Skip to content
Department of Defense

Kubota Replacement and Services

Solicitation: W50S8F26QA013
Notice ID: 91477c3643bf4f20833fc9da74db42dc
TypeCombined Synopsis SolicitationNAICS 811111PSCJ023Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateNJPostedFeb 26, 2026, 12:00 AM UTCDueMar 12, 2026, 03:00 PM UTCCloses in 14 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Mar 12, 2026. Industry: NAICS 811111 • PSC J023.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W50S8F26QA013. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811111 (last 12 months), benchmarked to sector 81.

12-month awarded value
$275,533
Sector total $260,694,366 • Share 0.1%
Live
Median
$10,344
P10–P90
$6,575$61,181
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($275,533)
Deal sizing
$10,344 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NJ
Live POP
Place of performance
New Jersey • 08234 United States
State: NJ
Contracting office
Egg Harbor Township, NJ • 08234-9500 USA

Point of Contact

Name
Johanna Paz
Email
johanna.paz.1@us.af.mil
Phone
6097616097
Name
Tammy L Hickerson
Email
tammy.hickerson@us.af.mil
Phone
6097616522

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO NJ • USPFO NJ PROCUREMENT • W7NP USPFO ACTIVITY NJANG 177
Contracting Office Address
Egg Harbor Township, NJ
08234-9500 USA

More in NAICS 811111

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This solicitation, W50S8F-26-Q-A013, is being issued as a Request for Quotation (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets or exceeds the minimum specifications. This procurement is set aside 100% for small business. The NAICS code is 811111 and the small business size standard is $9 Million. The Government intends to make a single award as a result of this solicitation. The following commercial services are requested in this solicitation:

Required Line Items:

0001: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to provide a brand new replacement engine for a 2013 Kubota SVL 90-2 Skidsteer and required service in accordance with attached Performance Work Statement (PWS). 1 JOB

SUBMISSION REQUIREMENTS/RFQ TERMS:

1. Offerors shall submit their quote for the product and services in accordance with Section 5 of the PWS.

2. Offerors shall submit all product information for all components of the engine with their quotes.  Product information shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the requirements of the vehicle identified.  Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award.

3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached in full text provisions and clauses attachment. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.  Vendors shall submit the Representations and Certifications form, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. Failure to provide representations and certifications form, or have them completed within SAM profile will render the quote non-responsive, and it will not be considered for award.

4. Contractors shall have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.  Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you shall also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors shall submit invoices electronically within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation.

5. Offerors shall request Service Contract Labor Standards Wage Determination for the place of performance in accordance with FAR 52.222-49 Service Contract Labor Standards-Place of Performance Unknown.

6. Questions regarding this solicitation shall be emailed to Ms. Johanna Paz no later than Noon, EST on 05 March 2025. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation.

7. Quotes shall be submitted electronically to:

177fw.contracting.org@us.af.mil

It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time listed in the solicitation.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.