SOLICITATION NOTICE
J -- Kubota Replacement and Services
- Notice Date
- 2/26/2026 1:05:49 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811111
— General Automotive Repair
- Contracting Office
- W7NP USPFO ACTIVITY NJANG 177 EGG HARBOR TOWNSHIP NJ 08234-9500 USA
- ZIP Code
- 08234-9500
- Solicitation Number
- W50S8F26QA013
- Response Due
- 3/12/2026 8:00:00 AM
- Archive Date
- 03/27/2026
- Point of Contact
- Johanna Paz, Phone: 6097616097, Tammy L Hickerson, Phone: 6097616522
- E-Mail Address
-
johanna.paz.1@us.af.mil, tammy.hickerson@us.af.mil
(johanna.paz.1@us.af.mil, tammy.hickerson@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/91477c3643bf4f20833fc9da74db42dc/view)
- Place of Performance
- Address: NJ 08234, USA
- Zip Code: 08234
- Country: USA
- Zip Code: 08234
- Record
- SN07727985-F 20260228/260226230036 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |