BaseOps Usability Improvements for MRNMAP
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Transportation / John A. Volpe National Transportation Systems Center (Volpe Center) has issued a Combined Synopsis/Solicitation (RFQ) for BaseOps Usability Improvements for MRNMAP. This is a sole-source award to Wasmer Consulting to enhance the BaseOps software, which is critical for the Department of Defense (DoD) in modeling military transportation-related noise. Quotations are due February 23, 2026.
Scope of Work
The Volpe Center seeks to add new functionality to the proprietary BaseOps software to support DoD/W in meeting AICUZ, NEPA, and other mandates. The improvements aim to efficiently import and export data for military training exercises and reduce conflicts between exclusion zones and air operations. Key tasks include:
- Task 1: Add Spreadsheet-Like I/O Capabilities for Airspace Operations: Develop functionality to import and export airspace operations, profiles, MOAs, and MTRs in XML spreadsheet format, compatible with Microsoft Excel. This includes implementing "File," "Columns," and "Filtering" tabs for both import and export functions.
- Task 2: Improve "Track / Avoidance Area" Functionality: Add a user warning within the "Check Case" functionality to alert users of intersections between Avoidance Areas and Military Training Routes.
Contract & Timeline
- Type: Firm Fixed-Price Purchase Order (Combined Synopsis/Solicitation, RFQ)
- NAICS: 541519 (Computer Systems Design Services), Small Business Size Standard: $34M
- Set-Aside: None (Sole Source to Wasmer Consulting)
- Quotations Due: February 23, 2026, 3:00 PM Eastern Time
- Published: February 17, 2026
- Deliverables Due: March 12, 2026 (for both tasks and user documentation)
- Place of Performance: Cambridge, MA 02142
Evaluation & Award
This is a sole-source procurement to Wasmer Consulting, the proprietary owner of the BaseOps software. The justification states that only Wasmer Consulting can perform work on its source code or functionality, and developing similar features by another contractor would be significantly more costly and time-consuming. The Government intends to award a firm fixed-price purchase order subject to receipt of an acceptable quote.
Additional Notes
All contractors must have an active Federal Government contracts registration in SAM.gov. The solicitation incorporates FAR Part 12 (Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures). Offerors must review the attached Statement of Work (SOW) and Terms and Conditions, which include various FAR and TAR clauses related to compliance, payment processing (DELPHI system), and IT security. Deliverables, including added functionality and user documentation, must be emailed to the project technical POC, Aaron Hastings (Aaron.Hastings@dot.gov).