THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Responses will be treated as information only and will not be used as a proposal. Solicitations are not available at this time. Any requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever.
The Army Contracting Command (ACC) - Aberdeen Proving Ground (ACC-APG), Tobyhanna Division, is conducting this RFI in order to identify potential vendors that possess the capabilities to support the removal and replacement of the racking in 6-1. TYAD wants a new racking system that can accommodate an equal amount of storage as the previous racks.
TYAD’s 6-1 racking requirements
- Row 1: One sided row of racking to hold pallets
- Rows 2-6: Double-sided racking to hold pallets
- Row 7:Racking with shorter arms to hold long metal stripes
Please refer to Objective below and attached DRAFT Performance Work Statement (PWS) for complete details. Any resultant Delivery Order will be issued by ACC-APG, Tobyhanna Division, 11 Hap Arnold Boulevard, Tobyhanna PA 18466.
Objectives: The Contractor shall assess the current racking, choose a suitable replacement of the racking, and then remove the old racking and install new racking in building 6-1 Tobyhanna Army Depot, Tobyhanna, PA. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.
2. Application
The existing racking is an outdated model that cannot accommodate replacement parts and hence requires complete replacement. Additionally, the current layout of the racks has caused problems for the 6-1 workers due to the rows being too tight and not maneuverable. Because of these factors the racking will need to be removed in its entirety including the concrete bumpers at the ends of the isles. To correct the issues, with the current racking TYAD requires more robust racks and more space in between the rows.
Rack Requirements Rows 1-6: Each row of racks is 150ft long and 23ft tall. The arms must have a length of approximately 4 ft. Arms must have a load capacity of 4,000lbs each and must be connected by a wire mesh deck that also has a capacity of 4,000lbs.
Rack Requirements Row 7: Row 7 is 150ft long and 23ft tall. The arms must have a length of approximately 2 ft. Arms must have a load capacity of 2,000lbs. No wire mesh deck is needed.
Removal:
- Uninstall the racks
- Remove the concrete bumpers at the end
- Repair the floor where the concrete bumpers used to lay
- Transport all metal racking scrap to TYAD’s scrap collection building
- Remove any remaining trash to create a clear slate for the new racks (it is the contractor’s responsibility to dispose of the trash off base)
Installation:
- Procure and transport all racking and other components to TYAD
- Map the layout of the new racks (Same orientation of the previous racks but increase the space between each rack by 8 inches)
- Install the racking
- Remove any trash (it is the contractor’s responsibility to dispose of the trash off base)
Delivery of the fabricated equipment shall be within 6 months of contract award. Delivery address Tobyhanna Army Depot, 11 Hap Arnold Blvd., Tobyhanna, PA 18466, Bldg. 6-1
The racking furnished under this specification shall be warranted for parts and labor for a period of 1 year from the date of delivery.
The government is seeking to award a Firm-Fixed-Price Delivery Order under NAICS code 337215.
All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received, and held in confidence. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Please note, if a solicitation or multiple solicitations are posted in the future, they will be issued by a separate solicitation.
The Government reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted.
Interested vendors are requested to provide information of their firm’s capabilities to perform the services as noted in the attached Draft SOW.
Please submit any questions regarding this RFI to: Marissa Brodi (Contract Specialist) marissa.c.brodi.civ@army.mil and Eric Wolfe; Email: eric.j.wolfe15.civ@army.mil Phone: (570) 615-3501
Responses to this RFI addressing your company’s capability to support this requirement shall be submitted to the above referenced e-mail address NLT Friday ,February 20, 2026 by 10:00 AM EST. Respondents should include the following business information with the RFI response:
Company Name and Address;
Point of Contact;
Telephone Number;
E-mail address;
Company Cage Code;
Primary NAICS;
Business Size;
Current Registration in SAM;
GSA Contract Number: