Railroad Maintenance and Repair
ID: W9124MType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT STEWARTFORT STEWART, GA, 31314-3324, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
  1. 1
    Posted Sep 24, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Nov 12, 2024, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is seeking contractors for a railroad maintenance and repair project at Fort Stewart and Hunter Army Airfield in Georgia. The procurement is a 100% 8(a) set-aside contract, with an estimated construction cost exceeding $10 million, requiring contractors to perform various maintenance tasks in compliance with Federal Railway Administration standards. This project is critical for ensuring the safety and efficiency of rail operations, and contractors must provide all necessary personnel and materials while adhering to strict safety and operational regulations. Interested bidders must submit sealed bids by November 4, 2024, and can contact Christina Webb at christina.a.webb.civ@army.mil or Maria Swinton at maria.c.swinton.civ@army.mil for further information.

Files
Title
Posted
Apr 1, 2025, 8:05 PM UTC
This document presents a comparative analysis of multiple proposals submitted for a government contract. It lists various offerors, including T & M Service Group, Bering Straits Global Innovations, and Sweat US LLC among others, along with their respective locations and contact information. The analysis outlines the proposed costs for a job over a five-year period, broken down into base and option years, highlighting significant variations in pricing across proposals. For instance, Proposal A totals approximately $17.1 million, while Proposal C reaches about $35.3 million. It emphasizes the importance of these evaluations in determining the best fit and value for the government project, ensuring that financial considerations align with policy objectives. The document also notes a late bid that was not reviewed, which underscores the importance of adhering to submission guidelines in government contracting processes. Overall, the worksheet serves as a critical tool in assessing each proposal's viability while adhering to budgetary constraints.
Apr 1, 2025, 8:05 PM UTC
The document outlines bid proposals from various contractors for a government job, with a detailed financial comparison for a base year and four option years. Seven offerors participated, including companies from different states such as T & M Service Group (Trenton, NC) and Bering Straits Global Innovations (Anchorage, AK). Each contractor submitted a unit price for the job, with varying total amounts across the five years. For instance, the total proposed amounts range from approximately $16.4 million to $35.2 million, reflecting substantial differences in cost structures. The document also notes a late bid that was not reviewed and provides contact information for each offeror. This worksheet serves to facilitate decision-making in the selection of a contractor under federal guidelines, emphasizing the competitive nature of government contracting and the importance of evaluating proposals based on fiscal responsibility and projected value.
Apr 1, 2025, 8:05 PM UTC
The document details the amendment of a solicitation related to the Railroad and Maintenance Repair contract (W9124M-24-B-0005) at Fort Stewart and Hunter Army Airfield, GA. The primary purpose of this amendment is to address questions from contractors regarding project specifications, bid submission details, and contract requirements. Key clarifications include the total construction project value, which is now estimated between $5 million and $10 million, and reaffirmation of the need for a digital bid submission on CD. Furthermore, it specifies that bids can be hand-delivered at the designated location before the new submission deadline of November 12, 2024. The document outlines the required bonds (Bid, Payment, and Performance) and emphasizes that the quantities listed in the price schedule are estimates. The amendment also addresses various technical inquiries regarding materials and installation specifics, such as joint bars, rail components, and site conditions. Overall, this amendment serves to ensure prospective contractors are fully informed to prepare their bids effectively, promoting a competitive and transparent procurement process.
The document outlines a request for proposal (RFP) for railroad maintenance and repair services at Fort Stewart and Hunter Army Airfield in Georgia, designated as a 100% 8(a) set-aside contract. The project includes estimated construction costs exceeding $10 million, governed by specific guidelines under NAICS code 237990. Contractors are required to submit sealed bids by November 4, 2024, along with necessary bonds for performance and payment. The scope of work involves detailed maintenance tasks, such as replacing and repairing railroad components, ensuring compliance with Federal Railway Administration standards. The contract includes one base year and four option years, with services to be performed under strict safety and operational regulations. Bidders must adhere to timelines and quality control measures, with assessments conducted by the government to ensure performance standards are met. Key objectives highlight the contractor's responsibility for providing all personnel and materials necessary for maintaining safe and efficient rail operations. The document emphasizes stringent security measures and specifies training requirements for contractor employees, ensuring all stakeholders maintain a high level of compliance and safety throughout the project duration.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
W912HN25B4001 - PN81905 Consolidated Rigging Facility Hunter Army Airfield, GA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting bids for the construction of a Consolidated Rigging Facility at Hunter Army Airfield, Georgia, under solicitation number W912HN25B4001. This project involves the construction of a facility that includes a parachute drying tower, packing lanes, and various support areas, with a total construction magnitude estimated between $25 million and $50 million. The procurement is set aside for small businesses, and the contract will be awarded as a Firm-Fixed-Price (FFP) contract, with proposals due by April 7, 2025, at 11:00 AM EDT. Interested contractors should contact Greg Graham at gregory.m.graham@usace.army.mil or Fabiola Ducelus at fabiola.ducelus@usace.army.mil for further details and must ensure active registration in the System for Award Management (SAM) to be eligible for the contract.
Railroad Inspection and Maintenance Services, Fort McCoy, WI
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Railroad Inspection and Maintenance Services at Fort McCoy, Wisconsin. This procurement involves non-personal services that include all necessary labor, transportation, equipment, materials, supervision, and other items as outlined in the Performance Work Statement. These services are crucial for maintaining the operational integrity of rail transportation systems, ensuring safety and efficiency in military logistics. The contract period is set from April 20, 2025, to April 19, 2026, with four optional twelve-month extensions and a six-month option to extend services. Interested parties should contact Laurie Lago at laurie.e.lago.civ@army.mil or call 502-898-1246 for further details.
