Request for Information - #10547 CBTC

mdrodriguez7 11 views 9 slides Oct 24, 2025
Slide 1
Slide 1 of 9
Slide 1
1
Slide 2
2
Slide 3
3
Slide 4
4
Slide 5
5
Slide 6
6
Slide 7
7
Slide 8
8
Slide 9
9

About This Presentation

Washington Metropolitan Area Transit Authority (WMATA)
RFI: Request for Information | Event #10547 Rail Modernization – CBTC
CBTC: Communications-Based Train Control


LINKEDIN
https://www.linkedin.com/posts/wmata_were-exploring-system-wide-updates-aimed-activity-7386174384253853696-T9ph?utm...


Slide Content

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY

Request For Information (RFI)
for
Rail Modernization - Communications -Based Train Control
(CBTC): Installers & Suppliers


RFI
EVENT ID: 0000010547

Washington Metropolitan Area Transit Authority (WMATA)
RFI: Rail Modernization - Communications-Based Train Control (CBTC)
Installers & Suppliers
2 | 8
Request for Information (RFI) Guidelines
Please note that this is for INFORMATIONAL and PLANNING purposes only and does not
constitute a Request for Proposal (RFP). Responses to this RFI will not be accepted by the
Washington Metropolitan Area Transit Authority (WMATA) to form a binding contract.
WMATA will not pay for the information solicited nor recognize any costs associated with the
submission of the RFI. The purpose of this RFI is to provide an opportunity for industry to
enhance the success of any future procurement to meet this requirement. Any information
obtained because of this RFI is intended to be used by the WMATA on a non- attribution basis
for program planning and acquisition strategy development.
Please be brief in your answers.
However, if a particular answer is best presented as an attachment, you may do so.
WMATA’s evaluation and possible selection of companies for further discussions is a business decision and will be based upon a composite of a company’s response to the factors set forth under “Information Requested” below. In submitting a response to this RFI, companies agree that WMATA will not provide its rationale for the selection or non- selection of a prospective
business partner(s) for possible further discussions with WMATA. However, all companies will receive an acknowledgement as to their selection for, or removal from, further consideration.
Furthermore, in submitting a response to this RFI, companies agree that any selection or
rejection of a business partner(s) by WMATA is final and indisputable.
Confidential Information
The information contained in this RFI is confidential and proprietary to WMATA. In accepting
this RFI, vendors agree to the following conditions, under United States law:
1.Each party recognizes and agrees that the Confidential Information has been compiled,
created, and maintained by special effort and expense of the other party.
2.Each party recognizes and agrees that disclosing or disseminating Confidential
Information to a third party will have a materially adverse effect on the other party and
agrees not to disclose or disseminate the Confidential Information to any third-party.
Except as necessary to perform its obligations hereunder, each party shall not use,
reproduce, or draw upon the Confidential Information or circulate it within its own
organization.
3.Each party shall provide notice to the other party of any demand made upon it under
lawful process to disclose or provide the other party's Confidential Information. Such
party agrees to co-operate with the other party if it elects to seek reasonable protective
arrangements or oppose such disclosure, at the expense of the party that is seeking the
protective arrangements or opposing the disclosure.

Washington Metropolitan Area Transit Authority (WMATA)
RFI: Rail Modernization - Communications-Based Train Control (CBTC)
Installers & Suppliers

3 | 8


4. Any Confidential Information disclosed pursuant to such lawful process shall continue to
be Confidential Information, the access to such Confidential Information shall be limited
to those persons (i) only with a need to review such information for the purposes for
which the disclosure was required, and (ii) who agree in writing to keep the
Confidential
Information confidential.



Project Introduction
As part of a broader Rail Modernization Program, WMATA is exploring system- wide upgrades
aimed at improving safety, frequency, reliability, capacity, and efficiency. Central to this effort is
the phased implementation of Communications-Based Train Control (CBTC), which will
strengthen current Grade of Automation Level 2 (GoA 2) operations and lay the groundwork for
potential future advancements in automation.
This RFI seeks input from CBTC and platform screen door suppliers and installation contractors
regarding preferred procurement structures, contract delivery methods and systems
integration needs. Responses will inform WMATA’s strategic approach to procuring and
delivering CBTC a nd platform screen doors effectively and efficiently.
This RFI is intended to support a long-term, system- wide modernization strategy that includes:
• Implementation of CBTC infrastructure throughout the existing Metrorail network
• Installation of platform screen door s in existing stations
• Integration of CBTC capabilities into railcars currently in design or production, with the
goal of embedding components directly into future vehicle builds to avoid retrofits
• Retrofit of older model railcars to ensure compatibility with CBTC and platform screen
doors
Metro’s goal is to enhance system capacity and deliver safer, faster, more frequent, and more
reliable service that meets the evolving needs of the region. Given the scale and complexity of
the Metrorail system—one of the largest in the United States—Metro is particularly interested
in solutions that optimize performance, minimize operational disruptions, and service
requirements.
Background
WMATA operates the Metrorail system, one of the largest and busiest heavy rail transit
networks in the United States. Opened in 1976, the system now spans 98 passenger stations
and 128 two-way route miles, serving the District of Columbia and neighboring areas in
Maryland and Virginia. With six double-tracked lines, multiple shared track segments, and
complex junction configurations, WMATA provides over 250 million annual passenger trips and
continues to experience the highest rail ridership growth in the nation.

