Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2025 SAM #8766
SOLICITATION NOTICE

22 -- REQUEST FOR INFORMATION (RFI)/INDUSTRY DAY ANNOUNCEMENT- PROCURMENT OF DESIGN AND PRODUCTION OF FLAT RAILCARS

Notice Date
11/24/2025 10:49:13 AM
 
Notice Type
Presolicitation
 
NAICS
336510 — Railroad Rolling Stock Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016425SNB87
 
Response Due
12/9/2025 1:00:00 PM
 
Archive Date
12/24/2025
 
Point of Contact
Steven Junkins, Erin Kelley
 
E-Mail Address
steven.l.junkins2.civ@us.navy.mil, erin.c.kelley3.civ@us.navy.mil
(steven.l.junkins2.civ@us.navy.mil, erin.c.kelley3.civ@us.navy.mil)
 
Description
Amendment 0005: The purpose of this amendment is to complete the following: Extend the RFI response period to facilitate further market research and identify qualified contractors Add additional information requests to the capability statements - Proposed delivery timeframes for the following CLINs: CLIN 0001 (Design Package/Drawings) CLIN 0002 (First Article Unit/First Article Testing) CLIN 0003 (Flat Railcar Production Units) Include Joint Certification Program (JCP) requirement information REQUEST FOR INFORMATION (RFI): In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is issuing this RFI announcement as part of its market research. This RFI announcement is intended to determine the availability and technical capability of businesses to provide the required supplies. BACKGROUND The DODX 40000 series railcars, originally designed and built by the Army in 1981, are due for system refresh. Demilitarization of these flatcars is scheduled to begin around January 1, 2031, necessitating their removal from service. The Fleet Ballistic Missile (FBM) program initially procured these flatcars for the transportation of Active Inert Missiles (AIMs) between facilities. However, the current 3-axle, 6-wheel truck design is now obsolete, and the American Association of Railroads (AAR) will not grant an extension of their service life. Service Description The Flatcar is a newly designed, specialized platform specifically engineered for transporting Active Inert Missiles. This new design is essential due to the unique requirements of these missiles. The current Flatcar fleet is scheduled to reach its end-of-life on July 1, 2031, necessitating the procurement of these new flatcars to ensure uninterrupted transportation capabilities. The vendor will provide the new design and manufacturing services of the Flatcar with the provided System requirements documents and Statement of Work. These requirements capture the coordination references needed for the transportation and operation of the Flatcar and the vendor is required to be capable of meeting the Association of American Railroads (AAR) requirements. The Vendor will provide all facilities required for the development of the technical data package and the manufacture of the Flatcars. Delivery will be FOB Destination. The Contract is identified as a Firm-Fixed Price (FFP) contract. REQUESTED INFORMATION: Interested parties are requested to provide information that identifies its capability to provide the design, manufacture, testing, and delivery of new flat railcars that meet current system requirements and ensure continued AIM transport capability herein. Please provide information of performance on other Government contracts with similar efforts as applicable. The Government encourages participation by small business, small-disadvantaged business, HUB zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . The controlled attachments will be posted at the same time the solicitation is posted. RESPONSES: Written responses shall be submitted via e-mail to the point of contacts listed below by the closing date. NSWC-CR Mr. Steven Junkins�Code 0221 Crane, Indiana 47522-5001 Steven.L.Junkins2.civ@us.navy.mil NSWC-CR Mr. Erin Kelley�Code 0221 Crane, Indiana 47522-5001 Erin.c.kelley3.civ@us.navy.mil RESPONSES TO THE RFI SHALL INCLUDE THE FOLLOWING: Contractor�s Name: Cage Code: Street Address, City, State, Zip Code: Business Size: Point of Contact (POC): POC Telephone: POC Email: Announcement Number: N0016425SNB87 Proposed Delivery Timeframes for the following CLINs: CLIN 0001 (Design Package/Drawings) CLIN 0002 (First Article Unit/First Article Testing) CLIN 0003 (Flat Railcar Production Units) All responsible sources may submit a capability statement which shall be considered by the agency. This RFI is the initiation of market research under FAR Part 10. This announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. Responses to this notice cannot be accepted as offers. The United States Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Nothing in this announcement constitutes an obligation on the part of the United States Government, nor is the Government tasking any Offeror to develop any technologies described herein. All interested parties should provide the requested information regarding this announcement no later than 4:00 P.M EDT on or before the closing date as specified at the beginning of this announcement. Responses may be submitted any time prior to the expiration of this announcement. Responses received after 4:00 P.M. EDT on the closing date may not be considered in the Government�s analysis. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated. All changes that occur prior to closing date will be posted to the SAM website https://www.sam.gov. Please reference Announcement Number N0016425SNB87 in all your correspondence.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/297c734ff3384080a13d639d8b61cf10/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07650253-F 20251126/251124230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.