[Federal Register Volume 87, Number 152 (Tuesday, August 9, 2022)]
[Notices]
[Pages 48550-48557]
From the Federal Register Online via the Government Publishing Office [www.gpo.gov]
[FR Doc No: 2022-17015]
=======================================================================
-----------------------------------------------------------------------
DEPARTMENT OF TRANSPORTATION
Federal Transit Administration
FY 2022 Competitive Funding Opportunity: Mobility, Access, &
Transportation Insecurity: Creating Links to Opportunity Demonstration
Research: Program Lead
AGENCY: Federal Transit Administration (FTA), Department of
Transportation (DOT).
ACTION: Notice of funding opportunity.
-----------------------------------------------------------------------
SUMMARY: The Federal Transit Administration (FTA) announces the
opportunity to apply for $6,000,000 of fiscal year (FY) 2021 funds
under the Public Transportation Innovation Program to serve as the
Program Lead for the Mobility, Access, & Transportation Insecurity:
Creating Links to Opportunity Demonstration Research Program
(``Program''). The Program Lead is responsible for the planning,
deployment and evaluation of research demonstrations that provide the
transportation resources necessary to implement targeted strategies
that mitigate transportation insecurity for a defined population and
determine the value of that mitigation to individuals and communities.
FTA seeks to enter into a cooperative agreement with an experienced
program management or research organization to coordinate all aspects
of the Program. The FTA may award additional funds, if they are made
available to the Program prior to the announcement of project
selection.
DATES: Complete proposals must be submitted electronically through the
GRANTS.GOV ``APPLY'' function by 11:59 p.m. Eastern time on October 11,
2022.
Prospective applicants should initiate the process by registering
on the GRANTS.GOV website promptly to ensure completion of the
application process before the submission deadline. Instructions for
applying can be found on FTA's website at http://www.transit.dot.gov/howtoapply and in the ``FIND'' module of GRANTS.GOV. The GRANTS.GOV
funding opportunity ID is FTA-2022-012-TRI. Mail and fax submissions
will not be accepted.
FOR FURTHER INFORMATION CONTACT: Hendrik Opstelten, FTA Office of
Research, Demonstration, and Innovation, 202-366-8094, or [email protected].
SUPPLEMENTARY INFORMATION:
Table of Contents
A. Program Description
B. Federal Award Information
C. Eligibility Information
D. Application and Submission Information
E. Application Review Information
F. Federal Award Administration Information
G. Federal Awarding Agency Contacts
H. Other Information
A. Program Description
1. Program Authority and Research Question
FTA's Public Transportation Innovation Program (49 U.S.C. 5312)
supports research and demonstrations to develop and deploy ideas,
practices and approaches that advance the interests of public
transportation. This Notice of Funding Opportunity (NOFO) (Federal
Assistance Listing: 20.530) will establish a research demonstration
program to explore interventions that promote mobility access and
reduce transportation insecurity and evaluate outcomes and impacts upon
individuals and communities.
Transportation insecurity is the condition in which people are
unable to regularly and reliably satisfy the travel necessary to meet
the needs of daily life. Nationally, there are well-established
policies and programs that aim to address food insecurity and housing
insecurity, but not transportation insecurity. A growing body of
research indicates that transportation insecurity is a significant
factor in persistent poverty. This Program will develop and implement
demonstrations that augment public transportation to mitigate
transportation insecurity, and subsequently evaluate outcomes and
effectiveness. This Program will also document the impacts and
potential strategies to address transportation insecurity.
2. Program Components and Deliverables
The Program is comprised of several discrete components: (1)
overall program management and coordination, (2) demonstration
recruitment and selection through a two-stage competitive process, (3)
human-centered demonstration design, (4) implementation of
demonstrations, (5) demonstration cohort management and collaboration,
and (6) structured quantitative and qualitative evaluation at the
individual and aggregated levels culminating with a peer-reviewed
report of findings.
The Program Lead is encouraged to assemble and lead appropriate
partnerships to deliver all components of the Program.
Applicants must submit, attached to a SF-424, a narrative proposal
describing their ability to satisfy all required
[[Page 48551]]
program components and deliverables as detailed in this Notice.
i. Program Management and Coordination
The Program Lead will be responsible for overall program
management, coordination, and adherence to project timelines. This
includes all aspects of resource management, compliance, and reporting,
including oversight for all subrecipients.
ii. Demonstration Recruitment and Selection
The Program Lead will execute a two-stage competition to recruit,
select, design, and support the implementation of comparable
demonstrations of locally appropriate interventions to address
transportation insecurity in various urban areas across the country.
The demonstration recruitment process is expected to pay explicit
attention to engaging non-traditional partners and communities.
