Milwaukee Metro Vendor and Contracting Opportunities: Procurement Process

Milwaukee Metro Transit System's procurement process governs how the agency acquires goods, services, and construction through competitive, publicly accountable methods. This page covers the structure of that process — from threshold definitions and solicitation types through award decisions and protest rights — for businesses seeking to participate as vendors or contractors. Compliance with federal transit funding requirements shapes procurement rules at every stage, making familiarity with those frameworks essential for prospective bidders.

Definition and scope

Milwaukee Metro Transit System, operating as the public transit authority serving Milwaukee County and portions of the surrounding region, conducts procurement under a dual compliance framework. As a recipient of federal funds administered by the Federal Transit Administration (FTA), the agency must follow FTA Circular 4220.1F, which governs third-party contracting using federal assistance (FTA Circular 4220.1F). Simultaneously, Wisconsin public procurement law under Wis. Stat. Chapter 16 and applicable county ordinances establishes the baseline competitive requirements for a public agency of Milwaukee Metro's type.

The procurement scope encompasses four primary categories:

  1. Capital goods and rolling stock — buses, vehicle components, and infrastructure equipment
  2. Construction and facility work — maintenance facilities, stops, and transit-oriented infrastructure
  3. Professional services — engineering, planning, legal, and consulting engagements
  4. Operating supplies and services — fuel, parts, janitorial, security, and technology systems

Contracts above the federal simplified acquisition threshold — set at $250,000 under 48 C.F.R. § 2.101 — require full competitive solicitation with FTA oversight requirements applied. Contracts below that threshold may use simplified procedures, though competitive price or rate documentation remains required.

For context on how the agency's governance and funding structure relates to procurement authority, the Milwaukee Metro Governance Structure and Milwaukee Metro Federal Funding pages provide background on the legal and financial framework within which contracting decisions are made.

How it works

Milwaukee Metro's standard solicitation cycle follows a defined sequence regardless of contract type:

  1. Needs identification — The relevant department documents the requirement and submits an internal procurement request, including estimated value and funding source.
  2. Procurement method determination — Procurement staff assign the appropriate method based on contract value, contract type, and applicable federal or state thresholds.
  3. Solicitation preparation — An Invitation for Bids (IFB) or Request for Proposals (RFP) is drafted, including scope of work, technical specifications, DBE (Disadvantaged Business Enterprise) goals, insurance requirements, and evaluation criteria.
  4. Public advertisement — Solicitations are posted publicly, typically for a minimum of 14 calendar days for smaller purchases and 30 days for major capital contracts, on the agency's procurement portal and through Wisconsin's VendorNet system (Wisconsin Department of Administration — VendorNet).
  5. Pre-bid or pre-proposal conference — Mandatory or optional site visits or clarification meetings are held, with written questions and answers distributed to all registered planholders.
  6. Submission and opening — Sealed bids are opened publicly; proposals are received and logged without public opening.
  7. Evaluation — IFBs are awarded to the lowest responsive, responsible bidder. RFPs are scored against published criteria covering technical merit, qualifications, and price or cost.
  8. Award and protest period — Notice of award is issued, followed by a defined protest window — typically 7 to 10 calendar days — during which unsuccessful offerors may challenge the determination.
  9. Contract execution — The final contract incorporates all FTA required clauses as enumerated in FTA Circular 4220.1F Appendix D.

IFB versus RFP distinction: An Invitation for Bids applies where requirements are fully defined and price is the determinative factor. A Request for Proposals applies where the agency must evaluate qualifications, technical approach, or past performance alongside cost — common in professional services and complex technology acquisitions.

Common scenarios

Small purchase — A supply order for transit uniforms valued under $10,000 may be fulfilled through informal competition: obtaining price quotes from at least 3 vendors and documenting the selection. No public advertisement is required.

Mid-range service contract — A facilities maintenance contract estimated at $150,000 requires a written solicitation, public advertisement, and documented evaluation, but falls below the federal threshold triggering full FTA oversight clauses.

Major capital procurement — A bus fleet replacement contract exceeding $1 million requires a full IFB process, FTA Buy America compliance review (49 U.S.C. § 5323(j)), pre-award and post-delivery audits, and mandatory DBE goal documentation.

Architect/Engineer (A&E) services — Professional design and engineering services are procured under qualifications-based selection, consistent with the federal Brooks Act (40 U.S.C. §§ 1101–1104), where price negotiation occurs only after a firm is selected on the basis of qualifications.

Vendors seeking general orientation to Milwaukee Metro operations can visit the main resource index before submitting any solicitation-related inquiry.

Decision boundaries

Procurement decisions at Milwaukee Metro turn on three primary boundary conditions:

Dollar threshold boundaries determine the method and documentation level. Below $10,000: informal competition. Between $10,000 and $250,000: formal written solicitation with simplified FTA procedures. Above $250,000: full competitive procurement with complete FTA clause set and Buy America applicability review for applicable goods.

Contract type boundaries determine evaluation methodology. Fixed-price construction and goods contracts use low-bid award. Professional, technical, and advisory services use qualifications-based or best-value scoring. Emergency contracts — permitted only when public safety or critical service continuity is at stake — may bypass competitive requirements, but require documented justification and subsequent board ratification consistent with Milwaukee Metro Board of Directors approval authority.

Funding source boundaries determine which overlay requirements apply. Contracts funded exclusively from local or state sources follow Wisconsin procurement law without FTA clause obligations. Contracts where any federal transit funds are used — even partially — trigger the full FTA third-party contracting framework, including Davis-Bacon prevailing wage requirements under 40 U.S.C. § 3141 for construction, EEO obligations, and audit access rights.

Vendors registered as Disadvantaged Business Enterprises through the Wisconsin Department of Transportation DBE Program may be eligible for contract-specific participation goals set on federally funded procurements. DBE goal attainment is evaluated as a condition of responsiveness on applicable solicitations, not as a tie-breaker applied after award.

Protest rights extend to any prospective offeror with a direct economic interest in the solicitation. Agency-level protests are filed with the procurement officer and must be resolved before contract execution absent a written determination that delay would harm the public interest. Unresolved agency protests may be elevated to FTA for federal-fund-involved contracts under the procedures described in FTA Circular 4220.1F, Chapter VII.


References