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 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.

    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.
    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, 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.
    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.
    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.
    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.
    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.
    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.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.