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, has issued a Solicitation (W91CRB26QA0040001) for Aberdeen Test Center Railcar Modification. This Total Small Business Set-Aside opportunity seeks non-personal services to update the cushioned draft gear on two Department of Defense Railcars (DODX 40061 and DODX 40020) to a standard draft gear. Proposals are due February 26, 2026, at 2:00 PM.
Scope of Work
The contractor will retrofit DODX 40061 and DODX 40020 with standard draft gear couplers, replacing existing cushioned draft gear. This includes performing a single railcar air test and inspection on each. The effort supports future testing of the DODX 43000 series railcar. The contractor is responsible for providing all necessary personnel, equipment, supplies, transportation, tools, and materials, excluding Government Property and Services. A Quality Control Plan (QCP) and a minimum one-year warranty on parts are required.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: March 2, 2026, to June 1, 2026
- Place of Performance: ATC Rail Impact Test Facility, Aberdeen Proving Ground, MD
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336510 (Railroad Rolling Stock Manufacturing) with a 1,500-employee size standard
- Proposal Due: February 26, 2026, at 2:00 PM
- Published: February 12, 2026
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). Submissions require four volumes: Technical, Past Performance, Price, and Solicitation, Offer and Award Documents/Certifications/Representations. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) process, with "Acceptable" ratings required for both Technical and Past Performance factors to be considered for award. Proposals must remain valid for at least 180 days.
Key Changes & Notes
Amendment 1 removed the requirement for a cost breakout sheet and wage determination, allowing for standard commercial price proposals and adjusting Sections L & M accordingly. The CLIN 0001 cost constraints were changed to "To Be Negotiated." Site visits are permitted on Mondays, Wednesdays, and every other Friday; scheduling information and points of contact are available in the Q&A document. Offerors must be registered in the System for Award Management (SAM).