Aberdeen Test Center Railcar Modification
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army is soliciting proposals for a non-personal services contract to perform Railcar Modification at the Aberdeen Test Center (ATC). This effort involves updating the cushioned draft gear on two Department of Defense Railcars (DODX 40061 and DODX 40020) to a standard draft gear. This acquisition is a Total Small Business Set-Aside. Proposals are due February 17, 2026, at 2:00 PM local time.
Scope of Work
The contractor will be responsible for retrofitting DODX 40061 and DODX 40020 by replacing their existing cushioned draft gear couplers with standard draft gear couplers. Following the retrofit, a single railcar air test and inspection must be performed on each railcar. The contractor must provide all necessary personnel, equipment, supplies, transportation, tools, and materials, excluding Government Property and Services. This work supports future testing of the DODX 43000 series railcar.
Contract Details
- Contract Type: Firm Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 336510 (Railroad Rolling Stock Manufacturing) with a 1,500-employee size standard.
- Place of Performance: ATC Rail Impact Test Facility, Aberdeen Proving Ground, MD.
- Period of Performance: March 2, 2026, to June 1, 2026.
- Warranty: A minimum one (1) year warranty is required on all installed and fabricated parts.
Submission & Evaluation
- Proposal Due Date: February 17, 2026, at 2:00 PM local time.
- Submission Method: Electronically via email to Noah Lane (noah.r.lane.civ@army.mil) and Todd M. Strasavich (todd.m.strasavich.civ@army.mil).
- Proposal Validity: Proposals must remain valid for at least 180 days from the closing date.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA). Evaluation factors include Technical, Past Performance, and Price. An "Acceptable" rating is required for Technical and Past Performance.
- Proposal Structure: Submissions must be organized into four volumes: Technical, Past Performance, Price, and Solicitation, Offer and Award Documents/Certifications/Representations.
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
Key Attachments & Notes
- Performance Work Statement (PWS): Provides detailed requirements for the services.
- Cost Breakout Spreadsheet: Mandatory template for detailing proposed costs, including labor categories, rates, and materials.
- Wage Determination: Specifies minimum wage rates and fringe benefits for relevant Maryland counties.
- Past Performance Questionnaire: Bidders should ensure their cited points of contact are prepared to provide feedback.
- Quality Assurance Surveillance Plan (QASP): Outlines how contractor performance will be monitored and evaluated.
- Site Visits: Allowed on Mondays, Wednesdays, and every other Friday. Scheduling guidance and POCs for base access are available at https://www.atec.army.mil/atc/visitorGuide/visitor_into.html.
- Questions: Government responses to solicitation questions are posted on SAM.gov.