[Federal Register Volume 89, Number 222 (Monday, November 18, 2024)]
[Notices]
[Pages 90816-90824]
From the Federal Register Online via the Government Publishing Office [www.gpo.gov]
[FR Doc No: 2024-26835]
=======================================================================
-----------------------------------------------------------------------
DEPARTMENT OF TRANSPORTATION
Federal Transit Administration
Fiscal Year 2025 Competitive Funding Opportunity: Bus Safety and
Accessibility Research Program
AGENCY: Federal Transit Administration (FTA), Department of
Transportation (DOT).
ACTION: Notice of funding opportunity (NOFO).
-----------------------------------------------------------------------
SUMMARY: The Federal Transit Administration (FTA) announces the
opportunity to submit applications for the Bus Safety and Accessibility
Research Program for up to $10,000,000 under the Public Transportation
Innovation Program in multiple fiscal years. The strategic goal for
this program is to make existing and new buses safer for their
operators and vulnerable road users, and safer and more accessible for
their passengers. The Bus Safety and Accessibility Research Program
seeks proposals to research standard bus designs, safety innovations
and systems, and bus compartments that support these safety and
accessibility goals. Additionally, this NOFO will require the
development of detailed design specifications and production of a
prototype that is available through a retrofit on existing buses and
for installation in new buses.
DATES: Complete proposals must be submitted electronically through the
grants.gov ``APPLY'' function by 11:59 p.m. eastern time on January 17,
2025.
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 https://www.transit.dot.gov/
howtoapply and in the ``FIND'' module of grants.gov. The funding
opportunity ID is FTA-2025-003-TRI. Mail and fax submissions will not
be accepted.
FOR FURTHER INFORMATION CONTACT: Maria Roell, FTA Office of Research,
Demonstration, and Innovation, phone (202) 366-9214, or email:
[email protected].
SUPPLEMENTARY INFORMATION:
Summary Overview of Key Information: FTA Bus Safety and Accessibility
Research Competitive Funding Opportunity
------------------------------------------------------------------------
------------------------------------------------------------------------
Issuing Agency............... Federal Transit Administration, U.S.
Department of Transportation.
Program Overview............. To establish a Bus Safety and
Accessibility Research Program under 49
U.S.C. 5312 to research standard designs
and prototypes to make existing and new
buses safer for their operators and
vulnerable road users, and safer and
more accessible for their passengers.
Eligible Applicants.......... Departments, agencies, and
instrumentalities of the Government,
including Federal laboratories; State
and local governmental entities;
providers of public transportation;
private or non-profit organizations;
institutions of higher education; and
technical and community colleges.
Eligible Project............. Engineering, design, and protype
production of a bus or bus components
that improve safety of operator and VRUs
and increases accessibility for
passengers.
Funding Amount............... $10,000,000. Additional funds made
available prior to project selection may
be allocated to eligible projects.
Deadline..................... January 17, 2025 at 11:59 p.m. Eastern
Time.
Cost share................... The maximum Federal share of project
costs under this program is 80 percent.
------------------------------------------------------------------------
[[Page 90817]]
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
Under FTA's Public Transportation Innovation Program (49 U.S.C.
5312), FTA may make grants or enter into contracts or cooperative
agreements for research, development, demonstration, and deployment
projects and evaluation of research and technology of national
significance to public transportation. This notice of funding
opportunity (NOFO) (Federal Assistance Listing: 20.531) is issued under
this authority.
The Bus Safety and Accessibility Research Program addresses
critical safety issues and technology opportunities in public transit
vehicle design. For this program accessibility refers to the ability of
people with disabilities to: independently ascertain if an arriving bus
is the one they intend to take; board; pay any fares or scan
Paratransit ID cards; identify a seat or wheelchair accessible spot;
secure any mobility equipment on the bus; receive any visual or audible
stop announcements; identify the correct stop at which they intend to
deboard; indicate by pressing buttons or communicating verbally with
the driver that they would like to deboard at the next stop; and exit
the vehicle without encountering any physical, communication, or
attitudinal barriers.
Critical safety issues include rising operator assaults, continued
accessibility issues for people with disabilities in and around transit
buses, the need to increase operator visibility and minimize blind
spots to ensure safety around a bus for passengers, pedestrians,
bicyclists, and all who encounter a transit vehicle. It addresses FTA's
strategic goal of enhancing the safety of transit fleets. According to
safety performance data reported to the National Transit Database
(NTD), major event injuries per 100 million vehicle revenue miles are
rising with non-rail modes having 273.94 injuries in 2022 and 302.82
injuries in 2023. It is essential that action is taken to reverse this
trend.