The Program Lead, or a designated team partner, will design and
execute a competitive application process to solicit and select
proposals from community coalitions, in close collaboration and with
input from FTA's research office. Tasks include solicitation and
outreach, evaluation of applications, and recommendation of
applications for selection. The first stage of competition will focus
on innovative and committed demonstration partnerships. Partnerships
must include, at a minimum, representation from: public transportation
providers, local government authorities, and community-based
organizations representing the target population. The second stage of
competition will select a subset of Stage 1 partnerships to implement
their designed demonstrations, supporting their collection of data for
not less than two years, and the evaluation of impacts in line with the
demonstrations' design.
iii. Human-Centered Demonstration Design
Stage 1 of the competitive demonstration selection process will
identify up to ten community coalitions selected to engage in a human-
centered design process resulting in fully formed, funding-ready plans
for the implementation of a transportation insecurity mitigation
demonstration. The human-centered design process implemented in Stage 1
will plan for the demonstration of locally appropriate and viable
interventions for transportation insecurity for a specifically
identified local target population. The identification of a target
population will consider, among other factors, the ability to support a
statistically valid test group for a period of two years. The
demonstration design process must engage representative persons from
the local target population as valued subject-matter experts and
participants.
Demonstration design must include a stakeholder engagement plan for
recruitment of study participants and other essential partners such as
government entities, philanthropies, local employers, transportation
providers, community organizations, academic institutions, and the
general public.
The demonstration design process must produce a financial plan for
demonstration, including identification and pursuit of non-federal
support for the two-year demonstration period. Demonstration plans
submitted into Stage 2 should identify additional committed
demonstration partners and resources.
To be eligible for consideration in Stage 2, demonstration designs
must include a research program ``off ramp'' to either sustain or
responsibly transition the demonstration at the conclusion of the two-
year demonstration and research period funded under the Program.
Eligible demonstration plans will also have a deployment timeline and
critical milestones with associated roles and responsibilities for
demonstration partners.
iv. Demonstration Deployments
Up to five designated demonstration designs may be selected to
advance to Stage 2 of the Program, for implementation. The Program Lead
will design a selection process that will take into consideration key
priorities of the Administration, including those reflected in the
President's January 20, 2021, Executive Order 13990 on Protecting
Public Health and the Environment and Restoring Science to Tackle the
Climate Crisis as well as Executive Order 13985, Advancing Racial
Equity and Support for Underserved Communities Throughout the Federal
Government. The Program Lead will execute and manage subrecipient
agreements with the designated demonstration leads and aid in
successful implementation of selected demonstrations as designed, in
accordance with all applicable regulations and guidance. Demonstrations
are anticipated to have a duration of two years.
v. Cohort Management and Collaboration
The Program Lead will manage the demonstration cohort and
facilitate their interaction, bringing demonstration partners together
periodically to gather qualitative research and provide feedback on
their respective findings regarding the demonstration implementation
and impact. The applicant should lay out plans for ongoing interaction
using a variety of means and a system for the measurement of meaningful
impacts from cohort management activities on the successful completion
of the Demonstration efforts.
The Program Lead will maintain regular contact with the selected
communities to monitor the collection and analysis of data to ensure
the validity and consistency of findings in accordance with the goals
of this Notice and with input of the Research Advisory Committee, as
described in Section A.2.vi. Structured Demonstration and National
Research, below.
Cohort management will include the collection of shared experiences
across demonstration locations and unique ``storytelling'' of
individual participants in the various demonstrations. Cohort
management is intended to ensure that the customized strategies and
targeted investments are having a discernable impact.
vi. Structured Demonstration and National Research
The Program Lead will develop a structured research framework for
both individual local demonstrations and nationally aggregated
research. The Program Lead will establish and regularly meet with a
Research Advisory Committee that will review the research framework and
methodology, data collection plan, and preliminary and final findings,
and offer feedback to ensure the Demonstration answers the most
appropriate research questions in the most valid and impactful ways.
The Program Lead or partners will assist all selected demonstration
leads in identifying and securing a local research partner from an
accredited research institution and assist in any necessary
Institutional Review Board (IRB) processes. The Program Lead will aid
designated demonstration leads in establishing and maintaining
randomized control and treatment groups and ensuring the collection of
baseline/pre-test surveys and subsequent data collection methodologies
and tools, striving for consistency across demonstrations. The Program
Lead will also compile and
[[Page 48552]]
assess data from across all demonstrations and complete an overall
research findings synthesis report.
3. Program Alignment With Priorities
The purpose of this research is to assess and measure person-based
interventions, leveraging public transportation, to mitigate
transportation insecurity in underserved communities. As such, this
research conforms with Executive Order 13985--Advancing Racial Equity
and Support for Underserved Communities Through the Federal Government
and Executive Order 14008--Tackling the Climate Crisis at Home and
Abroad.
Research conducted under this NOFO will advance the strategic goals
of the U.S. Department of Transportation to ``make our transportation
system safer for all people (Safety); reduce inequities across our
transportation systems and the communities they affect (Equity); build
more resilient and sustainable transportation systems to benefit and
protect communities (Climate and Sustainability); grow an inclusive and
sustainable economy (Economic Strength); and invest in purpose-driven
research and innovation (Transformation).'' Furthermore, this NOFO
advances the Department's Innovation Principles to: ``Serve our policy
priorities, Help America win the 21st century, Support workers, Allow
for experimentation and learn from failure, Provide opportunities to
collaborate, and Be flexible and adapt as technology changes.''
