Opportunity
SAM #FA461326Q1029
Cummins ISL9 450 Engine for E-One Ladder Truck at F.E. Warren AFB
Buyer
No official U.S. federal government entity found
Posted
April 07, 2026
Respond By
April 17, 2026
Identifier
FA461326Q1029
NAICS
423830, 333618
The U.S. Department of the Air Force, Air Force Global Strike Command, 90th Contracting Squadron (90 CONS PK) at F.E. Warren Air Force Base is seeking information from small businesses for the potential procurement of a Cummins ISL9 450 automatic engine for a fire ladder truck. - Government Buyer: - U.S. Department of the Air Force, Air Force Global Strike Command, 90th Contracting Squadron (90 CONS PK) - OEMs and Vendors: - Cummins (OEM) - Products/Services Requested: - Complete Cummins ISL9 450 automatic engine - For 2011 E-One HP 75' ladder truck - Must match serial number 73318978 - Both new and used engines in working condition are acceptable - 1-year warranty required (from date of delivery) - Government retains the core - No installation services required - Unique or Notable Requirements: - Delivery must be FOB destination to F.E. Warren AFB within 30 days of award - Only Cummins engines matching the specified serial number are acceptable - Small business set-aside - Firm-fixed-price anticipated contract - Place of Performance/Delivery: - F.E. Warren Air Force Base, Wyoming
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.