The strategic goal for this program is to make existing and new
buses safer for their operators and vulnerable road users, and safer
and more accessible for their passengers. The program objectives
include research on bus designs, innovations, and technologies, as well
as production of a prototype that is available through a retro fit on
existing buses and for installation in new buses. The program's key
focus areas are:
Driver Safety Systems--Changes made to the transit vehicle
and technology upgrades that protect the operator and enhance the
safety of those outside of the vehicle including VRUs.
Passenger Safety Systems--Changes made to the transit
vehicle and technology upgrades that protect and increase accessibility
of the passengers.
All applicants will also be expected to produce results that follow
three major principles. These principles represent the values on which
FTA will judge whether objectives have been met.
Partnerships:
[cir] Recipients will collaborate across multiple industry sectors
including all or some of these priority groups:
[ssquf] Transit Vehicle Manufacturers (TVMs)
[ssquf] Transit Agencies
[ssquf] Transit Labor Unions
[ssquf] Disability Organizations
[ssquf] Transit riders
[ssquf] Domestic and International Research Groups
[ssquf] Component Manufacturers
Widely Implementable:
[cir] Proposals are encouraged to be innovative but must consider
risks to implementation and interoperability to ensure nationwide
relevancy and adoption. Proposals should be able to be adopted quickly,
on a wide scale.
[cir] Deliverables should be applicable to current and new 35- and
40-ft or articulated bus models that have passed Altoona testing,
comply with all other applicable Federal requirements, and are
manufactured by companies eligible to compete for FTA-funded contracts.
Economic Vitality
[cir] Recipients will support the U.S. industrial base by complying
with Buy America. Recognizing Executive Order 14005, ``Ensuring the
Future Is Made in All of America by All of America's Workers'' (86 FR
7475); proposed projects must support economic vitality at the national
and regional level, including advancing domestic industry and promoting
domestic development of intellectual property.
Applicants must note how they will incorporate the key focus areas,
meet program objectives, and follow program principles. Applications
should include performance standards and measures for ensuring the
success of each key focus area with a specific, measurable, attainable,
relevant, and time-bound task plan. These measures should show minimum
performance specifications and a quality assurance surveillance plan to
ensure quality. Applicants must show a detailed understanding of the
needs and opportunities of this program.
Building on Previous Research
This NOFO seeks innovations that will lead to a safer more
accessible bus, as well as a design and production of a prototype that
is available through a retrofit on existing buses and for installation
in new buses. It builds upon previous research by FTA and the Transit
Cooperative Research Program, especially regarding increasing
protection for bus operators through secure bus compartments.
The Bus Operator Compartment Redesign Program (BCP) was awarded in
2020 to improve operator and public safety. Key findings included
issues with current bus operator compartment designs, such as
ineffective barriers, large blind spots, and poor ergonomics for
operators. The installation of barriers led to an increased feeling of
safety for some operators. FTA also held a listening session in 2023 to
receive stakeholder input on bus design including accessibility,
safety, and emerging bus technologies. Major themes of the feedback
included bus operator health and safety, road safety, accessibility,
and passenger compartment enhancements. Resources, including available
reports and listening session documentation, are available on the Bus
Safety and Accessibility Research Program website (https://www.transit.dot.gov/research-innovation/bus-future-redesign-transit-bus-operator-compartment-improve-safety-operational).
Additionally, the Transportation Cooperative Research Program
(TCRP) finalized a bus compartment study titled ``Bus Operator Barrier
Design: Guidelines and Considerations''. The report on that study, TCRP
Report 249, is available for download at the following link: https://nap.nationalacademies.org/catalog/27877/bus-operator-barrier-design-guidelines-and-considerations.
B. Federal Award Information
This notice makes available up to $10,000,000 in Public
Transportation Innovation Program (49 U.S.C. 5312) funds for a single
cooperative agreement. Only proposals from eligible recipients for
eligible activities will be considered for funding.
FTA seeks a project that can begin implementation within two months
of award of the cooperative agreement. The maximum period of
performance allowed for the work covered by the
[[Page 90818]]
award should not exceed two years from the date of award. FTA may, at
its discretion, provide additional funding under this notice from FTA's
Public Transportation Innovation (49 U.S.C. 5312), subject to the
availability of funds.
Pre-award authority is subject to FTA approval and is only
available for costs incurred after the announcement of project
selection on FTA's website.
The project selected under this competition is for research and
development and, as such, FTA Research Circular 6100.1E (available at
https://www.fta.dot.gov/regulations-and-guidance/fta-circulars/research-technical-assistance-and-training-program) guidance will apply
in administering the program.