B. Federal Award Information
This Notice makes available $6 million to award one competitively
selected Program Lead. Funding is available under FTA's Public
Transportation Innovation Program (49 U.S.C. 5312). FTA may, at its
discretion, provide additional funding for the selection made under
this Notice from FTA's Public Transportation Innovation Program (49
U.S.C. 5312).
An applicant whose proposal is selected for funding will receive a
cooperative agreement with FTA. FTA will have substantial involvement
in the administration of the cooperative agreement. FTA's role includes
the right to participate in decisions to redirect and reprioritize
project activities, goals, and deliverables. Applicants are encouraged
to assemble and secure partnerships necessary to conduct the Program in
accordance with the requirements outlined in this Notice.
Only proposals from eligible recipients for eligible activities
will be considered for funding.
Pre-award authority is subject to FTA approval and is only
available for costs incurred after the announcement of the project
selection on FTA's website.
Projects under this Notice are for research efforts and, as such,
FTA Circular 6100.1E, ``Research, Technical Assistance and Training
Program Guidance'' (available at https://www.fta.dot.gov/regulations-and-guidance/fta-circulars/research-technical-assistance-and-training-program), will apply in administering the program.
C. Eligibility Information
1. Eligible Applicants
Eligible applicants under this Notice include the following:
Departments, agencies, and instrumentalities of the
Government, including Federal laboratories
Institutions of higher education including research
universities, particularly those with Minority Serving Institution
status
Non-profit organizations
For-profit organizations
Technical and community colleges
Applicants must demonstrate experience conducting comprehensive
research demonstrations, including those focused on civic research, and
data- and technology-oriented research and innovation in the areas of
social services, mobility options, urban spaces, public health, public
safety, and related areas.
Applicants or proposed partners must demonstrate technical
capabilities to:
Effectively manage a national research program.
Design a credible research study that includes human
subjects and Institutional Review Board (IRB) processes.
Implement data-driven and community-centered decision-
making in the iteration of program management.
Manage Federal funding and eligible expenses.
Conduct human-centered design.
Engage with public agencies, authorities, research
institutions, community-based organizations, and systemically
disadvantaged populations to ensure their meaningful input in the
design of systems change-focused research and activities.
Design and support effective, targeted, adaptive, and
creative human-centered policies and services responsive to a local
area's socioeconomic and political distinctions.
Leverage best practices in shared transportation mobility
and payment systems.
Apply insights from the Centers for Disease Control Social
Determinants of Health.
Eligible applicants are encouraged to identify in their proposal
one or more project partners with a substantial interest and
involvement in the project activities or objectives. If an application
that involves such a partnership is selected for funding, the
competitive selection process will be deemed to satisfy the requirement
for a competitive procurement under 49 U.S.C. 5325(a) for the named
entities. Applicants are advised that any changes to the proposed
partnership after the award will require FTA's written approval and
must be consistent with the scope of the approved project.
To be considered eligible, an applicant must be able to demonstrate
the requisite legal, financial, and technical capabilities to receive
and administer Federal funds under this program.
2. Cost Sharing or Matching
Per 49 U.S.C. 5312(g), the eligible Federal share may be up to 100
percent for the Mobility, Access, & Transportation Insecurity: Creating
Links to Opportunity Demonstration Research Program. Applicants may
apply without a cost share. Applicants may also apply with a cost share
and must provide the local share of the net project in cash, or in-
kind, and must document in its application the source of the local
match. Eligible sources of local match are detailed in FTA C 6100.1E.
3. Eligible Projects
This Notice solicits applications to select a Program Lead to
establish a research demonstration program that will explore
interventions to address transportation insecurity and evaluate
outcomes and impacts. Eligible activities include data collection,
transportation feasibility study and analysis, economic analysis,
stakeholder engagement and outreach, obtaining any necessary equipment
and services, acquiring or developing software and hardware interfaces
to implement the project, and performance measurement and evaluation.
Eligible demonstrations must target low-income people and
communities that routinely experience transportation insecurity. All
demonstrations should share similar characteristics of target
population, urban context, and availability of public transportation
resources. Eligible research demonstration activities include planning,
engineering, or development of technical or financing plans; public
[[Page 48553]]
engagement and participant recruitment; capital or operating expenses
serving the treatment group; technology applications, or similar
necessary components to design and select demonstrations.
4. Data Management Plan
FTA seeks to improve public transportation for America's
communities by sharing digital data or source code collected or
developed through its research with the public. This allows research
organizations, transit agencies, and other stakeholders to learn from
and expand upon the insights developed from FTA-funded research.
