Cummins Generator Installation (B810 & B845)
ID: FA4686R0025Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4686 9 CONS PKPBEALE AFB, CA, 95903-1702, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of new Cummins 20kW diesel generator systems at facilities B810 and B845 located at Beale Air Force Base in California. The project involves the removal of existing standby generator systems and Automatic Transfer Switches (ATS), followed by the installation of new generators, fuel tanks, and necessary electrical connections, all in compliance with military and safety standards. This procurement is critical for enhancing emergency backup power reliability and ensuring operational efficiency at the base. Interested contractors should note that the estimated contract value is between $500,000 and $1 million, with proposals due by September 23, 2024, and inquiries accepted until September 19, 2024. For further information, contractors can contact SrA Cristhian Gonzalez at cristhian.gonzalez_tovar@us.af.mil or SSgt Milton Vasquez at milton.vasquez@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The 9th Contracting Squadron seeks bids for repairing and replacing two standby diesel generator systems at different facilities, namely B810 and B845. The primary objective is to enhance emergency backup power reliability. Successful bidders will be responsible for providing a comprehensive solution involving the removal of the existing systems, including Automatic Transfer Switch (ATS), and installing new Cummins 20kW generator systems with fuel tanks and compatible bypass ATS. The work plan must adhere to stringent technical standards and include a rental generator for emergency use during the replacement process. For CLIN 0001 (Facility B810), a 3-wire, remote-start, 120/208 VAC, 60Hz generator is specified, while CLIN 0002 (Facility B845) requires a 3-wire, remote-start, 120/240 VAC, 60Hz unit. Both installations must comply with various codes and regulations, and extensive testing and commissioning procedures are outlined. Importantly, a concrete pad enhancement is added for Facility B845, requiring precise field verification and construction. Contractors have until 24 July 2024 to submit proposals.
    The provided files appear to contain procurement objectives related to a military or aerospace project, specifically referencing "Air Combat Command" and including architectural drawings such as floor plans and site maps. The main goods being procured seem to be construction-related, likely for the renovation or modification of an existing building, possibly a command center. The procurement objective is to engage a contractor for architectural services, including the creation of detailed floor plans and site maps required for a building labeled ACC Phase II. The scope likely involves significant interior modifications, potentially adding or reconfiguring spaces for specific functional areas. The work may also entail structural changes or additions, as the files mention a site plan. The project appears to be divided into phases, with the current focus on phase II, and the successful vendor would likely be responsible for delivering detailed construction drawings, specifications, and possibly construction management services. The contract, valued at around $8–10 million, is likely a firm-fixed-price agreement, with bids being accepted for a few weeks and an anticipated project duration of approximately one year. Evaluating criteria will probably emphasize the bidder's experience with similar large-scale renovation projects, their proposed timeline, and cost effectiveness.
    The government seeks to procure a vast array of materials and services for a large-scale construction project. This comprehensive list encompasses architectural, structural, mechanical, plumbing, and electrical elements required for the development. The focus is on submitting detailed drawings, designs, plans, and specifications for various aspects of the project, with specific attention to engineering details and quality standards. Contractors are expected to provide a range of solutions, from demolition and asbestos plans to intricate mechanical systems and exterior electrical installations. The government also emphasizes health, safety, and environmental considerations alongside quality assurance. Submission deadlines are staggered, with some documents required within seven days of notice to proceed (NTP) and others at later dates. Evaluation of proposals will likely focus on the technical merit of submitted designs and compliance with stringent requirements.
    The government seeks a contractor for the design and installation of 20kW Cummins generators at two locations, Buildings B810 and B845, on a military base. The primary focus is on procuring expert construction services that adhere to DoD regulations. Offerors are required to submit detailed technical and cost proposals outlining their approach, with clarity and precision, for this bid-build project. The technical proposal must include a comprehensive design plan, permitting details, and construction methodology. Cost proposals should provide a breakdown of prices for each project phase. This procurement emphasizes a "Best Value" approach, which goes beyond cost, considering factors like technical expertise, qualifications, and experience. The submission deadline is July 26th, 2024, and the evaluation will prioritize proposals that offer the lowest price coupled with acceptable technical standards.