An applicant whose proposal is selected for funding will enter into
a cooperative agreement with FTA, to be administered according to
Circular 6100.1E. FTA will have substantial involvement in the
administration of the cooperative agreement. FTA's role in the
cooperative agreement will include meeting at least quarterly with the
recipient and key stakeholders engaged in the program; assistance with
outreach on achievement of successful results; review and approval of
proposed designs; and participation in key decisions, including if
there is a need to redirect or reprioritize project activities, goals,
and deliverables.
C. Eligibility Information
Eligible Applicants
Eligible applicants under this notice are:
Departments, agencies, and instrumentalities of the
Federal Government, including Federal laboratories;
State and local governmental entities, including multi-
jurisdictional partnerships, and organizations such as Metropolitan
Planning Organizations;
Providers of public transportation;
Private for-profit or not-for-profit organizations
incorporated in a jurisdiction of the United States; and
Institutions of higher education and technical and
community colleges.
On the application form, eligible applicants are strongly
encouraged to identify one or more project partners with a substantial
interest and involvement in the project activities or objectives to
participate in the implementation of the project, including partners
from Minority Serving Institutions.
An application may be submitted in partnership with other eligible
entities, including eligible subrecipients, bus manufacturers, or
component manufacturers that intend to participate in the
implementation of the project. If an application with 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 partners after the award will require
FTA written approval and must be consistent with the scope of the
approved project. Post-award changes to vendors will be subject to
ordinary procurement standards.
The applicant must be able to carry out the proposed agreement and
procurements, if needed, with project partners in compliance with all
applicable Federal, State, and local laws.
To be considered eligible, applicants must be able to demonstrate
the requisite legal, financial, and technical capabilities to receive
and administer Federal funds under this program.
Cost Sharing or Matching
The maximum Federal share of project costs under this program is 80
percent. Applicants may seek a lower Federal contribution. The
applicant must provide the non-Federal share of the net project cost in
cash or in-kind and must document in its application the source of the
non-Federal match. Eligible sources of non-Federal match are detailed
in FTA Circular 6100.1E.
Eligible Projects
This notice solicits applications to assess the need and develop
public transportation vehicle designs as well as appropriate best
practices, guidance, and tools to produce those designs to provide
better public transportation services. Proposed tasks and activities
must adhere to Federal regulations regarding eligible costs.
FTA has identified a list of elements for projects divided into
``required'' and ``desired.'' Required elements are the ones that will
be considered for the evaluation criteria. Applicants must demonstrate
knowledge or experience in addressing these elements. Additional
knowledge or experience with desired elements will yield additional
consideration. Applicants are encouraged to add other elements that
will further the program goal--especially elements that can be adopted
quickly on a wide scale, to be considered in the evaluation. The
elements are noted below.
Required:
All projects must ensure highly reliable and accurate data
especially where it can impact the safety of the operator, passengers,
or VRU including, but not limited to sensors, vehicle location, battery
condition, vehicle maintenance, or other advanced diagnostic
indicators.
Driver Safety Systems:
[cir] Standardization of the operator compartment: ergonomics of
chair/seat, operator barrier. The recipient under this program must
produce a functional prototype of the operator compartment
improvements.
[cir] Standardization of design and component placement to
eliminate blind spots: A-pillar, mirrors, cameras, fareboxes, etc.
Designs should be prescriptive about safety requirements (e.g., mirror
placement).
[cir] VRU safety sensors: Focus on reliable and simplified user
interface for the bus operator.
Passenger Safety Systems:
[cir] Accessible passenger compartment design: Entry and egress for
riders with mobility devices and strollers, consideration of minimizing
fare collection footprint.
[cir] Constraint systems: Ability for riders using a wheelchair to
be more safely, efficiently, and, if possible, independently secured in
the vehicle.
[cir] Standardization of emergency call buttons.
Desired:
Advanced Driver Assistance Systems (ADAS):
[cir] Lane departure
[cir] Collision avoidance
[cir] Pedestrian alerts
D. Application and Submission Information
Address To Request Application
A complete proposal submission consists of four forms and their
supporting attachments. The Forms are: (1) Standard Form-424
``Application for Federal Assistance''; (2) SF-424A ``Budget
Information for Non-Construction Programs''; (3) SF-424B ``Assurances
for Non-Construction Programs''; and (4) the supplemental form for the
Bus Safety and Accessibility Research NOFO. Forms are downloadable from
grants.gov or the FTA website at https://www.transit.dot.gov/notices-funding/fiscal-year-2025-bus-safety-and-accessibility-research-notice-funding.
All applications must be submitted electronically through
grants.gov by the deadline below. FTA will not accept applications by
mail, email, or any other delivery method.
