Locomotive 92-Day Periodic Safety Inspections
Combined Synopsis Solicitation from OFFICE OF THE SECRETARY • TRANSPORTATION, DEPARTMENT OF. Place of performance: MA. Response deadline: Feb 04, 2026. Industry: NAICS 488210 • PSC H922.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 488210
Description
AMENDMENT 0003 (February 3, 2026):
The purpose of this amendment is to (1) clarify that annual inspections will not be required and (2) correct quantities accordingly.
Base: Two (2) 92-Day Inspections per Locomotive x 15 Locomotives = Total 30 Inspections
Option Year 1: Three (3) 92-Day Inspections per Locomotive x 15 Locomotives = Total 45 Inspections
Option Year 2: Three (3) 92-Day Inspections per Locomotive x 15 Locomotives = Total 45 Inspections
Refer to all attachments provided.
The quotation due date and all other solicitation provisions and requirements remain unchanged.
AMENDMENT 0002 (January 29, 2026):
The purpose of this amendment is to:
(1) extend the quotation due date to February 4, 2026 at 5:00 PM Eastern Time;
(2) provide a revised Statement of Work with Attachment A;
(3) provide answers to questions received; and
(4) correct quantities to reflect 15 locomotives, estimated 30 inspections during the base period, and estimated 60 inspections during the option periods.
Refer to all attachments provided.
All other solicitation provisions and requirements remain unchanged.
AMENDMENT 0001 (January 15, 2026):
The purpose of this amendment is to (1) extend the quotation due date to January 30, 2026, at 5:00 PM Eastern Time, and (2) add SF 1449 to the attachments. All other solicitation provisions and requirements remain unchanged. The question period has closed. Responses to timely submitted questions will be provided via a forthcoming solicitation amendment.
COMBINED SYNOPSIS/SOLICITATION
Solicitation Number: 6913G626Q300009
1. General Information
This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5 (Simplified Acquisition Procedures for Commercial Products and Commercial Services). This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued.
2. Issuing Office
U.S. Department of Transportation (DOT)
Volpe National Transportation Systems Center
Cambridge, Massachusetts
3. Title
Locomotive 92-Day Periodic Safety Inspections
4. Set-Aside Information
This procurement is a Total Small Business Set-Aside.
Only quotations submitted by firms that qualify as small businesses under the applicable NAICS code will be considered.
5. NAICS Code and Size Standard
-
NAICS Code: 488210 – Support Activities for Rail Transportation
-
Size Standard: As defined by SBA for NAICS 488210
6. Description of Requirement
The Department of Transportation, Volpe National Transportation Systems Center, on behalf of the U.S. Army Sustainment Command (ASC), seeks to procure commercial services to perform 92-Day Periodic Safety Inspections on the U.S. Army’s fleet of conventional diesel locomotives.
The requirement includes performance of locomotive inspections in accordance with 49 CFR Part 229, completion of required inspection documentation, submission of preventive maintenance worksheets, participation in coordination meetings, and associated inspection-related support as defined in the Statement of Work (SOW).
The U.S. Army owns and operates fifteen (15) Electro-Motive Diesel (EMD) locomotives located at seven (7) Army installations within the continental United States.
The full technical requirements, inspection quantities, locations, deliverables, and personnel qualifications are set forth in the attached Statement of Work (SOW).
7. Contract Type
The Government anticipates award of a Firm-Fixed-Price (FFP) contract with Not-to-Exceed (NTE), cost-reimbursable travel and Other Direct Cost (ODC) CLINs, as described in the solicitation.
8. Period of Performance
The anticipated period of performance is as follows:
-
Base Period: Date of Award through September 24, 2026
-
Option Period 1: September 25, 2026 through September 24, 2027
-
Option Period 2: September 25, 2027 through August 31, 2028
The Government may exercise options at its sole discretion.
9. Place of Performance
Services will be performed at seven (7) Army installations within the continental United States, as identified in the Statement of Work.
10. Solicitation Documents
The following documents are attached to this notice and form part of this solicitation:
-
Attachment 1: Request for Quotations (RFQ) – Combined Synopsis/Solicitation and Pricing Sheet
-
Attachment 2: Statement of Work (SOW), dated January 9, 2026
Quoters are responsible for reviewing all attached documents and submitting quotations in accordance with the RFQ instructions.
11. Evaluation and Award
Award will be made to the responsible quoter whose quotation represents the best value to the Government, considering price and non-price factors, in accordance with FAR 13.106-2 and the evaluation criteria set forth in the RFQ.
The Government intends to evaluate quotations and make award without discussions, but reserves the right to conduct discussions if determined to be in the Government’s best interest.
12. Submission Instructions
Quotations shall be submitted by email only in accordance with the instructions contained in the RFQ.
-
RFQ Closing Date: January 23, 2026
-
Time: No later than 5:00 PM Eastern Time
Late quotations will not be considered.
13. Questions
All questions regarding this solicitation must be submitted in writing by email to the Contracting Officer and Branch Chief identified in the RFQ no later than January 15, 2026 at 5:00 PM Eastern Time.
Only written responses issued by the Contracting Officer shall be binding on the Government.
14. FAR and TAR Clauses
The solicitation incorporates applicable FAR and DOT Transportation Acquisition Regulation (TAR) provisions and clauses by reference and in full text, as identified in the RFQ.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.