An award made pursuant to this NOFO will be subject to the latest
version of FTA's Master Agreement (available at https://www.transit.dot.gov/funding/granteeresources/sample-fta-agreements/fta-grant-agreements), including Section 17 Patent Rights and Section 18
Rights in Data and Copyrights. All work conducted under this award must
follow the Department data policies outlined in the DOT Public Access
Plan at: https://ntl.bts.gov/public-access/how-comply. Recipients are
required to include these obligations in any sub-awards or other
related funding agreements.
Public Data Access requirements include developing a Data
Management Plan (DMP) and submitting the DMP for FTA review. A DMP is a
document that describes how recipients plan to handle digital datasets,
software, or code generated over the course of a research project
pursuant to federal and Departmental requirements. A DMP must be
provided as a condition of receiving FTA funds under the Section 5312
Research Program and should adequately identify: (1) The data to be
collected, (2) how the data will further the goals of this effort, (3)
how the data will be made accessible, and (4) how the data will be
stored. DMPs can be updated over time if the scope of the project or
the type of data that will be collected changes. FTA staff is available
to assist recipients with complying with public data access
requirements.
FTA expects recipients to remove confidential business information
(CBI) and Personally Identifiable Information (PII) before providing
public access to project data. Recipients must ensure the appropriate
data are accessible to FTA or the public for a minimum of five years
after the award's period of performance expires.
Recipients must make available to the Department copies of all work
developed in performance of a project funded under this Notice,
including but not limited to software and data. Data rights shall be in
accordance with 2 CFR 200.315, Intangible Property.
D. Application and Submission Information
1. Address To Request Application
Applications must be made using the Standard Form 424 (SF-424),
which can be downloaded from GRANTS.GOV.
2. Content and Form of Application Submission
a. Proposal Submission
General information for submitting applications along with specific
instructions for the forms and attachments required for submission can
be found at GRANTS.GOV. A complete proposal submission will consist of
at least two files: (1) The SF-424 ``Application for Federal
Assistance'' and (2) a narrative proposal document in Microsoft Word,
Adobe Acrobat, or a compatible file format that addresses the required
elements contained in this Notice. The narrative proposal should be in
the format outlined in the ``Proposal Preparation and Content''
section. A narrative proposal submission may contain additional
supporting documentation as attachments. Once completed, the narrative
proposal and any supporting documents must be placed in the
``Attachments'' section of the SF-424. Applicants must attach the
narrative proposal file to their submission in GRANTS.GOV to
successfully complete the application process. The applicant must
respond to all sections of the SF-424 Application for Federal
Assistance and the requirements of this Notice. The information in the
narrative proposal will be used to determine applicant and project
eligibility for the program, and to evaluate the proposal against the
selection criteria described in this Notice. Applicants should
carefully review the criteria noted in Section E and ensure their
proposal addresses the factors listed.
Failure to submit the information as requested can delay review or
disqualify the application.
b. Proposal Preparation and Content
Applicants must submit one electronic file for Proposals in a
Microsoft Word, Adobe Acrobat, or compatible file format, double-spaced
using Times New Roman, 12-point font. The proposal must contain the
following components and adhere to the specified maximum lengths:
1. Cover Sheet (not to exceed 1 page): The cover sheet must include
the entity submitting the proposal, principal's name, title, and
contact information (e.g., address, office and mobile phone, fax, and
email). The cover sheet must also include name and contact information
for the entity's point of contact for all cooperative agreement
administrative activities (if different from principal).
2. Abstract (not to exceed 1 page): The Abstract must include
background, purpose, methodology, intended outputs, outcomes, impacts,
and plan for accomplishing the goals and objectives of this program.
3. Table of Contents (not to exceed 1 page): The Table of Contents
shall list each section of the proposal (including Appendices) by title
and page number.
4. Project Budget (not to exceed 5 pages): The proposed project
budget must account for multiple years and outline the total cost of
all services and products including salaries and fringe benefits,
supplies, travel, equipment, and proposed contractual arrangements
(e.g., subcontracts, consultant services) and how these estimated costs
are connected to the project scope.
5. Project Work Plan (not to exceed fifteen pages total): The
proposed project work plan must include the following information:
a. Methodology--Provide a methodology for addressing the goals and
objectives described above under Section A of this Notice; include the
methodology for executing a multistage competitive solicitation process
and engaging, coordinating, and assisting with identified local target
populations as directed by FTA that address the needs of transportation
insecurity.
b. Statement of Work--Provide all proposed work tasks for the
project and how the proposed work tasks will be accomplished. Include
the tasks for proposed activities, resources, milestones, and a
timeline with outcomes for implementing a two-stage competition.
i. Staffing Plan--Describe the approach for managing the project
team, including the distribution of responsibilities among project
partners, and what activities each project team member will perform.
ii. Coordination with FTA--Identify the plan for coordinating the
project team's activities and deliverables with the FTA Research office
and other USDOT offices, as needed.
iii. Research and Data Collection--Identify activities and the plan
for electronic collection, maintenance, storage, and dissemination of
demographic, financial, and economic development data for the use by
the
[[Page 48554]]
project team, stakeholders, FTA, and other customers.
iv. Communication Plan--Provide a proposed plan for communications
at the local level, including with local target population and
stakeholders. The plan should identify innovative communication
strategies including, but not limited to the following: social media
(e.g., Facebook, Twitter, YouTube), text alerts, email, website
publication, and toll-free telephone numbers.
v. Performance Measures--Identify multiple performance measures
that FTA should use to assess the Program's effectiveness on a local
target population's well-being and quality of life.
vi. Deliverables--Provide a proposed list of proposed deliverables
(e.g., community plans, reports, services, etc.). Include quarterly
reports and the synthesis report to be submitted to FTA.
