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.