    The primary objective of this RFP is to procure the design and construction services required to install two 20kW Cummins generators at buildings B810 and B845 on a military installation, ensuring compliance with DoD regulations. The technical proposal must include a detailed plan for installation, emphasizing work sequencing, site preparation, and reporting. Offerors are expected to provide a clear project schedule and demonstrate relevant experience in diesel generator system removal, disposal, and the installation of generator systems. The government seeks a comprehensive proposal addressing all design/build aspects, with particular focus on compliance with DoD regulations. Proposals will be evaluated based on technical approach, cost, and qualifications, prioritizing the lowest priced, technically acceptable bids. Critical dates include the submission deadline of July 26, 2024.
    The Air Force seeks a contractor for the installation of Cummins generators at Beale Air Force Base. The primary objective is to procure a comprehensive installation solution, with a focus on technical expertise and cost-effectiveness. The chosen bidder will be responsible for providing a detailed statement of work, outlining equipment installation procedures, work sequencing, and reporting. The AF 3064 schedule must detail each task with reasonable timelines. Cost proposals should encompass the entire design/build project, accompanied by a bid schedule for evaluation. The evaluation of bids will prioritize the offerors' relevant experience in diesel generator removal, installation of 20kW generator systems, and compliance with military installation regulations. Contractors must showcase qualifications and successful completion of previous relevant projects, especially those involving Cummins generators. The submission deadline is 26 July 2024 at 1:00 PM PST, with the contract awarded based on qualifications, methodology, and cost. The RFP emphasizes the government's desire for an advantageous partnership, hinting at a potential long-term relationship.
    The Air Force seeks a contractor for the installation of Cummins generators at Beale Air Force Base. The primary objective is to procure expert installation services for these generators, ensuring a detailed statement of work that aligns with government requirements. Contractors must provide a comprehensive technical approach and detailed schedules for the design and construction phases. The evaluation of proposals will prioritize the contractor's ability to meet the government's specifications and timeline while offering the most competitive pricing. Relevant experience in diesel generator systems and compliance with military installation regulations are essential. Offerors must submit their proposals electronically by the deadline, emphasizing their qualifications, project expertise, and cost effectiveness. The most advantageous proposal will be selected based on the cumulative evaluation of these factors, with particular weight given to the technical approach and cost proposal.
    The AF FORM 3064 outlines a progress schedule for a government contract focused on project management and installation. The primary objective is to track and manage the contract's progress, ensuring timely completion. The form provides columns for recording planned and actual start and completion dates for each work element, with a percentage of completion indicated for each week. Work elements include subcontractor selection, material submission, and final cleanup. The form also permits the recording of actual progress completed and allows space for signatures and approval from the contractor and government officials. Key dates are present for recommended approval, actual start and completion, with contract and project numbers also provided. This form is a tool for monitoring contractual progress and ensuring accountability in the execution of the project.
    The primary objective of this procurement is the installation of two Cummins generators, B810 and B845, along with associated equipment and services. These generators are required to meet specific run time requirements, initially stated as 24 hours but later clarified at 72 hours, and will need to be installed on new concrete pads per provided drawings and addendums. The contractor is responsible for fuel costs, with a one-time fill required after installation. Key tasks involve the installation of the generators, concrete pads, and associated electrical infrastructure, including transferring switches and main panel connections. Rental equipment is necessary to maintain system operation during the project, and the contractor must carefully coordinate the removal and replacement of existing equipment. Drawings and photographs have been provided to assist in understanding the layout and connections required. The RFI emphasizes the need for precise compliance with the specified Cummins generators, indicating no acceptance of equivalents due to long lead times. The evaluation of proposals will likely focus on the ability to meet these requirements and provide the specified equipment. Lead times and project timelines are critical, with some responses referencing the need for careful coordination. This file does not explicitly mention contract details or values, but the procurement appears to be a firm-fixed-price contract based on the nature of the inquiries. As such, offerors should provide clear and detailed proposals focusing on their ability to deliver the specified generators and meet the stated run time and installation requirements.
