Generators - 400kW & Below
ID: 70FB7026R00000007Type: 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 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.

    Point(s) of Contact
    Oneko Dunbar, Contracting Officer
    Oneko.Dunbar@fema.dhs.gov
    Files
    Title
    Posted
    The FEMA Logistics Management Directorate is issuing an Indefinite Delivery Indefinite Quantity (IDIQ) request for proposal for generator procurement. The solicitation is divided into two categories: generators 400kW and below, and generators 401kW and above. Each category includes a base year and multiple option years (two for 400kW and below, four for 401kW and above). The pricing schedules cover various generator sizes, associated shipping costs to multiple distribution centers (including OCONUS locations), external fuel tanks for the smaller generators, and on-site training. Offerors are required to submit pricing for all
    The Department of Homeland Security (DHS) – Federal Emergency Management Agency (FEMA) is issuing an Indefinite Delivery/Indefinite Quantity (IDIQ) Request for Proposal (RFP) for the purchase of generators rated at 400kW and below. These generators are crucial for supporting FEMA's emergency response operations and updating their fleet to meet Tier 4Final EPA compliance. The scope requires the contractor to provide generators, generator sets, and external tanks, with specific quantities and delivery locations determined by individual task orders. Key product specifications include weatherproofing, rustproof coating, skid mounting, 3-phase switchable voltage, and an integrally mounted automated load bank system for units 36kW-400kW. All units must be Tier 4Final emission compliant. Additional requirements include 24-hour external fuel tanks for generators 36kW and above, specific battery types, and adherence to detailed specifications in Attachment 3. The contractor must provide diagnostic hardware/software, manuals, and on-site training for FEMA mechanics. Equipment must be new, high-quality, and meet all safety and EPA regulations. Deliveries will be to various CONUS and OCONUS Distribution Centers, with the contractor responsible for all transportation, customs, and delivery fees. Inspection will occur within two weeks of delivery, and any non-compliant generators must be repaired or replaced within 30 days.
    This Request for Proposal (RFP) outlines detailed specifications for portable diesel generators, ranging from 20kW to 300kW, for FEMA. The non-negotiable requirements cover generator specifications like sound-attenuated enclosures, stainless steel components, switchable 3-phase and 1-phase voltage options, 1800 RPM, 60 Hz frequency, and specific sound levels. FEMA-mandated features include weatherproofing, rustproofing, readily available commercial off-the-shelf (COTS) parts, and comprehensive documentation for mechanics. Generators must be brushless with AVR/IVR, use Class H or F insulation, and be skid-mounted with fork pockets. Units between 36kW and 400kW require an integrally mounted, fully automated load bank system capable of applying a minimum 40% resistive load and managing exhaust temperature. All engines must be Tier 4 FINAL, 4-cycle, water-cooled diesel with specific accessories and COTS parts. Battery systems must be sealed Gel Cell or AGM with a solar charger and master shut-off. Control panels must include various gauges, meters, and safety indicators. Safety features encompass high water temperature, low oil pressure, overspeed, engine overcrank, low coolant, and low DEF level shutdowns. Fuel requirements vary by kW rating, with external tanks for larger units, double-wall construction, and specific fuel line connectors. Vendors must provide engine and generator warranties, industrial silencers, and ensure units are portable prime power units, not modified standby units. Training for FEMA mechanics, diagnostic tools, adherence to a 104" height limit for air transport, generator identification, and submission of detailed technical specification sheets are also mandatory.
    This government file, Attachment 4 of a FEMA Generator Purchase RFP, details the mandatory vendor specifications for generators ranging from 20kW to 400kW and above. Vendors must complete specification checklists for all bid generator sizes, providing detailed specification sheets (15 pages per generator size, max 30 pages total). Key requirements include weatherproofing, rustproof coating, readily available commercial off-the-shelf (COTS) parts, and vendor-provided documentation for FEMA mechanics to switch output voltages and phase configurations. Generators must be sound attenuated, skid-mounted with fork pockets, and meet specific voltage and frequency regulations. Engines must be Tier 4 FINAL diesel, and generators 50kW and above require an integrally mounted automated load bank system with specific functionalities. The document also outlines requirements for control panels, safety shutdowns, fuel tanks (UL-142 double-wall), and a 24-hour internal or external fuel capacity. Other requirements include industrial silencers, portable prime power unit design, training for FEMA mechanics, diagnostic software, and adherence to air transportation height limitations (NTE 104 inches). The file emphasizes the need for comprehensive proposals detailing compliance with these specifications, including warranties and delivery timelines.
    FEMA's Past Performance Questionnaire (RFP No. 70FB7026R00000007) is designed to evaluate contractors bidding to provide generators. The questionnaire, due by January 13, 2026, requires references to assess an Offeror's past contract performance. It includes a Performance Rating Form and a Supplemental Comment Form, evaluating aspects like quality of solution, resource use, communication, timeliness, customer satisfaction, responsiveness, and cost control. References rate performance as Outstanding, Very Good, Acceptable, Marginal, or Unacceptable, and answer if they would rehire the contractor or if litigation occurred. All input is confidential and used to evaluate the Offeror.
    This solicitation, 70FB7026R00000007, from the Federal Emergency Management Agency (FEMA) seeks to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for generators and generator sets. The contract includes various sizes of generators (20kW, 50kW, 100kW, 200kW, 300kW, and 400kW), associated shipping to multiple destinations (Greencastle, Atlanta, Fort Worth, Tracy, Hawaii, Guam, and Caribbean), external fuel tanks (258GAL, 552GAL, 793GAL) with corresponding shipping, and on-site training at various locations. The base period of performance is from February 21, 2026, to February 20, 2027, with an option year (OY 1) covering February 21, 2027, to February 20, 2028. Funding is contingent upon availability, and the acquisition is unrestricted with a NAICS code of 335312 and a 1,000 employee size standard.
    Amendment 0001 to solicitation 70FB7026R00000007, issued by the Federal Emergency Management Agency (FEMA) Incident Support Section on December 30, 2025, incorporates vendor questions and government responses. This amendment, identified as a modification of a solicitation, requires offerors to acknowledge its receipt by completing Items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in the rejection of the offer. Any changes to a previously submitted offer must also reference this amendment and be received before the opening hour and date. Oneko D. Dunbar is the Contracting Officer for this amendment.
    This document, a Q&A for Solicitation No. 70FB7026R00000007 concerning generators (400kW and below) effective until December 30, 2025, clarifies key aspects for offerors. The government advises adherence to provided solicitation instructions for technical, delivery, and administrative considerations. It confirms that both commercial (non-federal) experience and subcontractor past performance experience are acceptable for submission as part of the Past Performance Questionnaire (PPQ). This guidance aims to assist potential contractors in preparing compliant and comprehensive proposals for the federal government's RFP.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Generators - 401kW & Above
    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 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.
    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.
    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.
    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.
    Murden Generator Procurement
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is soliciting proposals for the procurement of one Stamford Generator S4L1M-F41 for the Dredge vessel Murden. The contractor is required to meet specific technical specifications, including ABS Marine Certification and compliance with safety and occupational health requirements, with a delivery timeline of 180 days post-award to the Engineer Repair Yard in Wilmington, North Carolina. This procurement is critical for maintaining the operational efficiency of the dredge, ensuring compatibility with existing systems to prevent downtime. Interested small businesses must submit their quotations, including technical proposals and price quotes, by January 23, 2026, at 3:00 PM EST, to the designated contacts, Sonny Smith and Rosalind Shoemaker, via email.
    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.
    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.
    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.