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, W6QK ACC-APG, is soliciting proposals for a Firm Fixed-Price contract to perform Railcar Modification Services at Aberdeen Proving Ground, MD. This non-personal services contract involves updating the cushioned draft gear on two Department of Defense Railcars (DODX 40061 and DODX 40020) to a standard draft gear. This effort supports future testing of the DODX 43000 series railcar. 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 with standard draft gear couplers, replacing existing cushioned draft gear.
- Performing a single railcar air test and inspection on each modified railcar.
- Providing all necessary personnel, equipment, supplies, transportation, tools, and materials (excluding Government Property and Services).
- Developing and maintaining a Quality Control Plan (QCP) and providing a minimum one-year warranty on installed/fabricated parts.
Contract Details & Timeline
- Contract Type: Firm Fixed Price.
- Period of Performance: March 2, 2026, to June 1, 2026.
- NAICS Code: 336510 (Railroad Rolling Stock Manufacturing), with a size standard of 1,500 employees.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Place of Performance: ATC Rail Impact Test Facility, Aberdeen Proving Ground, MD.
- Proposal Due: February 17, 2026, at 2:00 PM local time.
- Proposal Validity: 180 days from the closing date.
Submission & Evaluation
Proposals must be submitted electronically via email to Noah Lane (noah.r.lane.civ@army.mil) and Todd M. Strasavich (todd.m.strasavich.civ@army.mil). Evaluation will be based on Lowest Price Technically Acceptable (LPTA), with key factors being Technical, Past Performance, and Price. An "Acceptable" rating is required for Technical and Past Performance. Proposals must be organized into four volumes: Technical, Past Performance, Price, and Solicitation, Offer and Award Documents/Certifications/Representations. Offerors must be registered in SAM.gov.
Key Requirements & Notes
- Site Visits: Allowed on Mondays, Wednesdays, and every other Friday. Scheduling guidance, base access, badging, PPE, and POCs (Jeffery Ford, Pat Hamilton) are available at https://www.atec.army.mil/atc/visitorGuide/visitor_into.html.
- Attachments: The solicitation includes a Performance Work Statement (PWS), Cost Breakout Sheet, Wage Determination (2015-4265), Past Performance Questionnaire, and Quality Assurance Surveillance Plan (QASP). Bidders must use the provided cost breakout spreadsheet for detailed pricing and adhere to the wage determination. The QASP outlines how contractor performance will be monitored and evaluated.