectively the proposer safeguards COTA’s physical and digital assets, protects the confidentiality, integrity, and availability of data, and mitigates cybersecurity risks throughout the engagement. Consideration will be given to demonstrated security governance, data handling practices, access controls, incident response procedures, compliance with applicable standards and regulations, and the proposer’s ability to securely manage and protect information shared with COTA.

    • Cost (20 pts)

      Cost proposals will be evaluated using a comparative scoring formula. The proposer submitting the lowest total cost will receive the maximum cost score. All other cost proposals will be scored proportionally using the following formula:

      Lowest cost submitted ÷ proposer’s cost submitted × 5 = cost points awarded

      Cost proposals must be complete and submitted in accordance with the RFP instructions. Only cost proposals deemed responsive and reasonable will be considered in the cost evaluation.

    • Phase 2 – Presentations or interviews (10 pts)

      At COTA’s discretion, and if deemed necessary, selected proposers may be invited to participate in presentations or interviews as part of Phase 2 of the evaluation process. This phase is intended to provide proposers an opportunity to clarify and expand upon information contained in their written proposals and to demonstrate their understanding of the project, proposed approach, and team capabilities.

      Presentations or interviews may include discussions of the proposer’s methodology, project management approach, key personnel, relevant experience, and implementation strategy, as well as responses to questions from the evaluation committee. Participation in Phase 2 does not guarantee award.

    Submission Requirements

    • Will any portion of the services proposed in response to this RFP be performed by subcontractors? (required)
    • Identify each subcontractor and describe the scope of services to be performed. (required)

      If Yes, identify each subcontractor and describe the scope of services to be performed, the subcontractor’s qualifications and experience, and the proposer’s approach to managing and overseeing subcontracted work.

      Please download the below documents, complete, and upload.

    • Is any subcontractor based outside the United States? (required)
    • Respondent Technical Response (Without Cost) (required)

      Please Upload your TECHNICAL response, including any and all required forms listed in the solicitation and the corresponding attachments.

      **Do not upload cost information in here. You will have another opportunity to upload cost in the subsequent section. 

    • Required Documents
    • Upload Current Copy of Vendor’s Form W-9 (required)

      Please download the below documents, complete, and upload.

    • Affidavit Regarding Delinquent Taxes (required)

      Please download the below documents, complete, and upload.

      This document must be physically signed and notarized to be accepted. 

    • Affidavit Regarding Government-Wide Debarment and Suspension (required)

      Please download the below documents, complete, and upload.

      This document must be physically signed and notarized to be accepted. 

    • Affidavit Regarding Non-Collusion (required)

      Please download the below documents, complete, and upload.

      This document must be physically signed and notarized to be accepted. 

    • Affidavit Regarding Restrictions on Lobbying (required)

      Please download the below documents, complete, and upload.

      This document must be physically signed and notarized to be accepted. 

    • Vendor Cybersecurity Questionnaire Completion & Upload Requirement (required)

      Please download the below documents, complete, and upload.

    • Company Information
    • Name and Title of Respondent’s Authorized Official (required)

      Enter the name and title of the respondent’s authorized official that will be charged with signing the awarded contract.

    • Age of Firm (required)

      Enter the number of years the Vendor’s firm has been in business.

    • Annual Gross Receipts (required)

      Provide the Vendor’s gross annual receipts for the most recently completed fiscal year.

    • System for Award Management (https://sam.gov/) (required)

      Please enter a CAGE Code if applicable.

      CAGE stands for Commercial and Government Entity. A unique CAGE code is assigned to all businesses and individual's that complete the System for Award Management registration process. This "system" is a database that contains information about all active government contractors. 

    • Acknowledgement
    • Name and Title of Person Submitting Proposal (required)

      Enter the full name, title, and email address of the authorized company representative submitting the proposal on behalf of the Vendor.

    • Payment Terms (required)

      By confirming, the Vendor agrees to Net 30 payment terms as set forth in the Terms and Conditions. 

    • I certify that I have read, understood and agree, on behalf of the firm submitting this response, to the terms and conditions set forth herein with the exception of any modification requests approved by COTA during the Q&A period. (required)
    • If your firm is requesting any exceptions, clarifications, or modifications to the Agency’s Contract Terms and Conditions, please upload a redlined version of the Contract that reflects only those changes that were formally submitted and addressed during the solicitation Question & Answer (Q&A) period.
      • Upload a tracked-changes (redlined) version of the Contract Terms and Conditions included in the solicitation.

