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, including associated shipping and on-site training. This procurement aims to enhance FEMA's emergency response capabilities by updating their fleet with compliant generators that meet Tier 4 Final EPA standards, which are essential for operations both within the Continental United States (CONUS) and Outside Continental United States (OCONUS). 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 details and ensure they are registered in the System for Award Management (SAM) prior to contract award.

    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).
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Generators - 400kW & Below
    Homeland Security, Department Of
    The 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 stringent specifications, including Tier 4 Final EPA compliance, and will be delivered to multiple locations, both domestic and overseas. Interested vendors 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 or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov for further information.
    4-Wheel Portability Kit
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure eleven 4-wheel portability kits compatible with Kubota GL7000 and GL11000 Diesel Generators. These kits are essential for FEMA's Staging Field Operations, enabling reliable power supply in austere environments during disaster response efforts by facilitating the easy unloading and connection of generators. Interested vendors must submit their firm-fixed price quotes by December 22, 2025, with questions due by December 16, 2025, and are required to include a clear product image along with their submission. For further inquiries, potential bidders can contact Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or David Bailey Jr. at david.baileyjr@fema.dhs.gov.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for a contract to supply Appliances & Safety Equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and safety equipment such as NOAA weather radios and strobe lights, to support disaster survivors housed in TTHUs. The initiative is critical for maintaining a ready stock of housing units to facilitate FEMA's Individual Assistance Direct Housing Program. Interested small businesses must submit their proposals by January 5, 2026, with questions due by December 16, 2025. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    29--GENERATOR,ENGINE AC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 37 units of the Generator, Engine AC (NSN 2920015060394). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and an estimated 12 orders per year, with a guaranteed minimum quantity of 5 units. The generators are critical components for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    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.
    Overhaul of the Generator, Alternating
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Aviation and Missile Command, is seeking a contractor for the overhaul of the Alternating Generator, with a presolicitation notice issued under solicitation number W58RGZ-26-R-0003. The contractor will be responsible for providing all necessary services, labor, materials, and equipment to overhaul a minimum of 35 to a maximum of 210 units of the specified generator, which is classified as a commercial item under NAICS code 335312. This procurement is restricted to Honeywell International, Inc., the only approved source with the requisite technical data, and the contract will be a Firm Fixed-Price, 5-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement. Interested parties must submit their capability statements to the contracting officer, Edward Peterson, at edward.a.peterson4.civ@army.mil, by the closing date, which is 15 days after the posting date of December 16, 2025. The procurement is currently unfunded, and award will be contingent upon the availability of funds.
    29--GENERATOR,ENGINE AC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 12 units of the NSN 2920015648695 GENERATOR, ENGINE AC, under a Combined Synopsis/Solicitation notice. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum quantity of one. The generators are critical components for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA Depots. Interested vendors must submit their quotes electronically, and for inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    J030--Request for Quote Emergency Generator Repairs Baltimore VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform emergency generator repairs at the Baltimore VA Medical Center. The procurement involves corrective maintenance on six Cummins Allison diesel generators, requiring restoration to original equipment manufacturer (OEM) standards, including repairs to leaks, exhaust systems, and fuel pumps, while adhering to NFPA, EPA, and OSHA regulations. This contract is crucial for maintaining reliable emergency power infrastructure at the facility, ensuring compliance with safety and operational standards. Interested parties must submit their quotes by December 22, 2025, at 13:00 Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at Patricia.Thai@va.gov.
    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 97 units of the Generator, Alternating Current (NSN 6115016497114). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can participate in the procurement process. The generators are crucial for various military applications, providing reliable power distribution in operational settings. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the primary contact at DibbsBSM@dla.mil. The deadline for quote submission is 138 days after the award date.
    open inspect and report
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of a Power Supply (Stock Number: 6130-01-615-0193, Part Number: UPS1-2.4K-1G-SRNDTI-F2E) used in their SEAWATCH systems. The procurement involves detailed inspection, repair, testing, and packaging of 37 units, adhering to specific SFLC R-400-299 rev M specifications, with a warranty guaranteeing the items against defects for up to two years post-delivery. This equipment is critical for maintaining operational readiness in Coast Guard operations, ensuring reliability and safety in their systems. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.