[[Page 90819]]
Content and Form of Application Submission
a. Proposal Submission
i. The SF-424 provides basic information about the applicant and
the project, including details such as the applicant's name, unique
entity identifier (UEI), key contact information, and a summary of the
project. The SF-424A form is used to present a detailed budget for the
project, ensuring that all financial aspects are accounted for and
justified. The SF-424B form outlines the assurance that the applicant
agrees to comply with the terms and conditions set forth by the Federal
Government.
ii. For the budget, applicants must provide a summary and a high-
level overview of estimated activity costs, organized by major cost
elements. The budget should clearly differentiate between the Federal
funding share and non-Federal share funds, including the value of any
in-kind contributions. The budget form must not include previously
incurred expenses or costs incurred before the award time. All budget
information must be presented using the SF-424A form.
iii. In addition to these standard forms, the proposal must include
a supplemental form, a project narrative, and a summary budget
narrative. The supplemental form and project overview should be
prepared in Microsoft Word, PDF, or another compatible file format and
must address all required elements outlined in the notice of funding
opportunity (NOFO).
The narrative proposal should be in the format outlined in the
``Proposal Preparation and Content'' section below. 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.
The applicant must attach the narrative proposal file to its 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. The applicant
should carefully review the criteria noted in Section E and ensure its
proposal addresses the factors listed.
Failure to submit the information as requested can delay review or
disqualify the application.
b. Proposal Preparation and Content
i. Consolidated Budget Form: The Consolidated Budget Form must
align with the dollar amount specified in the SF-424 and meet the
eligible use requirements outlined in the notice of funding opportunity
(NOFO). It includes a budget narrative and a detailed budget
spreadsheet, with costs consistent with project scope and allowable
under relevant regulations. If indirect costs are included,
documentation such as a negotiated indirect cost rate agreement is
required.
ii. Allowable costs are determined in accordance with the cost
principles identified in 2 CFR part 200, including Subpart E of such
regulations, and in 48 CFR part 31 for commercial organizations. The
detailed budget spreadsheet must reflect the cost categories that
appear on the SF-424A and include itemized calculations for each cost
placed under those categories. If indirect costs are included in the
proposed budget, the applicant must provide a copy of its approved
negotiated indirect cost rate agreement if this rate was negotiated
with a cognizant Federal agency or otherwise document those indirect
costs consistent with 2 CFR 200.414.
iii. Required Standard Federal Financial Assistance Forms and
Documentation: The applicant must submit the SF-424, SF-424A, and SF-
424B forms, along with any Negotiated Indirect Cost Rate Agreement and
Data Management Plan.
iv. The SF-424 and supplemental form prompt applicants for
essential information such as applicant details, project description,
and budget breakdown. This includes a detailed project budget
specifying Federal and local shares, funding sources, and matching
funds. Additionally, it covers descriptions of project benefits,
implementation strategy, scalability, and a detailed project timeline.
v. The project overview, submitted as a one-page document, should
include a header with project title and lead applicant, along with
brief description of innovation, benefits, team and partners, and
approach. The format aligns with templates available on grants.gov and
the FTA web page.
vi. Budget Narrative: The budget narrative provides detailed
explanations of proposed costs, aligning with the detailed budget
spreadsheet and only including allowable expenses within the project
scope. It should describe each cost item and its basis, including the
Federal share, non-Federal share, and any in-kind contributions. Any
indirect costs must be accompanied by relevant documentation. The
narrative also explains leveraged resources and ensures consistency
with SF-424 and SF-424A forms.
vii. Grant Funds, Sources and Uses of Project Funds- Project
budgets should show how different funding sources will share in each
activity and present the data in dollars and percentages. The budget
should identify other Federal funds the applicant is applying for, has
been awarded, or intends to use. Funding sources should be grouped into
three categories: non-Federal, current application, and other Federal
with specific amounts for each funding source.
The applicant must submit one electronic file for Proposals in a
Microsoft Word, PDF, 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, 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 as outlined in this
Notice.
(3) Table of Contents (not to exceed 1 page): The Table of Contents
must list each section of the proposal (including Appendices) by title
and page number.
(4) Project Budget (not to exceed 5 pages): Project budgets should
show how different funding sources will share in each activity and
present those data in dollars and percentages. The budget should
identify other Federal funds the applicant is applying for or has been
awarded, if any, that the applicant intends to use. 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 10 pages total): The proposed
project work plan must include the following information:
a. Methodology--Provide a methodology for addressing the goals
[[Page 90820]]
described above and under Section A of this Notice.
b. Statement of Work--Provide proposed work tasks for the project
and how the goals will be accomplished with a detailed set of
objectives and activities. Include the tasks for proposed activities,
resources, milestones, with a timeline that also notes critical path
milestones. Note in the proposal how risk management related to
barriers to deployment will be addressed. Please also note a
sustainability strategy for how this work will be maintained in the
future.