6. Staff Qualifications (not to exceed 10 pages total):
a. Organizational Capacity--Provide a narrative that briefly
describes the structure of the proposer including its history and
experience in performing complex research activities. Include a
narrative of the proposer's understanding of the activities in this
solicitation and its responsibility for delivery of a two-stage
competition to address transportation insecurity. Include the
proposer's organization chart.
b. Project Team Structure--Provide a narrative that briefly
describes the structure and makeup of the project team. Include the
names of all partner organizations, and the legal relationship, if any,
between the applicant and each proposed partner. Include the names and
functional titles of each project team member. Proposers must also
provide documentation of the project team, such as a memorandum of
agreement or letter of intent signed by all parties that describes the
parties' roles, responsibilities, commitment in the proposed project,
and how the applicant will ensure they will have enough time to devote
to the project. Include an organization chart for the entire project
team.
c. Technical Capacity of Project Team--Provide a detailed
description of the technical capacity of the project team members and
what activities each team member will perform. Include project staff
qualifications, education, knowledge, and results of prior experience
in public transportation, economic development, human-centered design
and development, stakeholder coordination and engagement, including
engaging diverse community stakeholders in a targeted manner with
proven and impactful methods. Additionally, applicants should discuss
successful completion of similar or relevant projects--case studies,
journal articles, or references.
d. Biographical Sketches--In addition to the Staff Qualifications
narrative (10 page maximum), include a one-page biographical sketch for
each staff member proposed to take a principal role or perform
significant work on the project.
7. Proposals shall adhere to the specified maximum page lengths.
Supplemental materials such as letters of support can be included with
the proposal in an appendices section that is beyond the page limit
above (all supplemental materials not to exceed 18 pages). Supplemental
materials will not be evaluated independently.
3. Unique Entity Identifier and System for Award Management (SAM)
Each applicant is required to: (1) be registered in SAM before
submitting an application; (2) provide a valid unique entity identifier
in its application; and (3) continue to always maintain an active SAM
registration with current information during which the applicant has an
active Federal award or an application or plan under consideration by
FTA. FTA may not make an award until the applicant has complied with
all applicable unique entity identifier and SAM requirements. If an
applicant has not fully complied with the requirements by the time FTA
is ready to make an award, FTA may determine that the applicant is not
qualified to receive an award and use that determination as a basis for
making a Federal award to another applicant. These requirements do not
apply if the applicant has an exception approved by FTA or the U.S.
Office of Management and Budget under 2 CFR 25.110(c) or (d).
SAM registration takes approximately 3-5 business days, but FTA
recommends allowing ample time, up to several weeks, for completion of
all steps. For additional information on obtaining a unique entity
identifier, please visit www.sam.gov.
4. Submission Dates and Times
Project proposals must be submitted electronically through
GRANTS.GOV by 11:59 p.m. Eastern time on October 11, 2022. Proposals
submitted after the deadline will only be considered under
extraordinary circumstances not under the applicant's control. Mail,
fax, and email submissions will not be accepted.
FTA urges applicants to submit applications at least 72 hours prior
to the due date to allow time to correct any problems that may have
caused either GRANTS.GOV or FTA systems to reject the submission.
GRANTS.GOV attaches a time stamp to each application at the time of
submission. Proposals submitted after the deadline will be considered
only if lateness was due to extraordinary circumstances not under the
applicant's control. GRANTS.GOV scheduled maintenance and outage times
are announced in advance on the GRANTS.GOV website. Deadlines will not
be extended due to scheduled website maintenance.
Within 48 hours after submitting an electronic application, the
applicant should receive an email message from GRANTS.GOV with
confirmation of successful transmission to GRANTS.GOV. If a notice of
failed validation or incomplete materials is received, the applicant
must address the reason for the failed validation, as described in the
email notice, and resubmit before the submission deadline. If making a
resubmission for any reason, include all original attachments
regardless of which attachments were updated and check the box on the
supplemental form indicating this is a resubmission.
Applicants are encouraged to begin the process of registration on
the GRANTS.GOV site well in advance of the submission deadline.
Registration is a multi-step process, which may take several weeks to
complete before an application can be submitted. Registered applicants
may still be required to take steps to keep their registration up to
date before submissions can be made successfully: (1) registration in
SAM is renewed annually, and (2) persons making submissions on behalf
of the Authorized Organization Representative (AOR) must be authorized
in GRANTS.GOV by the AOR to make submissions.
5. Funding Restrictions
Refer to Section C.3., Eligible Projects, for information on
activities that are allowable. Allowable direct and indirect expenses
must be consistent with the Governmentwide Uniform Administrative
Requirements and Cost Principles (2 CFR part 200) and FTA Circular
5010.1E.
Funds available under this NOFO cannot be used to reimburse
applicants for otherwise eligible expenses incurred prior to FTA
issuing pre-award authority for selected projects.
[[Page 48555]]
E. Application Review Information
1. Criteria
Projects will be evaluated solely on the materials provided in the
Proposal document. FTA will evaluate proposals based on the following
criteria:
a. Organizational Capacity and Key Personnel Experience
Applicants should note the structure of the lead organization
including its history and experience in performing complex research
activities. Applicants should include a narrative of the applicant's
understanding of the activities called for in this funding opportunity
and its responsibility for coordinating with local community
organizations for demonstration activities. Applicants should describe
the structure and makeup of the project team to clearly demonstrate the
applicant's ability to secure and promote coordination of human
services and targeted/coordinated investments to mitigate
transportation insecurity via partnerships and other effective
collaborative approaches. These collaborations should encourage
participation from local municipalities, philanthropies, local
employers, community services (education, health, public safety),
economic development organizations, metropolitan planning
organizations, etc. Applicants should note key project team personnel
who will be involved in the project and how the applicant will ensure
they will have enough time to devote to the project. Additionally,
applicants should discuss successful completion of similar or relevant
projects--case studies, journal articles, or references.
b. Proposer and Proposal Team Technical Expertise
Applicants should clearly detail the technical capacity of the lead
organization and what activities each team member will perform. In
addition to their qualifications in conducting nationally significant
research, applicants should demonstrate project team knowledge in
public transportation, economic development, human-centered design and
development, and stakeholder coordination and engagement, including
engaging diverse community stakeholders in a targeted manner with
proven and impactful methods.
c. Academic, Applied Research and Other Related Experience
Applicants should provide evidence of academic, applied research
experience and other related experience (e.g., past program management
utilizing federal funding, collaboration with research institutions, or
program design and implementation) including research focused on
economically distressed communities and vulnerable populations and
their barriers or challenges to accessing adequate and reliable
transportation. The proposal should detail the applicant's ability to
identify and address transportation issues, such as identifying
transportation proximity to desired goods, services, activities, and
destinations, to support the program's measurement goals.
d. Proposed Partnerships
Applicants should provide a narrative that discusses a creative and
durable collaboration model to successfully implement a project that
addresses transportation insecurity. The narrative must include a
strong framework that fosters partnerships that safeguard equity and
cultural diversity in local communities. The partnership model must
demonstrate an ability to reach and engage underserved communities for
demonstration development and selection and to support and empower
these communities throughout implementation with an emphasis toward
long-term sustainability for well performing models. Emphasis should be
placed on the proposing entity's ability to engage trusted community-
based organizations, local municipalities, philanthropies, local
employers, community services (education, public health, public
safety), metropolitan planning organizations, and research
institutions. The approach or framework must have the agility to pivot
and embrace evolving change.
e. Project Approach and Work Plan
Applicants will be evaluated on the proposed methodology and
overall project approach pursuant to the inclusion of a multi-year work
plan that demonstrates the Program Lead's understanding of all
activities, responsibilities, and costs required to establish and
implement the prescribed work. In assessing whether the proposed
implementation plans are reasonable and complete, FTA will review the
proposed project work plan, including all necessary project milestones
and the overall project timeline, as well as ensuring the viability of
the project team in subsequent years.
f. Technical, Legal, and Financial Capacity
Applicants must demonstrate the financial and organizational
capacity and managerial experience to successfully oversee and
implement this project. FTA may review relevant assessments and public
records to determine whether there are any outstanding legal,
technical, or financial issues with the applicant that would affect the
outcome of the proposed project.
For applications that include named project partners, FTA will also
consider the technical, legal, and financial capacity of the proposed
partners.
2. Review and Selection Process
An FTA technical evaluation committee will evaluate proposals based
on the published evaluation criteria. Members of the technical
evaluation committee may request additional information from
applicants, if necessary. Based on the review of the technical
evaluation committee, the FTA Administrator will determine the final
selection for program funding.
When selecting the Program Lead, FTA will consider the applicants'
ability and its proposed plan to recruit and select demonstration sites
to address key priorities of the Administration, including making
selections that advance the President's January 20, 2021, Executive
Order 13990, the selecting official will consider applications that may
provide other air quality benefits as part of the application review.
When selecting demonstration areas, applicants should identify any
nonattainment or maintenance areas under the Clean Air Act in the
proposed service area. Nonattainment or maintenance areas should be
limited to the following applicable National Ambient Air Quality
Standards criteria pollutants: carbon monoxide, ozone, and particulate
matter 2.5 and 10. The U.S. Environmental Protection Agency's Green
Book (available at https://www.epa.gov/green-book) is a publicly
available resource for nonattainment and maintenance area data. This
consideration will further the goals of the Executive Order, including
the goal to prioritize environmental justice (EJ), and historically
disadvantaged communities.
