Skip to content
Department of Defense

Fitness Equipment

Solicitation: W911YP26QA002
Notice ID: f2f16c4063a8477eb20258eaec60d94c
TypeCombined Synopsis SolicitationNAICS 339920PSC7810Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateUTPostedFeb 04, 2026, 12:00 AM UTCDueFeb 23, 2026, 02:00 PM UTCCloses in 0 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: UT. Response deadline: Feb 23, 2026. Industry: NAICS 339920 • PSC 7810.

Market snapshot

Awarded-market signal for NAICS 339920 (last 12 months), benchmarked to sector 33.

12-month awarded value
$353,989
Sector total $20,371,516,771 • Share 0.0%
Live
Median
$27,072
P10–P90
$27,072$27,072
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($353,989)
Deal sizing
$27,072 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 UT
Live POP
Place of performance
Bluffdale, Utah • 84065 United States
State: UT
Contracting office
Draper, UT • 84020-2000 USA

Point of Contact

Name
Otha Henderson
Email
otha.b.henderson.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO UT • USPFO UT PROCUREMENT • W7N3 USPFO ACTIVITY UT ARNG
Contracting Office Address
Draper, UT
84020-2000 USA

More in NAICS 339920

Description

Solicitation:  W911YP26QA002

Agency/Office:  Utah Army National Guard / USPFO

Delivery Location:  Utah Army National Guard 19th SFG(A), Camp Williams, Utah

Subject:  Fitness Equipment

Response Due Date:  07:00 am (MST) 23 February 2026

Contracting POC:  Otha Henderson; Email:  otha.b.henderson.civ@army.mil

1.0  Synopsis / Description:

This requirement is being solicited as a total small business set-aside. Only quotes from SAM.gov registered small businesses will be accepted.

This is a combined synopsis/solicitation for commercial products  prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.

This acquisition is being solicited as a total small business set-aside under NAICS 339920, Sports & Athletic Goods Manufacturing, which has a small business size standard of 750 employees (www.sba.gov). For vendors’ quotes to be considered, you must be registered in the System for Award Management (SAM) At https://www.sam.gov as a small business under this NAICS code or very similar NAICS code and small business size standard. Wholesaler NAICS codes will not be accepted. Delivery shall occur within 90 days ARO. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18.

Technical Characteristics:

The following items are required.

- Two in one Abductor/adductor Machine.

- Plate loaded T Bar Row.

- Plate Loaded Glute Drive.

- Plate Loaded Seated Calf Raise.

- Plate Loaded Vertical Squat.

- ISO-Plate Loaded Squat Press.

- ISO-Lateral Leg Extension.

- ISO-Lateral Leg Curl.

- ISO-Lateral Kneeling Leg Curl.

- Standing Calf Raise Machine.

- Linear Leg Press.

- Hip and Glute Machine.

- Olympic Decline Bench.

- ISO-Lateral Bench Press.

- Pectoral Fly / Rear Deltoid Machine.

- Seated Arm Curl.

- 12-Sided Poly Urethane EZ Curl Bars (20 – 110lbs) with Rack.

- Shipping and Installation.

Please see the attached salient characteristics for full details.

These are single station machines, not combination machines. Combination machines are not requested.

All equipment must be in new condition. Used or refurbished/refreshed equipment will not be acceptable. Quotes must state the equipment is new. Quotes must also provide detailed specifications for the equipment.

All equipment must meet standards for professional/commercial usability, not home gym quality.

1.1  Set-Aside / FAR Regulation:

Any award resulting from this solicitation will be made using a total small business set-aside order of precedence as follows:

In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.

1.2  Contract Type / Evaluation Criteria:  

This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be Firm-Fixed Price (FFP) and award evaluation criteria will be based on an all or none basis using Lowest Price Technically Acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed.  Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for award.  The offer must be registered in System for Award Management (SAM) to be eligible for award.

1.3  Eligibility For Award (SAM Registration & Cyber Security Basic NIST Assessment): 

All firms or individuals responding must meet all standards required to conduct business with the Government, including having an active SAM.gov registration and be in good standing.  All qualified responses will be considered by the Government.  In addition to providing pricing each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information. 

Prospective offerors may obtain information on registration at WWW.SAM.GOV.  IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award.  Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.

Vendors must have completed the Cyber Security Basic NIST Assessment NIST SP 800-171 in the past 3 years in compliance with DFARS Clause 252.204.7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.  If you have not completed your Basic NIST Assessment, please follow the links below with training and the entry point for completing the basic assessment.  The SBA Procurement Technical Assistance Centers (PTACs) may be able to assist small businesses in completing this basic assessment if they run into issues.” 

https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fwww.safcn.af.mil%2FCISO%2FSmall-Business-Cybersecurity-Information%2F&data=05%7C01%7Cwilliam.t.brown68.civ%40army.mil%7C988def7ed675434a1c9508db892fde85%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C638254610899442679%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=81iGYZOpxDDxu6%2FAQn3MVWXYoJ4RX0p6SZUqE5dgyss%3D&reserved=0

https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fwww.sprs.csd.disa.mil%2F&data=05%7C01%7Cwilliam.t.brown68.civ%40army.mil%7C988def7ed675434a1c9508db892fde85%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C638254610899442679%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=s3zmdEiWRZ0Xo795Et0u91Obig5NzfeLetSRd4kXfEU%3D&reserved=0

1.4  Quotes: 

Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division no later than 0700 am (MST) 23 February 2026. All submissions should be sent via email to:  otha.b.henderson.civ@army.mil . Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer questions prior to the closing of this posting. Questions received after 9 February 2026 will not be answered. Responses received after the stated deadline will be considered non-responsive and will not be considered.

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.