    The government seeks to procure a new generator with a 24-hour runtime requirement, which involves replacing existing generators. Contractors will be responsible for fuel costs and must provide drawings and photographs of the current setup. The work entails managing permits, concrete pads, and site excavation, with strict requirements for a Cummins generator as specified in the solicitation. The goal is to ensure uninterrupted power transition, with the project's key focus being the installation of the new generator, transfer switch, and associated infrastructure. The rental of a temporary unit is crucial to maintaining operations during the transition. Drawings and photos have been provided to assist in the bid process, with key dates and evaluation criteria expected to be provided in a subsequent addendum.
    The file contains specifications for the procurement of multiple Onan GenSets, which appear to be a type of generator or power unit. The text emphasizes safety warnings and operational guidelines, indicating that these are critical aspects for any successful procurement. The GenSets are likely required to have protective guards in place during operation and must adhere to strict safety standards. These generators seem to be powered by diesel and likely have a model number of DS-2 F-54. Although the text doesn't explicitly mention the desired quantity, the repeated use of "Onan GenSet" suggests that multiple units are being sought. The procurement appears to be focused on acquiring these GenSets, with an emphasis on their functional capabilities and safety features. No further details about the procurement process or evaluation criteria are present in the provided file contents. However, the inclusion of the term "COLLE" suggests this information might be available in associated documents.
    The procurement objective outlined in the solicitation document revolves around the installation of two new Cummins diesel generators for emergency power. The focus is on replacing existing standby generators with newer models. The main goods being procured include two 20kW generators, along with related components like fuel tanks, automatic transfer switches (ATS), and required cabling. The generators are to be installed at specific locations, adhering to detailed technical specifications and standards. Section B outlines the specific quantities and unit prices for the two generator systems, while Section C provides a detailed statement of work, emphasizing the removal of existing systems and the installation process. Important technical standards, such as UFC 3-540-01, NFPA, and DAFMAN, are referenced. Section F determines the performance period, specifying 60 calendar days from the notice to proceed with a completion timeline of 120 calendar days. Contractors interested in this fixed-price construction contract are required to submit sealed offers, with evaluation criteria likely focusing on the price and compliance with technical requirements. Key dates include the offer submission deadline and the anticipated contract commencement and completion timelines.
    The document comprises a solicitation for the installation of generator systems at Beale Air Force Base, identified as the B810 & B845 Generator Installation project (Solicitation Number: FA468624R00250003). It outlines the requirements for the removal of existing diesel generator systems and the installation of new Cummins 20kW generators, complete with necessary components while ensuring compliance with various military and safety standards. The solicitation specifies a budget magnitude between $500,000 and $1,000,000, and states that funding is currently unavailable, but will be awarded once accessible. A site visit is not formally organized, although contractors can request one. Key deadlines include the submission of proposals by September 23, 2024, with answers to requests for information due by September 19, 2024. The contractor is mandated to begin work within specified calendar days post-award and to furnish performance and payment bonds if required. Additionally, the document details extensive contract clauses relevant to construction and federal guidelines, emphasizing the strategic partnership between the government and contractors in executing projects that ensure operational efficiency and compliance with regulations.
    The procurement seeks to amend a pre-existing solicitation for two new Cummins 20kW generators and the removal of existing generator systems at two locations, B810 and B845. The amendment outlines additional tasks and clarifications, extending the solicitation's deadline. It incorporates detailed requirements for signage, defibrillators, and testing, emphasizing critical emergency response and mission-specific standards. The work involves generator installation, including battery chargers and rental backup provisions, along with associated electrical work and testing. Signage and safety measures are crucial, adhering to NFPA and UFC standards. The evaluation of offers will likely focus on the understanding and adherence to these amended requirements. Offerors must acknowledge the amendment's receipt, and submissions are now extended. Key dates and contract details remain unknown.
