Financial Management Oversight (FMO) program
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, Federal Transit Administration (FTA) is conducting a Sources Sought / Request for Information (RFI) for Financial Management Oversight (FMO) program services. This effort seeks small businesses to assist with FMO reviews for recipients of FTA funds, ensuring compliance with Congressional directives and sound financial management. Responses are due by March 13, 2026, at 12:00 noon EST.
Purpose
The FTA requires FMO services to discharge its financial management oversight responsibilities, facilitate compliance with Congressional direction for independent financial assessments, and assist recipients in meeting high financial capacity for new start projects. The goal is to ensure grantees have sound financial management systems and adequate internal controls for Federal funds.
Scope of Work
The anticipated Statement of Work (SOW) outlines a comprehensive range of services, including:
- Program Management: Contract kickoff, monthly progress reports, quarterly meetings, participation in FTA oversight events.
- Special Assignments: Ad-hoc tasks like training, data analysis, OTRAK system support, and special projects.
- Financial Management Oversight Reviews: Full Scope Financial Management System Reviews, Follow-up Reviews, Cost Allocation Plan/Indirect Cost Rate Reviews, Agreed-Upon Procedures, Consulting Engagements, and Financial Condition and Capability Assessments.
- Resource Development: Revising and updating the FMO Resource Manual and Workshop Workbook annually.
- Support & Assistance: Corrective Action Support, Targeted Technical Assistance to build compliance capacity, and technical support for FMO workshops/training.
- Reporting & Assessment: Assisting with FMO program reports, creating a library of review reports, and conducting risk assessments.
- Workshops: Developing and executing regional workshops, and aiding in updating innovation training/recipient training modules.
Contract Details
- Contract Type: Labor Hour (anticipated)
- Period of Performance: One 12-month base period and four 12-month option periods.
- Place of Performance: USDOT Headquarters (Washington, DC), USDOT Training Facility (Arlington, VA), recipient sites, or virtually.
- Key Personnel: Requires specific labor category qualifications, including Certified Public Accountants for key roles.
Submission Requirements
Interested small businesses are requested to submit a technical capability statement (no more than 15 pages) addressing:
- Past Performance: Relevant experience within the last three years, including contract details and points of contact.
- Corporate Experience: Similarity of past work to the scope, complexity, and difficulty of the attached SOW.
- Labor Categories: Identification of labor categories used for similar work.
- Specific Capabilities: Detailed information on the firm's ability to provide services as described in the SOW. Submissions must be sent electronically to Tennile.palmer.ctr@dot.gov with a copy to Crystal.Zorich@dot.gov.
Eligibility & Set-Aside
This is a Total Small Business Set-Aside (FAR 19.5). The RFI specifically seeks information from small businesses with technical capabilities relevant to NAICS codes 541611 (Management Consulting Services) or 541211 (Offices of Certified Public Accountants).
Additional Notes
This is a Sources Sought / Request for Information for planning purposes only. It does not constitute a solicitation, and no award will be made from this announcement. Vendors are responsible for any costs incurred in responding. Standard company brochures will not be accepted.