c. 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.
d. Coordination with FTA--Identify the plan for coordinating the
project team's activities and deliverables with the FTA's Research
office including suggesting a methodology for a regular review of
research results and a process to select research ready for deployment.
e. Research and Data Collection--Identify activities and the plan
for electronic collection, maintenance, storage, and dissemination of
data for use by the project team, stakeholders, FTA, and other
customers.
f. Communication Plan--Provide a plan for communication of project
results. The plan should identify innovative communication strategies
including, but not limited to, the following: webinars, in-person
presentations at industry events, social media (e.g., Facebook,
Twitter, YouTube), text alerts, email, website publication, and toll-
free telephone numbers.
g. Performance Measures--Identify multiple performance measures
that FTA should use to assess the Program's overall effectiveness.
h. Deliverables--Provide a list of proposed deliverables (e.g.,
guides, plans, reports, services, prototypes, etc.). Include quarterly
reports, financial forms, guidance documents, and final reports to be
submitted to FTA.
(6) Staff Qualifications (not to exceed 5 pages total):
a. Organizational Capacity--Provide a narrative that briefly
describes the structure of the applicant, including its history and
experience in R&D, prototype construction, technology transfer, and the
national deployment of research findings, preferably in the
transportation sector. Include a narrative of the proposer's
understanding of the activities in this solicitation and its
responsibility for the data collection and results deployment called
for in this Notice. Include the proposer's organization chart.
b. Project Team Structure--Provide a narrative that briefly
describes the structure and makeup of the project team. Provide resumes
or biographies of key staff to highlight the relevant skills and
experience of the proposed team. The applicant is encouraged to
identify in its proposal one or more project partners with a
substantial interest and involvement in the project activities or
objectives.
Applications submitted in response to this NOFO become the records
of FTA and may be subject to Freedom of Information Act requests.
Please segregate and clearly mark any portions of the application
containing confidential or privileged trade secrets or commercial or
financial information. FTA may share application information within the
Department of Transportation or with other Federal agencies if FTA
determines that sharing is relevant to the respective program's
objectives.
Unique Entity Identifier and System for Award Management (SAM)
Each applicant is required to: (1) be registered in SAM.GOV before
submitting an application; (2) provide a valid unique entity identifier
in its application; and (3) maintain an active SAM.GOV registration
with current information at all times 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.GOV 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 https://www.sam.gov.
Submission Dates and Times
Project proposals must be submitted electronically through
grants.gov by 11:59 p.m. Eastern time on January 17, 2025. Grants.Gov
attaches a time stamp to each application at the time of submission.
Mail and fax 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 registration process on the
grants.gov site well before the submission deadline. Registration is a
multi-step process, which may take several weeks or months 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.gov 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 submit.
Funding Restrictions
Funds available under this NOFO cannot be used to reimburse
applicants for otherwise eligible expenses incurred prior to FTA
issuing pre-award authority for the selected applicant.
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 the current
version of FTA Circular 5010.
[[Page 90821]]
E. Application Review Information
Criteria
Applications will be evaluated on the responses provided in the
supplemental form and the attached program summary and statement of
objectives. Additional information may be provided to support the
responses. All additional documentation, including the file names, must
be directly referenced on the supplemental form. The applicant must
complete the supplemental form and the program attachments. FTA will
evaluate proposals based on the criteria described in this notice.
a. Demonstration of Transit Vehicle Design Experience
The application should provide evidence of the applicant's
experience developing transit vehicle designs or manufacturing transit
vehicles or their component parts. The proposal should detail the
applicant's knowledge of general transit vehicle components, subsystems
and systems, functionalities, standards, general experience, and
knowledge of transit vehicle design development and testing, including
awareness of potential barriers or challenges to production.
b. Demonstration of Understanding in Emerging Transit Needs and Demands
The application should clearly demonstrate a thorough understanding
of existing conditions in a wide range of topics and areas in transit.
This includes the required and desired design elements listed in the
Section A. Program Description. It may also include understanding of
industry safety and the safe systems approach, mobility, and operation
needs; accessibility and usability of systems to comply with the
Americans with Disabilities Act and Title VI of the Civil Rights Act;
process improvement in training, maintenance, and procurement; or work
experience or familiarity with new and emerging safety technologies.
c. Key Personnel Experience and Organizational Capacity
The application should note the individuals who will be involved in
the project, specifically identifying its proposed key personnel. The
application should include details of relevant experience of leadership
in managing multi-stakeholder projects and the technical expertise of
the project team. The application should explain how the applicant will
ensure the key personnel will have enough time and expertise to carry
out project objectives to assess data, coordinate with stakeholders,
develop designs, and oversee prototype productions in the program
duration.