    The primary objective of this procurement is to acquire installation services for new diesel generator systems, specifically Cummins 20kW generators. The focus is on replacing existing standby generator systems and their Automatic Transfer Switches (ATS). The government seeks a contractor to provide a comprehensive solution, including removal of the old systems, installation of the new generators with fuel tanks and ATS, and all necessary connections and configurations. This is a firm-fixed price contract, emphasizing the requirement for pricing details in the proposal. Important dates include the extended response deadline, now 4:00 PM Pacific Daylight Time, and the expectation to complete the work within the guidelines of the mentioned NFPA, UFC, and DAFMAN regulations. Evaluation of proposals will likely prioritize technical merit and price, with additional considerations for past performance and small business participation.
    This document serves as an amendment to a solicitation involving the installation of a new standby diesel generator system at Beale AFB, CA. Key updates include a 60-day extension for proposal submission, changing the due date from July 26, 2024, to September 23, 2024, with proposals required to be valid until December 31, 2024. The amendment also introduces a new clause, FAR 52.232-18 on availability of funds, and updates contact information for the Contract Specialist and Contracting Officer. The project involves the removal of existing diesel generator systems and the installation of a new Cummins generator system compliant with various regulations. The estimated project magnitude is between $500,000 and $1,000,000. A site visit is not formally organized, but one can be requested. The document further specifies that funds are currently unavailable until future allocation. All other solicitation terms remain unchanged. This amendment highlights the importance of maintaining updated proposal timelines and regulatory compliance in government contracting, underpinning the need for companies to stay informed on such amendments to take appropriate action in the bidding process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    3 AEW Generators
    Active
    Dept Of Defense
    The Department of Defense, specifically the 673d Contracting Squadron at Joint Base Elmendorf-Richardson in Alaska, intends to award a sole source contract to Cummins Inc. for the procurement of Cummins brand 60RMP-1070A generators. This acquisition is critical as the generators must meet specific military specifications, and Cummins Inc. is the only authorized manufacturer capable of fulfilling this requirement due to the projected lead time of over three years for alternative sources, which poses a significant risk to mission readiness. Interested organizations that believe they can meet the requirement are encouraged to submit their capabilities and qualifications in writing to SSgt Jake P. Montalbano at jake.montalbano@us.af.mil, with a copy to MSgt Eric Punjabi at eric.punjabi@us.af.mil, as no competitive quotes or solicitations will be issued for this opportunity.
    Cathodic Protection Beale AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation of a Cathodic Protection System for seven water wells at Beale Air Force Base in California. The project aims to restore functionality to the existing cathodic protection system, ensuring the integrity and longevity of the water supply infrastructure while adhering to environmental regulations. This initiative is critical for maintaining safe drinking water standards and preventing corrosion in essential facilities. Interested contractors must submit their proposals by September 28, 2024, following a site visit on August 13, 2024, and can direct inquiries to SSgt Milton Vasquez at milton.vasquez@us.af.mil or Gabriel Fickel at gabriel.fickel@us.af.mil. The estimated contract value ranges between $300,000 and $500,000.
    Repair Switchgear Substations, Offutt AFB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to repair switchgear substations at Offutt Air Force Base in Nebraska. The contractor will be responsible for providing all necessary materials, labor, and supervision to replace existing switchgear, transformers, fuses, enclosures, relays, controls, and cabling for substations 1, 2, and 3, as well as installing monitoring systems connected to the base's Energy Management Control System (EMCS). This project is crucial for maintaining the operational integrity of the base's electrical infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals by September 23, 2024, and can direct inquiries to Michael Madison at michael.madison.2@us.af.mil or Hannah Schulz at hannah.schulz.1@us.af.mil.