      • Redlines must be limited to items that were submitted by your firm during the official Q&A period and subsequently acknowledged or addressed by the Agency.

      • Do not include new or additional requested changes that were not raised during the Q&A period.

        Failure to comply with these requirements may result in the Agency deeming your response non-responsive or requiring withdrawal of unapproved redlines during contract negotiations.

    • Elecronic Confirmation (required)

      By certifying, the Bidder certifies that they are duly authorized to submit this proposal on behalf of the Vendor. 

    • Period of Performance (Years) (required)

      What is the proposed contract term (years)?

    • Period of Performance (Months) (required)

      What is the proposed contract term (months)?

    • How many option years will be included in this contract? (required)

      Enter the total number of one-year option periods to be included beyond the initial base term.

      • Do not include the base term in this number.

      • Option years must be supported by budget planning and operational need.

      • Each option year must be exercisable at COTA’s sole discretion.

      • If federal funds are involved, ensure the total potential contract term (base + options) complies with applicable federal regulations and does not create an impermissible multi-year commitment without funding availability.

      If no option years are anticipated, enter “0.”

    • What payment method will be used for this contract? (required)

      Select the payment method that best aligns with the anticipated contract structure and scope of work. The payment method should reflect the level of scope definition, risk allocation, and funding source.

      • Firm Fixed Price (FFP): Use when the scope is clearly defined and deliverables are measurable.

      • Unit Price: Use when quantities may vary but pricing per unit is established.

      • Time & Materials (T&M) / Labor Hour: Use only when the scope cannot be fully defined in advance. A not-to-exceed ceiling must be established.

      • Cost Reimbursement (CPFF, CPIF, etc.): Requires justification and financial oversight; typically used for complex or research-based services.

      • Milestone / Deliverable-Based: Payments tied to completion and acceptance of defined phases or deliverables.

      • Progress Payments: Generally used for construction projects based on percentage of completion.

      • Subscription / Recurring Fee: For SaaS, licensing, or ongoing support services.

    • What selection method will be used for this solicitation (required)

      Select the evaluation and award methodology that will be used to determine the successful proposer. The selection method must align with applicable federal, state, and agency procurement requirements.

      • Best Value (Trade-Off): Award is based on a combination of technical merit, experience, and price, where higher technical quality may justify a higher cost.

      • Lowest Price Technically Acceptable (LPTA): Award is made to the lowest-priced proposal that meets all minimum technical requirements.

      • Qualifications-Based Selection (QBS): Used for Architectural & Engineering services. Firms are ranked based on qualifications only, and price is negotiated with the highest-ranked firm.

      • Competitive Range & Best and Final Offer (BAFO): A shortlist of the highest-rated proposers may be established for discussions, clarifications, and the submission of revised proposals prior to final evaluation and award.

      • Fixed Budget / Feasibility Selection: A maximum budget is established in advance, and proposals are evaluated based on technical merit and feasibility within the stated budget constraint.

    • What DBE participation percentage is being established for this contract? (required)

      Enter the DBE participation percentage established for this contract.

    • What is the maximum page limit for the proposal submission (excluding required notarized forms and the separate price proposal)? (required)

      Enter the maximum page limit for the proposal submission (excluding required notarized forms and the separate price proposal).

    Questions & Answers

    Q (No subject): COTA Standard Terms and Conditions, Section 3.1.41. Cybersecurity and Information Security Program Planning and Testing Is there opportunity to negotiate the Terms & Conditions? This exceeds what our Company is able to comply with.

    A: Our Terms & Conditions are not open for separate post-award negotiation. If your team has concerns or requires modifications, those must be clearly identified and submitted as redlines along with your proposal for review during the evaluation process. Proposals that do not include requested redlines will be understood as acceptance of the Terms & Conditions as written.


    Q (No subject): Are the observations to be conducted undercover (i.e., mystery observations)?

    A: Yes, mystery is what has been done in the past.


    Q (No subject): What is the not-to-exceed budget for the proposed five-year contract?

    A: $350,000


    Key dates

    1. April 8, 2026Published
    2. May 8, 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.