SOLICITATION NOTICE
22 -- Rail Maintenance and Sustainment (RMS) Multiple-Award IDIQ
- Notice Date
- 1/22/2026 12:08:16 PM
- Notice Type
- Presolicitation
- NAICS
- 336510
— Railroad Rolling Stock Manufacturing
- Contracting Office
- 6913G6 VOLPE NATL. TRANS. SYS CNTR CAMBRIDGE MA 02142 USA
- ZIP Code
- 02142
- Solicitation Number
- V3352308
- Response Due
- 2/23/2026 5:00:00 AM
- Archive Date
- 03/10/2026
- Point of Contact
- Patricia Barnett, Phone: 6174942976, Matthew Phelps, Phone: 6174942612
- E-Mail Address
-
patricia.barnett@dot.gov, matthew.phelps@dot.gov
(patricia.barnett@dot.gov, matthew.phelps@dot.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- NOTICE OF PROPOSED CONTRACT ACTION Rail Maintenance and Sustainment (RMS) Multiple-Award IDIQ Agency: U.S. Department of Transportation (DOT) John A. Volpe National Transportation Systems Center (Volpe Center) Contracting Office: V221 - Off-Site Engineering & R&D Contracts Contracting Office Address: 220 Binney St, Cambridge, MA 02142 PSC: Primary: 2220 - Rail Cars Secondary: R425 - Support-Professional: Engineering/Technical NAICS: Primary: 336510 - Railroad Rolling Stock Manufacturing Secondary: 488210 - Support Activities for Rail Transportation Set-Aside: Full and Open Competition Contract Type: Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) Order Type: Primarily Firm-Fixed-Price (FFP) task/delivery orders and other types as specified in the solicitation Anticipated Ordering Period: Five (5) years from date of award Minimum Guarantee: $2,500 per awardee A. Description DOT, through the Volpe Center, intends to issue a solicitation for a multiple-award IDIQ contract for the RMS Program in support of the Department of Defense (DoD) rail mission. The RMS IDIQ will provide commercial products and services including, but not limited to: Manufacture, refurbishment, and delivery of railroad rolling stock, including locomotives, freight cars, and railcar movers; Sustainment and inspection services, including preventive maintenance, periodic safety inspections, and corrective repairs; and Engineering support, diagnostics, and emergency repair services, as required. Rolling stock and services will be required to comply with applicable Federal Railroad Administration (FRA) regulations, Association of American Railroads (AAR) standards, Environmental Protection Agency (EPA) requirements, and applicable military specifications. Many items and services are commercially available or based on modified-commercial designs. This acquisition is anticipated to be conducted using FAR Part 12 (Acquisition of Commercial Products and Commercial Services) in conjunction with FAR Part 15 source selection procedures, as authorized. B. Competition and Award Structure The Government anticipates making multiple awards to both small and large businesses. The solicitation will describe procedures intended 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. C. Place of Performance Performance will occur at contractor facilities and at multiple Government locations throughout CONUS, as specified in individual task or delivery orders. D. Anticipated Solicitation Release The full solicitation is anticipated to be released on or about February 23, 2026, via SAM.gov. E. Response Information This notice is not a solicitation and is provided for informational purposes only. The Government will not pay for any documentation provided in response to this synopsis and any documentation received will not be returned to the sender. All responsible sources are encouraged to monitor SAM.gov for the release of the solicitation and associated documents. The solicitation and any documents related to this procurement will be available on the SAM.gov website: http://www.sam.gov. All vendors must be registered in SAM to receive an award from a U.S. DOT Agency. Contractors may access the site at http://www.sam.gov to review and obtain information about the registration process. Potential offerors are highly encouraged to complete the online provisions within the Representations and Certifications at the earliest within SAM. Applicable representations and certifications must be completed in order to receive an award from a U.S. DOT Agency. F. 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
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/387fdc137f624ed3953acf42671d782c/view)
- Place of Performance
- Address: Cambridge, MA 02142, USA
- Zip Code: 02142
- Country: USA
- Zip Code: 02142
- Record
- SN07693829-F 20260124/260122230040 (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 |