Generators - 401kW & Above
ID: 70FB7026R00000008Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYINCIDENT SUPPORT SECTION(ISS70)WASHINGTON, DC, 20472, USA

NAICS

Motor and Generator Manufacturing (335312)

PSC

GENERATORS AND GENERATOR SETS, ELECTRICAL (6115)

Set Aside

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

    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to procure generators rated at 401kW and above. This procurement aims to support FEMA's emergency response operations by providing essential power generation equipment, including necessary fuel tanks and on-site training, to ensure compliance with environmental regulations. The contract will span from February 2026 to February 2029, with a minimum guaranteed amount of $540,000, and proposals must be submitted by January 13, 2026, at 12:00 PM EST. Interested vendors should contact Oneko Dunbar or Danielle Sweetney for further information and ensure they are registered in the System for Award Management (SAM) prior to submission.

    Point(s) of Contact
    Oneko Dunbar, Contracting Officer
    Oneko.Dunbar@fema.dhs.gov
    Danielle Sweetney, Contract Specialist
    Danielle.Sweetney@fema.dhs.gov
    Files
    Title
    Posted
    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).
    Amendment 0001 for Solicitation 70FB7026R00000008, issued by the Federal Emergency Management Agency (FEMA) Incident Support Section, modifies the original solicitation. The effective date of this amendment is December 30, 2025. The primary purpose of Amendment 0001 is to incorporate vendors' questions and the corresponding government responses. This amendment ensures that all terms and conditions of the original solicitation, as previously changed, remain in full force and effect. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer submitted, or by separate written or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified hour and date may result in the rejection of the offer. The contracting officer for this amendment is Oneko D. Dunbar.
    This document addresses questions and answers related to Solicitation No. 70FB7026R00000008, concerning generators of 401kW and above. A key inquiry sought guidance on technical, delivery, or administrative considerations, as well as preferred formats or submission best practices. The government's response advised offerors to adhere strictly to the provided solicitation instructions. Another significant question requested a one-week extension for the solicitation deadline, citing holiday staffing issues across many companies. However, the government denied this request, stating that no extensions would be granted at that time. The document's purpose is to clarify specific aspects of the solicitation process and requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Generators - 400kW & Below
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of generators rated at 400kW and below. This contract aims to support FEMA's emergency response operations by providing various sizes of generators, associated shipping, external fuel tanks, and on-site training, with a base performance period from February 21, 2026, to February 20, 2027, and an option year extending to February 20, 2028. The generators must meet specific technical specifications, including Tier 4 Final EPA compliance, and will be delivered to multiple locations, including both domestic and overseas sites. Interested small businesses must submit their proposals by 12:00 PM EST on January 13, 2026, and are encouraged to contact Oneko Dunbar at Oneko.Dunbar@fema.dhs.gov for further information.
    J061--PM DIESEL GENERATORS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for preventative maintenance and emergency services for diesel generators at the VA San Diego Healthcare System. The procurement specifically requires maintenance for four new 1500 KW Caterpillar 3512C generators, with a load bank test mandated only if a generator fails its monthly test. This contract is crucial for ensuring the reliability and operational readiness of power distribution equipment, which is vital for healthcare services. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their offers by January 12, 2026, at 1:00 PM MST, following a mandatory pre-proposal site visit on December 29, 2025, with registration due by December 23, 2025. For further inquiries, contact Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.
    FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide Disaster Continuous Improvement Support Services for its Continuous Improvement Division (CID). The procurement aims to secure a range of services, including Program Management Support, Data Collection and Analysis, Training, Technical Assistance, and Disaster Readiness Operations, with an estimated total value of $41.5 million over a five-year period, consisting of a base year and four option years. This BPA is critical for enhancing FEMA's operational effectiveness and disaster response capabilities. Interested vendors must submit their questions by January 16, 2026, and their quotations by February 13, 2026, with further inquiries directed to Contracting Officer Gregory Crouse at gregory.crouse@fema.dhs.gov.