d. Program Implementation Strategy
The application will be evaluated on an overall program
implementation strategy, including proposed workplan tasks, schedule,
and interim deliverables. In assessing whether the proposed
implementation plans are reasonable and complete, FTA will review the
proposed program work plan, including all necessary milestones and the
overall program timeline. FTA will consider the risks to program
implementation and the extent to which the program implementation
strategy addresses these risks. Potential risks include the capacity to
implement the program within two years after receiving an award and the
ability to complete the program. FTA will also consider if the
program's implementation addresses how the project will support USDOT's
data collection, sharing policies, and meeting the data management plan
requirement (see below).
e. Technical, Legal, and Financial Capacity
The applicant must demonstrate the financial and organizational
capacity and managerial experience to oversee and implement this
program successfully. FTA may review relevant oversight assessments and
records to determine whether any outstanding legal, technical, or
financial issues with the applicant would affect the outcome of the
proposed program. An applicant with outstanding legal, technical, or
financial compliance issues from an FTA compliance review or Federal
Transit Administration grant-related Single Audit finding must explain
how corrective actions will mitigate negative impacts on the proposed
program. For applications that include named project partners, FTA will
also consider the proposed partners' technical, legal, and financial
capacity.
f. Planning and Partnerships
The applicant must identify all program partners and their specific
roles. FTA will evaluate the extent to which the program contains
strong, cohesive partnerships and the collaboration necessary to
implement the proposed program successfully. The application should
describe how program partners will work collaboratively and should show
evidence of strong commitment and cooperation among program partners
through letters of support, memorandums of understanding, or agreements
among the partners. For a proposed program that will require formal
coordination, approvals, or permits from government agencies or program
partners, the applicant must demonstrate coordination with these
organizations and their support for the program.
g. Financial Commitment
The applicant must identify the source of the non-Federal cost
share and describe whether such funds are currently available for the
program or will need to be secured if the program is selected for
funding. FTA will consider the availability of the non-Federal cost
share as evidence of the applicant's financial commitment to the
program. Additional consideration may be given to those programs with a
higher non-Federal share of costs and for which non-Federal funds have
already been made available or reserved. The applicant should submit
evidence of the availability of funds for the program, for example, by
including a board resolution, a letter of support from the State, a
budget document highlighting the line item or section committing funds
to the proposed program, or other documentation of the source of non-
Federal funds.
Review and Selection Process
An FTA technical evaluation committee will evaluate proposals based
on the published evaluation criteria and rating guidance specific to
this NOFO. Members of the technical evaluation committee may request
additional information from applicants if necessary. Based on the
technical evaluation committee review, the FTA Administrator will
determine the final selection for program funding.
Performance and Integrity
Prior to making an award, FTA is required to review and consider
any information about the applicant that is in the Federal Awardee
Performance and Integrity Information System (FAPIIS) accessible
through SAM.GOV. 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 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).
[[Page 90822]]
F. Federal Award Administration Information
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 an
application through the FTA Transit Award Management System (TrAMS).
Administrative and National Policy Requirements
a. Pre-Award Authority
At the time the program selection is announced, FTA may extend pre-
award authority for the selected program. There is no blanket pre-award
authority before the announcement. FTA will issue specific guidance to
the recipient regarding pre-award authority at the time of selection.
FTA does not consider requests for pre-award authority for these
competitive funds until after a program recipient is selected, and
additional Federal requirements 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.
b. Cooperative Agreement Requirements
If selected, the recipient will apply for a cooperative agreement
through FTA's Transit Award Management System (TrAMS). The successful
applicant must be prepared to submit a final statement of work and
complete the application in TrAMS within 60 days of notification of
selection. The recipient must follow the requirements of FTA Circular
6100.1E. Technical assistance regarding these requirements is available
from FTA.
c. 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, public transportation agencies, State DOTs, and other
stakeholders to learn from and expand upon the insights developed from
FTA-funded research.
An award made pursuant to this Notice 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 USDOT Public Access
Plan at: https://ntl.bts.gov/public-access/how-comply. The recipient is
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 the recipient plans 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 performance period 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 must be in
accordance with 2 CFR 200.315, Intangible Property, and the latest
version of FTA's Master Agreement, available at https://www.transit.dot.gov/sites/fta.dot.gov/files/2024-05/FTA-Master-Agreement-v31-05-02-2024.pdf.
d. Buy America and Domestic Preferences for Infrastructure Projects
As expressed in Executive Order 14005, Ensuring the Future Is Made
in All of America by All of America's Workers (86 FR 7475), the
Executive Branch should maximize, consistent with law, the use of
goods, products, and materials produced in, and services offered in,
the United States. Therefore, all procurements must comply with FTA's
Buy America requirements (49 U.S.C. 5323(j) and 49 CFR part 661), which
require that all iron, steel, and manufactured products, including
rolling stock, be produced in the United States. In addition, any award
must comply with the Build America, Buy America Act (BABA) (Pub. L.
117-58, sections 70901-70927). BABA provides that none of the funds
provided under an award made pursuant to this notice may be used for a
project unless all iron, steel, manufactured products, and construction
materials are produced in the United States. FTA's Buy America
requirements are consistent with BABA requirements for iron, steel, and
manufactured products.
Any proposal that will require a waiver of any domestic preference
standard must identify the items for which a waiver will be sought in
the application. Applicants should not proceed with the expectation
that waivers will be granted.
e. Americans With Disabilities Act
All FTA recipients must comply with Department of Transportation
regulations implementing the transportation provisions of the Americans
with Disabilities Act of 1990 (ADA), codified at 49 CFR parts 27, 37,
38, and 39. Compliance is required regardless of the receipt of Federal
funding, but is also a condition of eligibility for Federal funding.
All vehicles and vehicle components must comply with the standards for
accessibility for buses and vans found in 49 CFR part 38. Additionally,
recipients for this program should account for the updated standards
issued by the U.S. Access Board at 36 CFR part 1192.
Of particular note is the requirement under 49 CFR 37.165(f), which
requires personnel to assist individuals with disabilities with the use
of securement systems, ramps and lifts, and requires personnel to leave
their seats to provide such assistance if necessary. It will therefore
be important to ensure that any bus driver compartments not only do not
interfere with the boarding and disembarking of persons with
disabilities, including wheelchair users, but that they not do so when
in the open or closed position. Designs for autonomous vehicles should
presume the presence of on-board personnel.
f. Disadvantaged Business Enterprise
FTA requires that its recipients receiving planning, capital, or
operating assistance that will award prime contracts exceeding $670,000
in FTA funds in a Federal fiscal year comply with the U.S. Department
of Transportation's Disadvantaged Business Enterprise (DBE) program
regulations (49 CFR part 26). If an applicant also receives FTA
planning, capital, or operating assistance, it should expect to include
any funds awarded, excluding those to be used for vehicle procurements,
in setting its
[[Page 90823]]
overall DBE goal. Note, however, that projects, including vehicle
procurements, remain subject to the DBE program regulations.
f. Rehabilitation Act
The U.S. Department of Labor's Office of Federal Contract
Compliance Programs (OFCCP) is charged with enforcing Executive Order
11246, section 503 of the Rehabilitation Act of 1973, and the Vietnam
Era Veterans' Readjustment Assistance Act of 1974. OFCCP has a Mega
Construction Project Program through which it engages with project
sponsors as early as the design phase to help promote compliance with
non-discrimination and affirmative action obligations. OFCCP will
identify projects that receive an award under this notice and are
required to participate in OFCCP's Mega Construction Project Program
from a wide range of Federally assisted projects over which OFCCP has
jurisdiction and that have a project cost above $35 million. Under that
partnership, OFCCP will ask these project sponsors to make clear to
prime contractors in the pre-bid phase that project sponsor's award
terms will require their participation in the Mega Construction Project
Program. Additional information on how OFCCP makes their selections for
participation in the Mega Construction Project Program is outlined
under ``Scheduling'' on the Department of Labor website: https://www.dol.gov/agencies/ofccp/faqs/construction-compliance.
g. Automated Vehicle Safety
If an applicant is proposing to implement automated vehicles or
other innovative motor vehicle technology, the application should
demonstrate that all vehicles will comply with applicable safety
requirements, including those administered by the National Highway
Traffic Safety Administration (NHTSA) and the Federal Motor Carrier
Safety Administration (FMCSA). Specifically, the application should
show that vehicles acquired for the proposed project will comply with
applicable Federal Motor Vehicle Safety Standards (FMVSS) and Federal
Motor Carrier Safety Regulations (FMCSR). If the vehicles may not
comply, the application should either (1) show that the vehicles and
their proposed operations are within the scope of an exemption or
waiver that has already been granted by NHTSA, FMCSA, or both agencies
or (2) directly address whether the project will require exemptions or
waivers from the FMVSS, FMCSR, or any other regulation and, if the
project will require exemptions or waivers, present a plan for
obtaining them. If applicable, FTA will also consider the extent to
which the application presents a plan to address workforce impacts of
automated vehicles or other innovative motor vehicle technology.
h. Standard Assurances
If an applicant receives an award, the applicant must ensure that
it will comply with all applicable Federal statutes, regulations,
executive orders, directives, FTA circulars, and other 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.
