Railroad Ballast Regulator
ID: W519TC-25-Q-2196Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Railroad Rolling Stock Manufacturing (336510)

PSC

RIGHT-OF-WAY CONSTRUCTION AND MAINTENANCE EQUIPMENT, RAILROAD (2230)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of a 2024 Knox Kershaw KBR-860 Ballast Regulator or an equivalent model, intended for operations at the McAlester Army Ammunition Plant in Oklahoma. The procurement requires a heavy-duty ballast regulator equipped with a Cummins QSB 6.7 Tier 4 diesel engine, all-wheel drive, and various hydraulic features for effective railway maintenance, including a plow and broom. This equipment is crucial for maintaining railroad infrastructure, ensuring compliance with Federal Railroad Administration standards, and supporting military logistics. Interested vendors must submit their proposals by April 14, 2025, and can direct inquiries to Sara Jones at sara.c.jones13.civ@army.mil or by phone at 520-693-0211.

    Files
    Title
    Posted
    The document is an amendment to Solicitation W519TC-25-Q-2196 from the Army Contracting Command - Rock Island, extending the due date for proposal submissions from April 2, 2025, to April 14, 2025, at 4:30 PM. All previously stated terms and conditions remain unchanged. The amendment requires bidders to acknowledge receipt of this update prior to the specified deadline through one of the outlined methods. Alongside the amendment, a Table of Contents for additional attachments related to PDS Validation is included, summarizing various documents with corresponding dates. This formal communication is part of the federal procurement process, ensuring clarity and compliance among potential contractors while facilitating timely submissions.
    The file outlines a Request for Proposal (RFP) for the procurement of a 2024 Knox Kershaw KBR-860 Ballast Regulator or an equivalent model. Key specifications include a heavy-duty steel frame, a Cummins QSB 6.7 Tier 4 diesel engine with a minimum of 260 HP, and an all-wheel drive powertrain. The ballast regulator is equipped with a hydraulically controlled plow and broom, providing essential maintenance functions with features like a 110" broom and 1.5 cu. yd. wings. Additional specifications cover braking systems, electrical and lighting configurations, and an insulated operator cabin with joystick controls. The proposal includes requirements for delivery, operator training for six personnel, and the provision of maintenance and operation manuals. The machine is to comply with Federal Railroad Administration standards. Overall, the document serves to solicit bids from suppliers while ensuring adherence to stringent performance and safety standards required for railway maintenance equipment.
    The Army Contracting Command – Rock Island issued solicitation W519TC25Q2196 for the procurement of a Railroad Ballast Regulator to support operations at the McAlester Army Ammunition Plant (MCAAP). This acquisition is unrestricted, classified under NAICS code 336510, and will result in a Purchase Order awarded to the lowest priced, compliant offer. Vendors must provide complete quotes, including signed documentation and references to the salient characteristics outlined in the solicitation. Payment is to be made upon delivery and acceptance of the regulator. All work must conform to MCAAP's environmental management standards, and specific security protocols are established for personnel and vehicles accessing the installation. Deliveries are strictly regulated, requiring compliance with a detailed packing list and associated documentation. The Ballast Regulator must meet strict specifications, including a heavy-duty chassis, specific power and capability metrics, and include mandatory training and manuals for operation. Compliance with federal contracting regulations and environmental considerations is emphasized throughout the solicitation, ensuring both operational efficiency and adherence to government standards.
    The document outlines a solicitation synopsis for the procurement of a Knox Kershaw KBR-860 Ballast Regulator, intended for use in the Railroad Rolling Stock Manufacturing sector (NAICS Code 336510). The government anticipates awarding a firm-fixed-price contract, with delivery to McAlester, OK. Contractors must register in the System for Award Management (SAM) before engaging with the Department of Defense (DOD). The solicitation is expected to be issued around March 15, 2025, with a closing date approximately five days later, and will be available online at www.sam.gov. It is the contractor's responsibility to monitor SAM for any updates or changes to the solicitation. The point of contact for further inquiries is Sara Jones, reachable via email or phone. This document serves to formally announce the government's procurement intentions and the requirements for interested vendors within the specified industry.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Vehicular Track Tension Device