Scales Maintenace and Repair
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for the maintenance and repair of scales at Fort Stewart and Hunter Army Airfield in Georgia. The procurement involves comprehensive services including preventive maintenance, repair, calibration, and certification of transportation scales to ensure compliance with operational standards and safety regulations. These services are critical for maintaining the functionality of essential equipment that supports military operations and logistics. Interested parties must submit their quotes by April 14, 2025, with a contract period starting from May 1, 2025, to April 30, 2028, and can contact Sheung Li at sheung.c.li.civ@army.mil or Curtis Hanna at curtis.r.hanna.civ@army.mil for further inquiries.
JB Charleston Railroad Maintenance IDIQ
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide maintenance and repair services for the railroad system at Joint Base Charleston in South Carolina. The contract will encompass a range of tasks including labor, materials, equipment, and supervision for repairing the railroad system and crane trackage, along with ancillary work such as earthwork, asphalt and concrete placement, and emergency response services. This indefinite delivery/indefinite quantity (IDIQ) contract is estimated to exceed $10 million over a maximum period of five years and six months, with a focus on small business participation, including 8(a), HUBZone, and service-disabled veteran-owned businesses. Interested firms must submit their qualifications and indicate their socio-economic status by March 28, 2025, to the primary contact, David Mendoza, at david.mendoza.4@us.af.mil.
Proj No.: 95170, Construct a 10MW Generation Plant, with Microgrid Controls
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is soliciting bids for the construction of a 10MW generation plant with microgrid controls at Fort Stewart, Georgia, under project number 95170. This project aims to enhance energy resilience and sustainability by integrating natural gas generators and existing solar assets into a modern microgrid system, with a total estimated construction cost between $25 million and $100 million. The procurement is a 100% small business set-aside under NAICS code 237130, and interested contractors must submit sealed bids in compliance with FAR Part 14 guidelines, ensuring they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contractors can contact Gerard Leo at gerard.f.leo@usace.army.mil or David Lione at david.j.lione@usace.army.mil, with the period of performance set for 1,080 calendar days following the notice to proceed.
Manufacture and Delivery of 1 Ballast Regulator to Fort Drum, New York
Buyer not available
The U.S. Department of Transportation, through the John A. Volpe National Transportation Systems Center, is seeking qualified vendors to manufacture and deliver one Ballast Regulator to Fort Drum, New York. This procurement aims to fulfill specific technical and safety requirements, including a two-person operator cab and a Tier 4 diesel engine, with the selected supplier required to deliver the equipment by September 30, 2025. The Ballast Regulator is essential for maintaining railroad infrastructure, ensuring operational efficiency and safety. Interested parties must submit their quotations to the Contracting Officer, Melissa Reams, via email by 4:30 PM EDT on April 7, 2025, with all inquiries due by 2:00 PM EDT on March 28, 2025.
MOTCO Rail Curve Package 2 - DBB Construction
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking qualified small business firms for the MOTCO Rail Curve Package 2 project at the Military Ocean Terminal Concord (MOTCO) in California. The project involves the removal and replacement of approximately 7,500 linear feet of railroad curves, including the repair of ties, rails, and other track materials, with specific curves designated for demolition and optional repair. This initiative is crucial for maintaining the operational integrity of the rail infrastructure at the terminal, with an estimated construction cost between $10 million and $25 million and a completion timeline of approximately 580 calendar days. Interested firms must submit capability statements by April 3, 2025, to Jessica Padilla at jessica.padilla@usace.army.mil, referencing Sources Sought Notice number W9123825S0013.
W912HN25B4004 Project No.: 88726 CONSTRUCT CYBER - DOD INFORMATION NETWORK FACILITY MCA3
Buyer not available
The U.S. Army Corps of Engineers (USACE) Savannah District is soliciting bids for the construction of a Cyber and DOD Information Network Facility at Fort Eisenhower, Georgia, under Project No. 88726. This project aims to establish a state-of-the-art training facility that includes classrooms, instructional labs, administrative spaces, and secure information systems, adhering to the Army’s design standards and ensuring compliance with DoD security and accessibility requirements. The contract, which is a Firm-Fixed-Price (FFP) type, is estimated to be valued between $100 million and $250 million, with bids due by May 1, 2025, and a site visit scheduled for April 17, 2025. Interested contractors should contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil for further details and ensure they are registered in the System for Award Management (SAM) to participate in the bidding process.
MOTSU 25-001 Berm Repairs
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the MOTSU 25-001 Berm Repairs project at the Military Ocean Terminal Sunny Point in North Carolina. The primary objective of this project is to address deficiencies in earthen berms that serve as safety barriers for ammunition and explosive storage areas, which includes heavy tree clearing, erosion control, and significant earthwork to comply with explosive safety regulations. This project is critical for maintaining operational safety at MOTSU, with an estimated contract value between $10 million and $25 million. Interested contractors must submit their qualifications and relevant information by December 20, 2024, to the designated Army Corps contracting officials, with all submissions being treated as government property.
Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of a new Army Reserve Center (ARC) at Dobbins Air Reserve Base in Marietta, Georgia. The project encompasses the construction of an ARC training building, a Vehicle Maintenance Shop (VMS), and an Unheated Storage Building (USB), along with supporting facilities such as paving, landscaping, and utility connections. This initiative is crucial for enhancing military infrastructure and operational readiness, with an estimated construction cost between $25 million and $100 million and a contract duration of approximately 900 calendar days from the Notice to Proceed. Interested contractors must submit proposals electronically, and a mandatory site visit is scheduled for March 13, 2025. For further inquiries, contact Bonny Dylewski at bonny.c.dylewski@usace.army.mil.