The document outlines an Indefinite Delivery Indefinite Quantity (IDIQ) contract for generator procurement, managed by FEMA's Logistics Management Directorate, spanning 2026-2029. The contract is divided into two main categories: "401kW Above" and "400kW Below," with pricing proposals evaluated separately for each. The "401kW Above" category covers 500kW (chassis-mounted and OCONUS skid-mounted) and 1mW generators, including associated shipping and on-site training. The "400kW Below" category includes generators ranging from 20kW to 400kW, along with external fuel tanks of various capacities (258GAL, 552GAL, 793GAL), shipping, and on-site training. The contract specifies that exact quantities and locations will be determined at the task order level, and offerors are required to submit pricing for both categories if they choose.
This Request for Proposal (RFP) outlines the Department of Homeland Security (DHS) – Federal Emergency Management Agency (FEMA)’s requirement for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the purchase of 401kW and above generators. These generators, including necessary fuel tanks and lines, are crucial for supporting FEMA's emergency response operations and updating their fleet to meet Tier 4Final EPA compliance. The contract requires vendors to provide generators for both Continental United States (CONUS) and Other than Continental United States (OCONUS) locations, with specific chassis or skid mounting requirements, weatherproofing, and 3-phase switchable voltage capabilities. All units must be Tier 4Final emission compliant, meet California Emissions requirements, and utilize Ultra Low Sulfur Diesel Fluid (ULSDF). Vendors must also provide diagnostic hardware/software, manuals, and on-site training for FEMA mechanics. Quality assurance includes initial vendor inspections and FEMA's two-week post-delivery inspection. Delivery locations include FEMA Distribution Centers across the US, Hawaii, Guam, and Puerto Rico, with delivery and training schedules determined at the individual delivery order level. Contractors are responsible for all transportation, customs, and delivery fees, including those for OCONUS shipments.
This Request for Proposal (RFP) outlines FEMA's requirements for 400kW and above prime power generators, differentiating between CONUS (Continental US) and OCONUS (Outside Continental US) deployments. Key specifications cover generator enclosures (sound attenuated, weatherproof), electrical characteristics (3-phase, switchable voltage), engine details (Tier 4F emissions for CONUS, Tier 2 and above for OCONUS, readily available parts), and required accessories. The RFP details control panel features, safety shutdowns, integrated fuel tanks, and comprehensive warranty demands for the engine, generator, and chassis. It mandates portable prime power units, not modified standby units, with paralleling capabilities. Vendors must provide detailed technical specifications, projected delivery timelines, and offer training for FEMA mechanics on operation and diagnostics. For CONUS, units require a chassis trailer with air ride suspension meeting California transportation requirements, while OCONUS units can be skid-mounted or chassis-mounted depending on size. Air transportation height limits are also specified for units removed from their chassis.
This document, "Attachment 4: Vendor Specification Complete (400kW Below)," is an RFP from FEMA for the purchase of generators ranging from 20kW to 500kW and above. It outlines detailed technical specifications and requirements that vendors must meet to receive a technical rating. Key requirements include weatherproofing, rustproof coatings, readily available (COTS) parts, and the provision of hardware/software for FEMA mechanics to adjust generator settings. Generators must be Tier 4 FINAL diesel engines, with specific engine accessories and control panel features. Safety features, fuel tank specifications (internal for 20kW, external for 50kW and above), and a master battery shut-off are mandated. Generators 50kW and above require an integrally mounted automated load bank system. Other critical aspects cover unit design as portable prime power, air transportation height limits, industrial silencers, and vendor-provided training and diagnostic software for FEMA mechanics. Vendors must also submit detailed technical specification sheets for each kW size bid upon.
The Federal Emergency Management Agency (FEMA) has issued a Past Performance Questionnaire (PPQ) for a contractor providing generators, under RFP No. 70FB7026R00000008. Offerors have submitted references for their past performance on similar contracts. The PPQ, to be emailed to Danielle.Sweetney@fema.dhs.gov and Oneko.Dunbar@fema.dhs.gov by January 13, 2026, at 12:00 P.M. EST, collects confidential opinions on contractor performance. Evaluators are asked to complete a Performance Rating Form and a Supplemental Comment Form, assessing various elements such as quality of solution, resource use, communication, timeliness, customer satisfaction, responsiveness, and cost control. A rating scale from Outstanding to Unacceptable is provided, along with definitions. The questionnaire also asks if the evaluator would do business with the contractor again and if litigation was involved. Comments are required for ratings below 'Acceptable' and for any 'Other' marks.
This government Request for Proposal (RFP) from FEMA outlines an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to procure generators and generator sets, including associated shipping and on-site training. The contract includes a base year (February 2026 – February 2027) and two one-year option periods, extending the potential performance to February 2029. The solicitation details the types of generators (500kW and 1mW), quantities, and various delivery destinations across CONUS and OCONUS, including Greencastle, Atlanta, Fort Worth, Tracy, Hawaii, Guam, and the Caribbean. Funding for the contract is contingent upon the availability of appropriated funds. The minimum guaranteed contract amount is $540,000, to be finalized at award. The document also specifies invoicing instructions, delivery order procedures, and various Federal Acquisition Regulation (FAR) clauses, including those related to liquidated damages, payment terms, and the Defense Priorities and Allocations System (DPAS). Key government contacts for this contract are Oneko Dunbar (Contracting Officer) and Danielle Sweetney (Contract Specialist).