Washington Metropolitan Area Transit Authority (WMATA)
RFI: Rail Modernization - Communications-Based Train Control (CBTC)
Installers & Suppliers

4 | 8

WMATA’s fleet consists of over 1,200 railcars across multiple series, with new 8000-series
railcars currently under procurement from Hitachi to replace older series and enable fleet
growth. The agency’s operations are supported by a network of traction power systems, ten
terminals, eight pocket tracks, and multiple railcar storage and maintenance facilities.
Given the scale and operational complexity of the Metrorail network, WMATA seeks market
feedback from CBTC suppliers and installation contractors. This RFI focuses specifically on
procurement approaches and delivery methods that will support the successful deployment of
CBTC and associated enabling works across a large, active, multi- line network.
Input gathered will help shape contracting strategies, risk allocation, interface management,
and phasing plans that minimize operational disruptions, optimize integration with other
modernization initiatives, and ensure readiness of both supplier and installer communities.


Questions to Installers and Suppliers
WMATA hereby requests feedback from Installers and Suppliers to address the following
questions. Please provide concise responses to the following questions. Attachments are
permitted if necessary to clarify responses.

Section A: Delivery Method (Contract Mechanism)
WMATA is considering various delivery methods and seeks industry feedback on preferred
models, particularly in the context of phased CBTC implementation across multiple lines.
Delivery Model Options and Rationale
Metro is considering several delivery methods and would appreciate your input:
• Design Build (or Progressive Design Build): a single contractor is responsible for full
design and installation (perhaps partnering with a supplier)
• Design-Then-Build (Design-Bid-Build): The transit agency (or its consultant) completes
the detailed CBTC system design and then issues a construction contract for
installation.
• Design, Supply, Maintain contract to the supplier and a separate construction contract
to the Installer e.g., Construction Manager at Risk (CMAR).
• Other delivery models with demonstrated success.

1. Which delivery models (e.g., Design-Build, Design-bid-build, CMAR) are best suited
for phased CBTC and platform protection implementation in an active metro
environment?
2. For each recommended model, what are the key benefits, drawbacks, and risk
implications?
3. What delivery models or contractual provisions best address scalability for future
expansions (e.g., upgrading from GoA 2 to GoA 4)?

Washington Metropolitan Area Transit Authority (WMATA)
RFI: Rail Modernization - Communications-Based Train Control (CBTC)
Installers & Suppliers

5 | 8

4. For Design-Build methods, what level of granularity in the technical requirements
do you need from the transit agency ?
5. How can delivery models be structured to integrate maintainability, reliability, and
lifecycle cost considerations into early design?
Construction, Testing, and Commissioning
6. How should testing, migration, and commissioning responsibilities be allocated
between parties under your preferred delivery model?
7. Identify the resources and agency support typically required from the
owner/operator during implementation and how those needs vary under different
delivery methods.

Section B: Partnering Approach
WMATA is assessing different models for contracting the CBTC system and associated works,
including supplier-led, installer- led, and separate contracts, among others. This section explores
pros and cons associated with these models.
Partnering Methods
8. Which contracting model(s) do you consider most suitable for WMATA’s phased
CBTC implementation (e.g., supplier-led, installer- led, joint venture, separate
contracts)? Please elaborate on benefits, drawbacks, and risk implications.
9. Under what conditions would your organization prefer to act as the prime
contractor versus a subcontractor?
10. What terms and conditions do you find favorable/unacceptable related to CBTC
design and implementation contracts?
Interface Management and Coordination
11. Describe your experience working under contracts where installation was
managed by a third party. How were interfaces, dependencies, and risks
managed?
12. If suppliers and installers are awarded separate contracts, what processes do you
recommend to structure interface responsibilities (e.g., wayside equipment,
onboard integration, enabling works, communications, platform screen doors ) to
ensure accountability and minimize claims?
13. What minimum level of information from CBTC and platform protection suppliers
is required in advance of installation planning (e.g., space needs, power
requirements, equipment weights)?
14. What early coordination steps should WMATA take to align supplier–installer
interfaces during procurement and design?
15. What best practices do you recommend for defining, validating, and enforcing
technical integration across multiple vendors during CBTC implementation?

Washington Metropolitan Area Transit Authority (WMATA)
RFI: Rail Modernization - Communications-Based Train Control (CBTC)
Installers & Suppliers

6 | 8

16. If Metro decides to implement platform screen doors, how do you recommend
procuring and integrating them? Should platform screen doors be procured as part
of the CBTC contract or as a separate contract?
Safety Certification and Readiness for Operations
17. How should responsibilities for system certification and safety assurance be
allocated between supplier and installer in a split or joint contract model?

18. How do you recommend managing maintenance and warranty responsibilities
during the defect liability period, including levels of response and allocation of
liability between WMATA, installers, and suppliers for:

a. Installation defects
b. Hardware/software defects
c. Systematic failures


Section C: Technology and Organizational Readiness

Technical and Cybersecurity
19. Describe your proposed cybersecurity framework for CBTC implementation,
including how it aligns with international standards.

20. Identify the technical and cyber infrastructure (e.g., servers, data centers,
networking) required from WMATA to enable successful CBTC deployment.

Implementation Phasing and Logistics
21. What key preparatory activities (enabling works) would you recommend
planning for before starting CBTC implementation ?

22. Provide system migration approaches/methods and their pros and cons for
e.g., overlay, shadowing, system cutover by segments, big bang, etc.

Fleet Integration
23. Please describe your experience with projects that required retrofitting
existing railcars to support both CBTC and existing signaling onboard system .
Include details on scope, fleet size, technical challenges encountered and
achieved outcomes.

24. Based on your expertise, what modifications would be required to the 7000
Series railcars (traction, braking, control, and other onboard subsystems) to
enable integration of CBTC hardware and software?

25. Please describe your approach to safety, redundancy, and operational
continuity for dual equipped (CBTC and existing ATC) railcars.

Washington Metropolitan Area Transit Authority (WMATA)
RFI: Rail Modernization - Communications-Based Train Control (CBTC)
Installers & Suppliers

7 | 8


26. Using the 7000 Series drawings provided, please identify potential
location(s) for CBTC equipment onboard the railcar and describe any
modifications that may be needed to accommodate racks, wiring, antennas,
or other CBTC components.

Section E: Delivery Acceleration and Cost Efficiencies

27. Can you provide examples of innovations or practices (e.g., schedule
coordination, interface simplification, or delivery model efficiencies?) from
prior CBTC or rail modernization projects that significantly improved cost
and schedule?


Instructions to Vendors
This is an RFI, not an order. No cost can be charged to WMATA for any reason. This document
shall not be construed as a request or authorization to perform work at WMATA’s expense. Any
work performed by a vendor will be at the vendor's own discretion and expense. This RFI does
not represent a commitment to purchase or lease. Submission of a response constitutes an
acknowledgement that the vendor has read and agrees to be bound by such terms.
This is not a request for offers but only an RFI. A determination not to issue a solicitation based
upon responses to this notice is solely within the discretion WMATA.
Request for Information Schedule
Task Due Date Notes
RFI Publish to Industry October 14, 2025 WMATA’s Website
www.wmata.com
Deadline to Submit Vendor
Questions
October 21, 2025, before 5:00pm EST Questions submitted via email
WMATA Responses to
Submitted Questions
October 28, 2025, before 5:00pm EST Responses sent by email
RFI Responses Due from
Vendors
November 11, 2025, before 5:00pm EST Responses submitted via
email

Point of Contact
All communication with WMATA must be directed to the Point of Contact for this project, as
follows:
Ms. Margarita Rodriguez

Construction Contract Administrator, IV
300 7th Street, SW| Washington, D.C. 20024
Email – [email protected]

Washington Metropolitan Area Transit Authority (WMATA)
RFI: Rail Modernization - Communications-Based Train Control (CBTC)
Installers & Suppliers

8 | 8




Requested Information: Interested parties are invited to the following link below

https://forms.office.com/r/MGZgciJJJx?origin=lprLink





Submission of Responses

Metro is issuing this RFI to obtain recommendations from vendors or contractors who are
required to submit an electronic submission in response to this RFI.
At this time, no price information needs to be provided in response to this RFI.
The information received in response to this RFI will be used by Metro to determine the next
action steps to move forward. A response will not result in an award. Also, WMATA does not
commit to any incurred cost in preparation of a response to this RFI.
This RFI remains the property of WMATA at all times and must be returned by the vendor upon
request. Vendors not submitting a response must immediately return all printed, graphic and
electronic documentation to the point of contact.
All responses, once delivered, become the property of WMATA.
If you have questions, please e-mail them to [email protected]
no later than close of
business (5:00 PM EST), on October 21, 2025.

Responses are due by 5:00 PM EST on November 11, 2025, and should be sent to the email
address listed above.
Tags