Diesel-fueled all-terrain vehicle. Fully enclosed cab with extended bed.

SOL #: W911S226U2515Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QM MICC-FT DRUM
FORT DRUM, NY, 13602-5220, United States

Place of Performance

Place of performance not available

NAICS

All Other Transportation Equipment Manufacturing (336999)

PSC

Trucks And Truck Tractors, Wheeled (2320)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 28, 2026
2
Last Updated
Jan 29, 2026
3
Submission Deadline
Feb 4, 2026, 8:30 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Army, under the Department of Defense, is soliciting for a Diesel-fueled all-terrain vehicle with a fully enclosed, climate-controlled cab and an extended bed. This opportunity is designated as a Total Small Business Set-Aside (FAR 19.5). Responses are due by February 4, 2026.

Scope of Work

The requirement is for a diesel-fueled all-terrain vehicle featuring a fully enclosed, climate-controlled cab and a minimum 6-foot long bed. The vehicle must be in Camo, Ranger Green, or Tan color. Key specifications include:

  • Display & Suspension: Digital Multi-function Display, Front and Rear Independent Adjustable Suspension.
  • Brakes & Hitch: Front/Rear Wet Discs, Rear Brake Lights / Front Headlights, 2-inch Hitch Receiver (Front and Rear).
  • Seating & Storage: Deluxe 60/40 split bench front seats with driver side adjustment, Under front seat Storage Compartments, Lockable Glove Box.
  • Protection & Lighting: Front Guard (radiator guard and bumper), Low/High LED Headlights, Factory Spray-on Bedliner, Camo Factory Assembled Accessories, Rear Cargo Winch, Tailgate Extender, Rear Cargo LED Lights.
  • Engine & Transmission: Minimum D1105 3 Cyl, 68.8 cuin, +23.3 Gross Eng HP, 60 Amp Alternator. Variable Hydro Transmission with Forward Speeds (Low 0-15mph, High 0-25 mph) and Reverse (0-17 mph). Limited-slip Front Differential and Rear Differential Lock.
  • Hydraulics: Hydrostatic Power Steering w/ manual tilt-feature, Hydraulic Cargo Dump, Hydraulic Oil Cooler.
  • Dimensions & Capacity: Minimum dimensions for width (63 in), height (80 in), length (153 in), wheelbase (98.2 in). Tow Capacity minimum 1300 lbs. Cargo box minimum width (54.5 in), length (72.3 in), depth (11.6 in), load capacity (1212 lbs), and volume (26.1 cu ft).
  • Safety: Horn, Dash-mounted Parking Brake, Spark Arrester Muffler, Retractable 2-point Seat Belts, Rear Protection Screen.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2320 (Trucks And Truck Tractors, Wheeled)
  • Response Due: February 4, 2026, 8:30 PM EST
  • Published: January 29, 2026
  • Office: W6QM MICC-FT DRUM

Additional Notes

This opportunity was amended to change the delivery date location and the NAICS code. For full details and submission instructions, refer to the official solicitation documents. The primary point of contact is Palmer Ferrara at palmer.j.ferrara.mil@socom.mil or 908-403-3505.

People

Points of Contact

Files

Files

View
View
View
View

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
View