In further support of Executive Order 14008, FTA will give priority
consideration to applications that create significant community
benefits relating to the environment, including those projects that
address greenhouse gas emissions and climate change impacts. FTA
encourages applicants to demonstrate whether they have considered
climate change and environmental justice in terms of the transportation
planning process or anticipated design components with outcomes that
address climate change
[[Page 48556]]
(e.g., resilience or adaptation measures). The application should
describe what specific climate change or environmental justice
activities can be incorporated, including whether a project supports a
Climate Action Plan, whether an equitable development plan can be
prepared, and whether tools such as EPA's EJSCREEN (https://www.epa.gov/ejscreen) can be applied in project planning. The
application should also describe specific and direct ways the program
will mitigate or reduce climate change impacts including any components
that reduce emissions, promote energy efficiency, incorporate
electrification or low emission or zero emission vehicle
infrastructure, increase resiliency, or recycle or redevelop existing
infrastructure.
In addition, FTA will consider benefits to EJ communities when
reviewing applications received under this program. Applicants should
identify any EJ populations to be served within potential service areas
and describe anticipated benefits to that population(s) should the
applicant receive a grant under this program. A formal EJ analysis that
is typically included in transportation planning or environmental
reviews is not requested. Among the factors, in determining the
allocation of program funds FTA may consider geographic diversity,
diversity in the size of the grantees receiving funding, or the
applicant's receipt of other competitive awards. Respectively, FTA will
evaluate demonstration proposals to determine the extent that the
proposed project will address affordable housing needs, provide
equitable housing choices for environmental justice populations, and
avoid displacement of low-income households.
In support of Executive Order 14008, and consistent with the Office
of Management & Budget's (OMB's) Interim Implementation Guidance for
the Justice40 Initiative (https://www.whitehouse.gov/wp-content/uploads/2021/07/M-21-28.pdf), Historically Disadvantaged Communities
include (a) certain qualifying census tracts, (b) any Tribal land, or
(c) any territory or possession of the United States. The USDOT has
provided a mapping tool to assist applicants in identifying whether a
project is located in a Historically Disadvantaged Community located
at: https://usdot.maps.arcgis.com/apps/dashboards/d6f90dfcc8b44525b04c7ce748a3674a. Use of this map tool is optional; in
both Stage 1 and Stage 2, demonstration applicants may provide an image
of the map tool outputs, or alternatively, consistent with OMB's
Interim Guidance, demonstration applicants can supply quantitative,
demographic data of their participants demonstrating the percentage of
their participants that meets the criteria described in Executive Order
14008 for disadvantaged populations. Examples of Disadvantaged
Communities that an applicant could address using geographic or
demographic information include low income, high and/or persistent
poverty, high unemployment and underemployment, racial and ethnic
residential segregation, linguistic isolation, or high housing cost
burden and substandard housing. Additionally, in support of the
Justice40 Initiative, the applicant also should provide evidence of
strategies that the applicant has used in the planning process to seek
out and consider the needs of those traditionally disadvantaged and
underserved by existing transportation systems. For technical
assistance using the mapping tool, please contact [email protected].
3. Integrity and Performance Review
Prior to making an award, FTA is required to review and consider
any information about the applicant that is in FAPIIS, the designated
integrity and performance system accessible through SAM. An applicant
may review and comment on any information about itself that a Federal
awarding agency previously entered. FTA will consider any comments by
the applicant, in addition to the other information in the designated
integrity and performance system, in making a judgment about the
applicant's and proposed partners' integrity, business ethics, and
record of performance under Federal awards when completing the review
of risk posed by applicants as described in the Office of Management
and Budget's Uniform Requirements for Federal Awards (2 CFR 200.206).
F. Federal Award Administration Information
1. Federal Award Notices
FTA will notify the successful applicant and may announce the
selection on its website, https://www.transit.dot.gov. Following
notification, the successful applicant will be required to submit its
application through the FTA Transit Award Management System (TrAMS).
2. Administrative and National Policy Requirements
a. Pre-Award Authority
At the time the project selection is announced, FTA may extend pre-
award authority for the successful applicant. There is no blanket pre-
award authority for the project before announcement. FTA will issue
specific guidance to the selected recipient regarding pre-award
authority at the time of selection. FTA does not provide pre-award
authority for competitive funds until projects are selected, and even
then, there are Federal requirements that must be met before costs are
incurred. For more information about FTA's policy on pre-award
authority, please see the most recent Apportionments, Allocations and
Program Information Notice at: https://www.transit.dot.gov/regulations/federal-register-documents/2022-09143.
b. Cooperative Agreement Requirements
The successful applicant will apply for a cooperative agreement
through TrAMS and adhere to the customary FTA grant requirements of 49
U.S.C. 5312, Public Transportation Innovation, including those of FTA C
6100.1E, where applicable. FTA will award and manage a cooperative
agreement through TrAMS. Discretionary grants and cooperative
agreements greater than $500,000 will go through the Congressional
notification and release process. Assistance regarding these
requirements is available from FTA.
c. Made in America
All capital procurements must meet FTA's Buy America requirements
(49 U.S.C. 5323(j) and 49 CFR part 661) and the Build America, Buy
America Act's domestic preference requirements for infrastructure
projects (Sec. Sec. 70901-70927 of the Infrastructure Investment and
Jobs Act, Pub. L. 117-58), which together require that all iron, steel,
manufactured goods and construction materials be produced in the United
States, and set minimum domestic content and final assembly
requirements for rolling stock.
d. Disadvantaged Business Enterprises
Recipients receiving planning, capital, or operating assistance
that will award prime contracts exceeding $250,000 in FTA funds in a
Federal fiscal year must comply with Department of Transportation
Disadvantaged Business Enterprise (DBE) program regulations (49 CFR
part 26). Applicants should expect to include any funds awarded,
excluding those to be used for vehicle procurements, in setting their
overall DBE goal.
e. Standard Assurances
If an applicant receives an award, the applicant must assure that
it will comply with all applicable Federal statutes, regulations,
executive orders, directives, FTA circulars, and other
[[Page 48557]]
Federal administrative requirements in carrying out any project
supported by the FTA award. The applicant acknowledges that it will be
under a continuing obligation to comply with the terms and conditions
of the agreement issued for its project with FTA. The applicant
understands that Federal laws, regulations, policies, and
administrative practices might be modified from time to time and may
affect the implementation of the project. The most recent Federal
requirements will apply to the project unless FTA issues a written
determination otherwise. The applicant must submit the most recent FTA
Certifications and Assurances before receiving an award if it does not
have current certifications on file.
f. External Communications
The successful applicant must communicate with their FTA project
manager prior to engaging in any external communications regarding the
Program. This includes any work developing news or magazine stories
with media organizations, including print, video, online, or otherwise.
Additionally, the FTA project manager must be notified if project
information, including results and metrics, will be shared during a
webinar or other presentation open to the public produced either by the
recipient itself or another organization. The successful applicant must
consult with their FTA project manager at the beginning of their
agreement to discuss and plan any external communications about their
project.
g. Software Provisions
Any standards, guidance, tools or software developed as a part of
this solicitation will be subject to provisions of FTA's Master
Agreement and evaluated for the potential to be shared for FTA
purposes.
3. Reporting
Post-award reporting requirements include the electronic submission
of Federal Financial Reports and Milestone Progress Reports in TrAMS on
a quarterly basis. Documentation is required for payment. Additional
reporting may be required specific to the Transportation Insecurity
Mitigation Demonstration Research Program and the recipient may be
expected to participate in events or peer networks related to the goals
and objectives of the program. The Federal Financial Accountability and
Transparency Act (FFATA) requires data entry at the FFATA Sub Award
Reporting System (http://www.FSRS.gov) for all sub-awards and sub-
contracts issued for $30,000 or more, as well as addressing executive
compensation for both award recipients and sub-award organizations.
The successful applicant should include any goals, targets, and
indicators referenced in their application in the Executive Summary of
the TrAMS application.
As part of completing the annual certifications and assurances
required of FTA grant recipients, a successful applicant must report on
the suspension or debarment status of itself and its principals.
If the award recipient's active grants, cooperative agreements, and
procurement contracts from all Federal awarding agencies exceeds
$10,000,000 for any period of time during the period of performance of
an award made pursuant to this Notice, the recipient must comply with
the Recipient Integrity and Performance Matters reporting requirements
described in Appendix XII to 2 CFR part 200.
G. Federal Awarding Agency Contacts
For further information concerning this Notice, please contact the
Transportation Insecurity Mitigation Team, FTA Office of Research,
Demonstration, and Innovation, by phone at 202-366-8094, or by email at
[email protected]. A TDD is available for individuals who are deaf or hard
of hearing at 800-877-8339. In addition, FTA will post answers to
questions and requests for clarifications on FTA's website at: https://www.transit.dot.gov/research-innovation/mobility-access-and-transportation-insecurity-creating-links-opportunity.
To ensure applicants receive accurate information about
eligibility, applicants are encouraged to contact FTA directly, rather
than through intermediaries or third parties, with questions. FTA staff
may also conduct briefings on the FY 2022 competitive grants selection
and award process upon request.
For issues with GRANTS.GOV, please contact GRANTS.GOV by phone at
1-800-518-4726 or by email at [email protected].
H. Other Information
This program is not subject to Executive Order 12372,
``Intergovernmental Review of Federal Programs.''
Nuria I. Fernandez,
Administrator.
[FR Doc. 2022-17015 Filed 8-8-22; 8:45 am]
BILLING CODE 4910-57-P