    Generator Semi-Annual Preventive Maintenance (PM), Emergency Repair Services (ERS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Generator Semi-Annual Preventive Maintenance (PM) and Emergency Repair Services (ERS) for six diesel standby generators located at the U.S. Army ALTESS Enduring Data Center in Radford, Virginia. The contract encompasses a range of services including semi-annual maintenance, emergency repairs, annual extended service coverage certification inspections, load bank testing, battery replacements, and fluid sampling and testing, structured over a base year and four option years from March 2026 to March 2031. This procurement is critical for ensuring the operational readiness and reliability of the generator systems, which are vital for supporting military operations. Interested small businesses must submit their proposals by January 19, 2026, at 3:00 P.M. EST, and direct any questions to Myrisha L. Mullen at myrisha.l.mullen2.civ@army.mil by January 9, 2026.
    Mobile and Transportable Microreactor System
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is issuing a Request for Proposal (RFP) for the development, testing, and deployment of mobile and transportable microreactor systems aimed at enhancing national energy resilience and supporting critical DHS missions. The project seeks to deliver ten microreactor units capable of providing continuous electrical output of 1–5 MWe, with a core life of 3 to 10 years without refueling, to be utilized in both fixed-site and expeditionary environments, particularly during emergency response and disaster recovery operations. This acquisition is significant as it represents the first federal microreactor system designed for diverse operational conditions, with a total estimated contract value of $722 million for two contract awards. Interested offerors must submit their proposals by January 9, 2026, at 4:00 PM Eastern Standard Time, and can direct inquiries to Darin Andrew Jones at Darin.Jones@hq.dhs.gov or John Whipple at John.Whipple@hq.dhs.gov.
    Furniture for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide furniture for Transportable Temporary Housing Units (TTHUs) as part of a combined synopsis/solicitation (RFQ 70FB8026Q00000007). The procurement includes standard household items such as sofas, armchairs, dining sets, and bed frames, which are essential for supporting disaster survivors housed in TTHUs. This initiative is critical for maintaining a ready stock of furniture to assist individuals during emergencies, ensuring compliance with safety and regulatory standards. Interested vendors must submit complete proposals by January 12, 2026, with questions due by December 30, 2025; for further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    AMMPS Spares - Generators Sets
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is seeking to procure spare generator sets under the contract titled "AMMPS Spares - Generators Sets." This procurement involves 16 National Stock Numbers (NSNs) that are sole source to Cummins Power Generation, with a justification document attached for reference. These generator sets are critical for military operations, providing reliable electrical power in various field conditions. Interested vendors can reach out to Kyle White at kyle.white@dla.mil or Martina Culik Moore at MARTINA.CULIKMOORE@DLA.MIL for further details regarding this opportunity.
    Individual Assistance Kiosk Prototypes
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking vendors to design, develop, and deliver prototypes of Mobile Kiosk Units intended for use in disaster response scenarios. These kiosks will serve as self-service options for disaster survivors, allowing them to apply for assistance, upload documents, check case statuses, and access information about services from other agencies, thereby streamlining routine tasks and enabling staff to focus on more complex cases. Key requirements for the kiosks include ADA compliance, internet connectivity, privacy features, and security measures, with optional enhancements such as battery backup and remote monitoring capabilities. Interested parties should contact Ross Wakeman at ross.wakeman@fema.dhs.gov for further information, and responses to the Request for Information are due by February 7, 2026.
    H961--Generator maintenance and Load Bank Testing (01/15/2026 - 12/31/2026) Base Plus four 1 Year Options
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide comprehensive generator maintenance and load bank testing services for the Jack C Montgomery VA Medical Center in Muskogee, Oklahoma. The contract, identified as RFQ 36C25926Q0084, includes a base period from January 15, 2026, to December 31, 2026, with four additional one-year options, and encompasses services such as annual and semi-annual checks, oil changes, radiator cleaning, and both 2-hour and 4-hour load bank testing for 13 generators from manufacturers including Caterpillar, Cummins, John Deere, and Kohler. This procurement is critical for ensuring the reliability and safety of emergency and standby power systems, adhering to manufacturer specifications and federal regulations. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must contact Contract Specialist Jeffery K Eller at Jeffery.Eller@va.gov for further details, with evaluations based on price, technical capability, and past performance.
    61--GENERATOR,ALTERNATI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of nine units of the Generator, Alternating Current (NSN 6115013564630). This solicitation is part of a combined synopsis/solicitation process, and the approved source for this procurement is identified as 51802 HAN3532G1. The generators are critical for various military applications, ensuring reliable power supply in operational environments. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, contact the DLA at DibbsBSM@dla.mil, with quotes due within 167 days after the award date.