Discover opportunities months before the RFP drops
Learn more →Retrieving RFP details
Starbridge can help you:
Pain points mentioned in board meetings and strategic plans
Instantly outline and draft all requirements
Bring in your USPs and exploit competitor gaps
Starbridge can help you:
Get ahead of RFPs — target accounts planning budget or ending contracts soon
Accounts with contract expirations, meetings mentioning your product, grants, budget changes and more
Starbridge.ai books 30 - 40% of leads into meetings
Premium
Access the largest public sector contact database
Premium
Get complete source documentation & analysis
The U.S. Fish and Wildlife Service (FWS) issued a Combined Synopsis/Solicitation (140FGA26Q0004) to procure one Small Articulated Loader (Bobcat L28 or equivalent) for DC Booth Historic National Fish Hatchery in Spearfish, SD. The procurement is a firm-fixed-price, Small Business set-aside evaluated on Lowest Price Technically Acceptable (LPTA) criteria, with anticipated delivery 45 days after award. Offers were due Jan 29, 2026 at 5:00 PM Eastern and the contract period of performance is approximately Feb 13, 2026 to Mar 30, 2026.
Starbridge can help you:
Pain points mentioned in board meetings and strategic plans
Instantly outline and draft all requirements
Bring in your USPs and exploit competitor gaps
Starbridge can help you:
Get ahead of RFPs — target accounts planning budget or ending contracts soon
Accounts with contract expirations, meetings mentioning your product, grants, budget changes and more
Starbridge.ai books 30 - 40% of leads into meetings
1 EA of Small Articulated Loader. 1 EA of Credit for Trade-in: 2002 John Deere 1435. Small Articulated Loader: Engine: Minimum 24.8 HP Tier 4 diesel engine. Lift Capability: Rated operating capacity (ISO) of at least 1,200 lbs articulated and 1,500 lbs straight. Telescopic lift arm providing minimum 24-inch extension. Maximum hinge pin height (extended) of at least 104 ". See attached file.
Posted Date
Jan 14, 2026
Due Date
Jan 29, 2026
Release: Jan 14, 2026
Close: Jan 29, 2026
1 EA of Small Articulated Loader. 1 EA of Credit for Trade-in: 2002 John Deere 1435. Small Articulated Loader: Engine: Minimum 24.8 HP Tier 4 diesel engine. Lift Capability: Rated operating capacity (ISO) of at least 1,200 lbs articulated and 1,500 lbs straight. Telescopic lift arm providing minimum 24-inch extension. Maximum hinge pin height (extended) of at least 104 ". See attached file.
AvailableThis is a Combined Synopsis/Solicitation (Combined Synopsis/Solicitation for commercial items) issued by the General Services Administration, Federal Acquisition Service (GSA/FAS) under Notice ID 47QSMD20R0001 for Multiple Award Schedule (NAICS 541990). The notice constitutes the solicitation (no separate written solicitation) and requests proposals/offers for commercial items; place of performance is listed as 100 S Independence Mall West, Philadelphia, PA. Offers are due Nov 23, 2030 at 11:12 AM EST and the opportunity remains active on SAM.gov (originally published Sep 30, 2019 and updated Nov 24, 2025).
Posted Date
Oct 1, 2019
Due Date
Nov 23, 2030
Release: Oct 1, 2019
Close: Nov 23, 2030
This is a Combined Synopsis/Solicitation (Combined Synopsis/Solicitation for commercial items) issued by the General Services Administration, Federal Acquisition Service (GSA/FAS) under Notice ID 47QSMD20R0001 for Multiple Award Schedule (NAICS 541990). The notice constitutes the solicitation (no separate written solicitation) and requests proposals/offers for commercial items; place of performance is listed as 100 S Independence Mall West, Philadelphia, PA. Offers are due Nov 23, 2030 at 11:12 AM EST and the opportunity remains active on SAM.gov (originally published Sep 30, 2019 and updated Nov 24, 2025).
The Defense Logistics Agency (DLA Land and Maritime) issued a Combined Synopsis/Solicitation (RFQ) for NSN 3040-01-338-5960, "Cylinder Assembly, A" under Notice ID SPE7L426U0359. The procurement is a Total Small Business set-aside for nine units (guaranteed minimum 1) and may result in an Automated Indefinite Delivery Contract with a one-year term or until orders reach $350,000; delivery is within 126 days to various CONUS/OCONUS DLA depots. Quotes must be submitted electronically; the RFQ document/attachments are hosted via DIBBS (DLA) as linked from SAM.gov.
Posted Date
Jan 20, 2026
Due Date
Feb 4, 2026
Release: Jan 20, 2026
Close: Feb 4, 2026
The Defense Logistics Agency (DLA Land and Maritime) issued a Combined Synopsis/Solicitation (RFQ) for NSN 3040-01-338-5960, "Cylinder Assembly, A" under Notice ID SPE7L426U0359. The procurement is a Total Small Business set-aside for nine units (guaranteed minimum 1) and may result in an Automated Indefinite Delivery Contract with a one-year term or until orders reach $350,000; delivery is within 126 days to various CONUS/OCONUS DLA depots. Quotes must be submitted electronically; the RFQ document/attachments are hosted via DIBBS (DLA) as linked from SAM.gov.
The Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) issued a Special Notice (N4523A26Q4006) for supply of a 1/4-Inch ID Coreflex Hose and intends to award sole-source to SEATTLE FLUID SYSTEM TECHNOLOGIES (Swagelok Northwest). Interested parties may submit capability statements demonstrating their ability to meet the requirement; responses must be received no later than January 28, 2026 (10:00 AM Pacific / 1:00 PM EST). The notice states a determination to compete is at the government’s discretion and that any awardee must be registered in SAM.
Posted Date
Jan 21, 2026
Due Date
Jan 28, 2026
Release: Jan 21, 2026
Close: Jan 28, 2026
The Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) issued a Special Notice (N4523A26Q4006) for supply of a 1/4-Inch ID Coreflex Hose and intends to award sole-source to SEATTLE FLUID SYSTEM TECHNOLOGIES (Swagelok Northwest). Interested parties may submit capability statements demonstrating their ability to meet the requirement; responses must be received no later than January 28, 2026 (10:00 AM Pacific / 1:00 PM EST). The notice states a determination to compete is at the government’s discretion and that any awardee must be registered in SAM.
Surface intent from meeting minutes, budgets, and contract expirations. Influence RFP requirements before competitors ever see them.
See your top 10 upcoming opportunities on a demo →Premium
Access the largest public sector contact database
Premium
Get complete source documentation & analysis