    ITW GSE Ground Power Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking quotes from qualified vendors for the procurement of ITW GSE Ground Power Units under solicitation number FA930224Q0101. The requirement includes a solid-state ground power unit capable of providing up to 600 Amps of 28VDC, along with a towable trailer and associated input cables, all of which must meet specific electrical and safety standards for use at Edwards Air Force Base. This procurement is crucial for ensuring operational efficiency and compliance with aircraft servicing requirements, emphasizing the need for a reliable and compact solution. Interested parties, particularly Women-Owned Small Businesses, must submit their quotes by September 20, 2024, at 11:00 AM PST, via email to Kimberly Murray at kimberly.murray.4@us.af.mil, with no late submissions accepted.
    GENERATOR,ALTERNATING; NSN 6115-01-236-8434
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of alternating generators, specifically identified by NSN 6115-01-236-8434. This unrestricted acquisition invites participation from various business types, including small businesses and service-disabled veteran-owned enterprises, emphasizing compliance with government procurement regulations and quality assurance standards. The generators are crucial for military operations, highlighting the government's commitment to maintaining an efficient supply chain to meet defense needs. Proposals are due by October 7, 2024, and interested parties can contact Asaycia Clayton at asaycia.clayton.1@us.af.mil for further information.
    Generator, Alternating
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 74 Alternating Generators, specifically designed for use in F-16 aircraft. The generators, which are critical for providing AC power to the aircraft, are to be delivered by March 16, 2027, with the solicitation expected to be issued on October 1, 2024, and closing on October 31, 2024. This acquisition is significant as it involves technology with military applications, and interested vendors are encouraged to contact the original equipment manufacturer for data rights inquiries. For further information, potential bidders can reach out to Kristian Hollingshead at kristian.hollingshead.1@us.af.mil.
    Wolf Creek GSU Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and installation of Generator Step-Up (GSU) transformers at the Wolf Creek Power Plant in Jamestown, Kentucky. This procurement involves a firm-fixed-price hybrid supply-construction contract for the design, manufacture, and delivery of three high-capacity power transformers, along with associated installation services. The project is critical for enhancing the power distribution capabilities of the facility and ensuring compliance with updated technical specifications and safety standards. Proposals are due by December 4, 2024, at 2:00 PM Central Time, and interested parties can direct inquiries to Alison Abernathy at alison.t.abernathy@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil. The estimated contract value ranges between $25 million and $100 million, with evaluations based on multiple factors including past performance and technical approach.
    61--GENERATOR,AIRCRAFT,
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft generators under solicitation N00383-24-R-N349. The requirement involves the purchase of foreign military sales (FMS) spares, with the contract being awarded to the offeror providing the lowest price technically acceptable (LPTA) quote. These generators are critical components for aircraft operations, ensuring reliability and performance in military applications. Interested vendors must submit their quotes via email to Alyssa Thieu at alyssa.t.thieu.civ@us.navy.mil by the extended deadline of October 10, 2024.
    Z--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the replacement of Generator Step-Up (GSU) transformers at three power plants within the Trinity River Division of California's Central Valley Project. The project involves the supply, installation, and commissioning of nine transformers, along with associated components such as surge arresters and bus systems, while ensuring compliance with safety and environmental regulations, including asbestos abatement. This initiative is critical for modernizing the electrical infrastructure and maintaining reliable power generation, with an estimated contract value ranging from $35 million to $50 million. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Matthew Thomas at mthomas@usbr.gov or by phone at 916-978-5117.
    61--GENERATOR,ALTERNATI, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of electrical generators under the title "61--GENERATOR,ALTERNATI, IN REPAIR/MODIFICATION OF." The procurement involves comprehensive repair, testing, and inspection of generators, ensuring compliance with established procedures and specifications, with a focus on restoring items to a Ready for Issue (RFI) condition. These generators are critical for military operations, emphasizing the importance of reliability and performance in operational environments. Interested contractors should contact Jason Sklencar at 215-697-4179 or via email at JASON.SKLENCAR@NAVY.MIL for further details, as the solicitation is currently open and specific deadlines for proposal submissions will be outlined in the official solicitation documents.