Fort Eustis Railroad Inspection, Maintenance, and Repair
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 Air Force is soliciting proposals for Railroad Inspection, Maintenance, and Repair Services at Joint Base Langley Eustis (JBLE) Fort Eustis, Virginia. This is a 100% Total Small Business Set-Aside under NAICS code 488210 ($34M size standard). The contract will be a Firm Fixed-Price award for a base year and four option years. Proposals are due May 11, 2026, by 5:00 PM EST.
Scope of Work
The contractor will provide all management, tools, supplies, equipment, and labor necessary for comprehensive railroad services. Key tasks include:
- Inspections: Yearly track inspections, monthly railroad track and signal crossing inspections.
- Maintenance: Routine maintenance of tracks, signals, switches, and related components.
- Repairs: Track rehabilitation projects, annual tie replacement, ballast work, minor track alignment, and emergency repairs (2-hour response for emergencies).
- Vegetation Control: Pesticide treatment and tree trimming to ensure clear and safe operation. All services must comply with UFC 4-860-03 and FRA regulations, aiming to maintain the railroad in safe and reliable operating condition. All Contract Line Items (CLINs) are mission essential.
Contract Details
- Contract Type: Firm Fixed-Price
- Period of Performance: One base year (June 1, 2026 – May 31, 2027) plus four one-year options, extending through May 31, 2031.
- Set-Aside: 100% Total Small Business Set-Aside (NAICS 488210, $34M size standard).
- Anticipated Award: By May 18, 2026.
- Place of Performance: Fort Eustis, VA.
Submission Requirements
Proposals must be submitted electronically and include three volumes:
- Price Proposal: Complete Schedule of Supplies and Services (CLINs) with unit and extended prices. No page limit.
- Technical Volume: (Max 15 pages) Detail approach to personnel (organizational chart, roles, responsibilities), technical approach (narrative description of techniques), and quality control plan. Must demonstrate thorough understanding of PWS requirements.
- Past Performance Volume: (Max 3 pages) Provide at least two references for similar projects ($25,000+/year, within last 5 years). Offerors must be registered in SAM.gov. Foreign contractors are excluded as prime.
Evaluation Factors
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include:
- Price: Assessed for fairness, reasonableness, and balance.
- Technical Acceptability: Rated "Acceptable" or "Unacceptable" based on Personnel, Technical Approach, and Quality Control.
- Past Performance: Rated "Acceptable" or "Unacceptable" based on recent (last 5 years) and relevant (similar size/scope) performance. The government will evaluate the two lowest-priced offers first for technical and past performance acceptability.
Key Dates & Contacts
- Questions Due: May 5, 2026, 12:00 PM EST.
- Site Visit: May 1, 2026, 09:00 AM EST at 2 Washington Blvd, Fort Eustis, VA. Highly recommended. Coordinate base access with SSgt Gerell Johnson.
- Proposal Due: May 11, 2026, 5:00 PM EST.
- Contract Specialist: SSgt Gerell Johnson (gerell.johnson@us.af.mil)
- Contracting Officer: Mr. Chester Terrill (chester.terrill.1@us.af.mil)
Additional Notes
A Wage Determination (WD 2015-4341, Rev 32) is included, outlining prevailing wage rates and fringe benefits for Service Contract Act compliance. Offerors must acknowledge all amendments and ensure SAM registration.