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of six Vehicular Track Tension Devices, identified by NSN 2530-01-601-6921 and part number 9243393, manufactured by John Deere Shared Services, LLC. This opportunity is a total small business set-aside, requiring bidders to submit offers for the complete quantity, with the intention of awarding a firm-fixed-price contract. The devices are critical components for vehicular systems, and delivery is expected within 120 days post-award to DLA Distribution Red River in Texarkana, Texas. Interested parties must submit their proposals electronically by December 19, 2025, at 5:00 PM EST, and can direct inquiries to Junae Tabb at Junae.Tabb@dla.mil or by phone at 385-591-2861.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    4K Forklift
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure a 4K Forklift for use at Fort Hood, Texas. The specifications for the forklift include a diesel engine with a minimum of 47.5 HP, a 4000LB capacity, and various hydraulic and safety features, all of which must comply with the Buy American Act requirements. This equipment is crucial for operational efficiency in warehouse and logistics operations, ensuring that the Army can effectively manage its material handling needs. Interested vendors should provide a picture of the forklift along with the item specification sheet and can contact Rodney Allen at rodney.allen.civ@army.mil or by phone at 254-287-1788 for further details.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Customized Machine Base for Cannon Manufacturing Process Equipment for the Watervliet Arsenal
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Watervliet Arsenal, is soliciting bids for a customized machine base designed for cannon manufacturing process equipment. This procurement requires the design, fabrication, installation, and training for a machine base capable of handling large workpieces, with specific dimensions and operational capabilities outlined in the Statement of Work. The machine base is critical for enhancing the manufacturing process of artillery systems, ensuring operational efficiency and precision. Proposals are due by December 16, 2025, and interested parties are encouraged to attend a site visit on December 15, 2025, to gain further insights into the project requirements; RSVP is required. For inquiries, contact Amanda Robinson at amanda.p.robinson2.civ@army.mil or 518-266-4931.
    FORKLIFT - RAYMOND 9600 SA-CSR30T OR EQUIVALENT
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is soliciting bids for the procurement of a Raymond 9600 SA-CSR30T forklift or an equivalent model. The requirements include a forklift with a capacity of at least 1,000 lbs at a height of 21 feet, a mast height of 21-22 feet, and a maximum width of 54 inches, along with specific operational features such as 40-inch forks and safety equipment. This procurement is a total small business set-aside under NAICS Code 333924, emphasizing the importance of the equipment for operational efficiency at the base. Interested vendors must submit their quotes by December 17, 2025, and ensure they are registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil or Brett Stroud at brett.stroud.1@us.af.mil.
    Limited Source Justification (Brand Name)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to justify a limited source procurement for earth moving and excavating equipment at Fort Riley, Kansas. This opportunity is focused on acquiring brand-name equipment, which is critical for fulfilling specific operational requirements within the military context. The procurement is being managed by the W6QM MICC-FT RILEY office, and interested parties can reach out to Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Christopher A. Richie at christopher.a.richie.civ@army.mil for further details. The associated documentation for this justification can be found in the Limited Source Justification FAR Part 8 file.
    Carrier, Gear Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of a Carrier, Gear Assembly, identified by NSN 3010-01-570-7426. This opportunity is specifically restricted to approved manufacturers, namely Meritor and Oshkosh Defense, with a total quantity of 14 units required (7 for production and 7 as an option), to be delivered FOB Destination within 240 calendar days post-award. The solicitation has transitioned from a small business set-aside to full and open competition, with proposals due by January 12, 2026, at 11:59 PM Eastern Time, and all submissions must be sent electronically to the Contract Specialist, Jon Machacek, at jon.machacek@dla.mil. Interested parties should ensure compliance with all specified regulations and requirements outlined in the solicitation documents.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    Single Drum Roller
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Single Drum Roller, as outlined in a Combined Synopsis/Solicitation notice. This equipment is essential for construction and material handling operations, particularly in military settings, and falls under the NAICS code 333120 for Construction Machinery Manufacturing. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Christopher Barlow at christopher.l.barlow.civ@army.mil or by phone at 573-596-2457, or reach out to James Ferraro at james.a.ferraro.civ@army.mil or 573-563-2910.