i. External Communications
The recipient must communicate with the FTA Program 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 program manager must be notified and approve if
project information, including results and metrics, will be shared
during a webinar or other presentation open to the public by the
recipient or another organization. The recipient should consult with
the FTA Program Manager at the beginning of the agreement to discuss
and plan any external communications about the program.
j. Intellectual Property Provisions
Any intellectual property developed as a part of this solicitation
will be subject to provisions of 2 CFR 200.315 Intangible Property and
FTA's Master Agreement related to patent rights and rights in data and
copyrights and may be disseminated to the public for its use.
k. FTA Funds Reimbursement
If selected, the recipient must disburse funds from its cooperative
agreement using DOT's Delphi system. Drawdowns using ECHO are
prohibited. FTA staff are available to assist recipient with gaining
access and using the Delphi system.
l. Termination for Failure To Make Progress on an Award
After providing written notice to the recipient of a project
selected for funding, FTA may withdraw its support for the selected
project (if a cooperative agreement has not yet been awarded) or
suspend or terminate all or any part of the Federal assistance for the
award if the recipient has failed to make reasonable progress
implementing the project. FTA may withdraw its support for a project or
terminate an award agreement if, among other reasons:
1. A recipient has not completed its application for funding in
TrAMS within 60 days of the date FTA announces project selection.
2. A recipient has not begun its demonstration project within one
year after funding was awarded in TrAMS.
3. A recipient has not delivered a project evaluation to FTA within
one year of completing its demonstration project.
4. The proposed activities are no longer needed, or the recipient
has violated the terms of FTA's Annual Agreement.
m. Performance and Program Evaluation
As a condition of grant award, grant recipients may be required to
participate in an evaluation undertaken by DOT or another agency or
partner. The evaluation may take different forms such as an
implementation assessment across grant recipients, an impact and/or
outcomes analysis of all or selected sites within or across grant
recipients, or a benefit/cost analysis or assessment of return on
investment. DOT may require applicants to collect data elements to aid
the evaluation and/or use information available through other
reporting. As a part of the evaluation, as a condition of award, grant
recipients must agree to: (1) make records available to the evaluation
contractor or DOT staff; (2) provide access to program records, and any
other relevant documents to calculate costs and benefits; (3) in the
case of an impact analysis, facilitate the access to relevant
information as requested; and (4) follow evaluation procedures as
specified by the evaluation contractor or DOT staff.
Recipients and subrecipients are also encouraged to incorporate
program evaluation including associated data collection activities from
the outset of their program design and implementation to meaningfully
document and measure their progress towards meeting an agency priority
[[Page 90824]]
goal(s). Title I of the Foundations for Evidence-Based Policymaking Act
of 2018 (Evidence Act), (Pub. L. 115-435) urges Federal awarding
agencies and Federal assistance recipients and subrecipients to use
program evaluation as a critical tool to learn, to improve equitable
delivery, and to elevate program service and delivery across the
program lifecycle. Evaluation means ``an assessment using systematic
data collection and analysis of one or more programs, policies, and
organizations intended to assess their effectiveness and efficiency.''
5 U.S.C. 311. Credible program evaluation activities are implemented
with relevance and utility, rigor, independence and objectivity,
transparency, and ethics (OMB Circular A-11, part 6 section 290).
Reporting and Payment
Post-award reporting requirements include the electronic submission
of Federal Financial Reports and Milestone Progress Reports in TrAMS
quarterly. Documentation is required for payment. Additional reporting
may be required specific to the program prescribed in this Notice, 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 (https://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 recipient will be required to disburse via
Delphi and E-invoicing.
The successful applicant should include any goals, targets, and
indicators referenced in its 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 recipient's active grants, cooperative agreements, and
procurement contracts from all Federal awarding agencies exceed
$10,000,000 for any period 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
Bus Safety and Accessibility Research Program Manager, Maria Roell, in
the FTA Office of Infrastructure, Safety and Asset Innovation, 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/notices-funding/fiscal-year-2025-bus-safety-and-accessibility-research-notice-funding.
To ensure applicants receive accurate information about eligibility
or the program, applicants are encouraged to contact FTA directly with
questions rather than through intermediaries or third parties. FTA
staff may also conduct briefings on the competitive applications
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 grants.gov">support@grants.gov.
H. Other Information
This program is not subject to Executive Order 12372,
``Intergovernmental Review of Federal Programs.'' There are resources
available that may help in responding to this Notice, as listed below.
The FTA website has information about FTA, application forms, statutory
and administrative requirements, etc. Applicants are encouraged to use
the FTA link provided and other information, as listed, as much as is
needed.
Veronica Vanterpool,
Deputy Administrator.
[FR Doc. 2024-26835 Filed 11-15-24; 8:45 am]
BILLING CODE 4910-57-P