- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
PKB Cummins ISL9 450 Engine
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: WY. Response deadline: Apr 17, 2026. Industry: NAICS 333618 • PSC 2815.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 333618 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 32 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 333618
Description
Sources Sought / Request for Information (RFI)
Notice Number: FA461326Q1029
Description: PKB Cummins ISL9 450 Engine
1.0. SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI)
This is a Sources Sought Notice ONLY. The U.S. Government desires to procure a Firm-Fixed-Price (FFP) Contract at F.E. Warren AFB, Wyoming, on a total small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 333618 - Other Engine Equipment Manufacturing with a size standard of 1,500 Employees. If a different NAICS code would be better suited for this requirement, please state in your response what NAICS is better suited for this requirement and why.
2.0. DESCRIPTION OF ANTICIPATED NEED:
A need is anticipated for a complete Cummins ISL9 450 automatic engine for a E-One 2011 HP 75 75’ ladder truck. The serial number is 73318978 and must match to be acceptable. The government anticipates keeping the core and will consider both new and used options as long as it is in working condition. A 1-Year Warranty must be provided that starts the date of delivery. The shipment method will be FOB destination and it must be received within 30 days of award. No installation is required as the government intends to self-perform this function.
The Government has not previously contracted for similar services. The new contract is anticipated to be a Firm-Fixed-Price contract.
3.0. RESPONSE SUBMISSION:
Responses: All responses regarding this sources sought / RFI must be submitted by email to the points of contact below no later than 4:00 AM MST on Friday, April 17, 2026.
- Contract Specialist, Sara Cook (sara.cook.7@us.af.mil)
- Contracting Officer, Donna Doss (donna.doss.1@us.af.mil)
In response to this sources sought, please provide:
- Completed Attachment 1 – Contractor Response Form
- Name of the firm, point of contact, phone number, email address, Unique Entity ID (UEI), CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
- Whether your firm is interested in competing for this requirement as a prime contractor or subcontractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company’s specific experience in construction and providing comparable services. Ensure the information is in sufficiently detailed regarding previous experience in managing construction (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable). If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with.
- What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (Deviation 2021-O0008).
- Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, or WOSB).
- Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). Please include your bonding capacity/capability, to include the single project and aggregate limits.
- Identify how the Air Force can best structure these contract requirements to facilitate competition by and among small business concerns.
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.