The Statement of Work outlines a rail upgrade and tie replacement project for the McAlester Army Ammunition Plant's rail system. The project involves replacing approximately 6,000 old grade ties and 461 defective switch ties with new wooden ties. It also includes installing various other track materials such as lag screws, tie plates, tie plugs, 40,000 spikes, joint and comp bars, bolts, and rail anchors. Furthermore, the project will upgrade approximately 233 sticks of existing 80# rail to new 115# rail and replace all four turnouts with new 115# turnouts, ensuring correct gauge and lubrication. Finally, the scope covers distributing 900 tons of #4 angular railroad ballast and raising, lining, and dressing 9,000 feet of upgraded track and eight turnouts.
This government solicitation, W519TC-26-Q-A036, is a 100% Small Business Set-Aside for a firm fixed-price contract to procure various railroad components for the 1 Yoke Modernization on the McAlester Army Ammunition Plant (MCAAP) rail system. The required items include railroad rails, turnouts, screw spikes, tie plates, track spikes, rail anchors, joint bars, track bolts, and compromise bars. All materials must be new and primarily domestic, with specific dimensions and standards outlined. The delivery date for all items is April 16, 2026, with the contractor responsible for transportation costs to McAlester, OK. The solicitation also outlines the potential use of AI tools to assist in proposal evaluation, emphasizing that final decisions remain with government personnel. Additionally, it incorporates various FAR and DFARS clauses, including those related to unique item identification, electronic payment through Wide Area WorkFlow (WAWF), and other standard commercial product and service terms.
This government file outlines the period of performance, location, travel, security, safety, and environmental requirements for a contract, with all services to be completed by September 15, 2026, at a government facility. Key security requirements include AT Level I training, background checks for installation access, compliance with personal identity verification, and adherence to Force Protection Conditions (FPCON). Contractors must also participate in the iWATCH program and Random Antiterrorism Measures Program (RAMP), and are subject to parking regulations. Safety and environmental provisions mandate compliance with federal, state, and local regulations, including those from Rock Island Arsenal, DA, OSHA, and EPA. Contractors are responsible for hazardous waste disposal, proper labeling, and ensuring materials do not contain Class I Ozone Depleting Chemicals (ODCs), PCBs, or asbestos.
This document is Amendment 0001 to Solicitation Number W519TC25QA036, issued by W6QK ACC-RI, effective August 26, 2025. The amendment's primary purpose is to update the solicitation narrative to incorporate small business goals, in accordance with FAR 52.219-9. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may lead to rejection of the offer. If an offeror wishes to change a previously submitted offer due to this amendment, such changes must be communicated via letter or electronic communication, referencing the solicitation and amendment, and received before the opening hour and date.
This document is a Standard Form 1449,