This Performance Work Statement outlines a non-personal services contract for semi-annual preventive maintenance, emergency repair, annual extended service coverage certification inspection, load bank testing, battery replacement, consumable parts replacement, and fluid sampling and testing for six diesel standby generators supporting the U.S. Army ALTESS Enduring Data Center in Radford, VA. The contract spans a base year and four option years (March 2026 – March 2031). Key services include detailed inspections, fluid analysis, battery replacement in Option Years 1 and 4, and an ESC certification inspection in Option Year 3. The contractor must adhere to all safety, environmental, and security regulations, including background checks and proper waste disposal. The document specifies operating hours, recognized holidays, and defines roles like the Contracting Officer and COR. The contractor is responsible for providing all necessary personnel, equipment, and materials, while the Government will provide facility access and monitor performance via a Quality Assurance Surveillance Plan.
This government file details a comprehensive service contract for generator maintenance and related services over a base year and four option years (OY1-OY4). The contract outlines various product and service descriptions, including Generator PM & Environmental Fees, ERS Parts & Labor, Advantage Extended Service Coverage, and 4-hour Load Bank Testing for each year. Additionally, specific services like Battery Replacement Service are included in OY1 and OY4, and ESC Inspection Certification in OY3. The consistent inclusion of "Additional Parts & Labor" across all years ensures flexibility for unforeseen needs. Each service item specifies a quantity of one operating unit, indicating a recurring annual service for a single operational entity. This structured approach ensures continuous upkeep and operational readiness of the generator system.
This is a combined synopsis/solicitation (W91QF5-26-R-A002) for commercial items, specifically Generator PM & ERS, set aside for small businesses. Proposals are due by January 19, 2026, at 3:00 P.M. EST, and must be submitted via email. Questions regarding the solicitation are due by January 9, 2026, at 3:00 P.M. EST. The contract will be awarded to the lowest-priced, technically acceptable offeror. Evaluation criteria include technical capability, past performance, and price. Technical proposals will be rated as “acceptable” or “unacceptable” based on compliance with the Statement of Work (SOW). Past performance will be assessed using the Past Performance Information Retrieval System (PPIRS). Price will be evaluated for reasonableness, completeness, and balance. The solicitation also incorporates various FAR and DFARS clauses by reference and full text, covering areas such as System for Award Management, small business set-asides, combating human trafficking, and prohibitions on certain telecommunications equipment and services. Offerors must provide specific company information, representations, and certifications, and adhere to formatting guidelines including a 20-page limit.