Rail Maintenance and Sustainment (RMS) Multiple-Award IDIQ
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 U.S. Department of Transportation (DOT), through the John A. Volpe National Transportation Systems Center (Volpe Center), intends to issue a solicitation for a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for the Rail Maintenance and Sustainment (RMS) Program. This program will support the Department of Defense (DoD) rail mission by providing commercial products and services. The full solicitation is anticipated to be released on or about February 23, 2026, via SAM.gov.
Scope of Work
The RMS IDIQ will cover a range of commercial products and services, including:
- Manufacture, refurbishment, and delivery of railroad rolling stock, such as locomotives, freight cars, and railcar movers.
- Sustainment and inspection services, including preventive maintenance, periodic safety inspections, and corrective repairs.
- Engineering support, diagnostics, and emergency repair services.
All rolling stock and services must comply with applicable Federal Railroad Administration (FRA) regulations, Association of American Railroads (AAR) standards, Environmental Protection Agency (EPA) requirements, and military specifications. Many items and services are commercially available or based on modified-commercial designs.
Contract & Timeline
- Contract Type: Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ)
- Order Type: Primarily Firm-Fixed-Price (FFP) task/delivery orders, with other types as specified.
- Anticipated Ordering Period: Five (5) years from the date of award.
- Minimum Guarantee: $2,500 per awardee.
- Acquisition Procedures: FAR Part 12 (Commercial Products and Commercial Services) in conjunction with FAR Part 15 source selection procedures.
- Anticipated Solicitation Release: On or about February 23, 2026.
Eligibility / Set-Aside
- Set-Aside: Full and Open Competition.
- The Government anticipates making multiple awards to both small and large businesses.
- The solicitation will describe procedures to maximize small business participation at the task order level, consistent with FAR Part 16.505 and FAR Part 19.
- Task/delivery orders will be competed among awardees in accordance with FAR 16.505.
Place of Performance
Performance will occur at contractor facilities and at multiple Government locations throughout CONUS, as specified in individual task or delivery orders.
Additional Notes
This notice is for informational purposes only and is not a solicitation. The Government will not pay for any documentation provided in response to this synopsis. All responsible sources are encouraged to monitor SAM.gov for the release of the solicitation and associated documents. Vendors must be registered in SAM.gov to receive an award from a U.S. DOT Agency and are highly encouraged to complete the online provisions within the Representations and Certifications at the earliest.
Points of Contact
- Contracting Officer: Patricia Barnett (patricia.barnett@dot.gov, 617-494-2976)
- Branch Chief: Matthew Phelps (matthew.phelps@dot.gov, 617-494-2612)