Notice of Intent to Sole Source - Cummins Control Panel Supply and Service
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

GENERATORS AND GENERATOR SETS, ELECTRICAL (6115)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army's Louisville District, intends to procure repair services for a Cummins generator, Model DSFAA-8746821, through a sole-source contract. The primary objective is to address a malfunction characterized by a lack of power to the control panel and failure to start, which is believed to be due to a defective control board (Part Number 327-1379-02). This procurement is critical for ensuring reliable power generation, as the generator plays a vital role in operational readiness. Interested contractors should contact Maxwell Williams at maxwell.s.williams@usace.army.mil or call 502-315-6493 for further details, with the expectation that all work will adhere to OEM specifications and be completed by August 12, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided government file is empty. Therefore, no summary can be generated. To provide a summary, please ensure the file contains relevant information regarding government RFPs, federal grants, or state/local RFPs.
    The provided document outlines a single-line item (CLIN 0001) for a government procurement request. This CLIN specifies the supply and installation of a Control Board (PN 327-1379-02). The scope of work includes programming, testing, and all associated travel and mobilization costs. The unit of issue is a 'Job,' with a quantity of one. This document is a component of a larger request, likely an RFP or grant, detailing specific deliverables and their associated costs.
    This document outlines the mandatory electronic submission process for proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, emphasizing that no other submission methods will be accepted. Offerors must register in PIEE as a Vendor or Contractor, requiring an active System for Award Management (SAM) registration and a CAGE code. Detailed instructions are provided for both PIEE registration, including specific role selection as 'Proposal Manager,' and the step-by-step electronic proposal submission process within the module. The document also specifies file size limitations, advising offerors to break down large files if necessary, and mandates a strict naming convention (e.g., W912QR-42133674_FIRMNAME_VOLUME_I). Proposals must be clearly indexed, logically assembled, and adhere to formatting requirements regarding font size, page size, and narrative structure. Offerors are strongly encouraged to familiarize themselves with the PIEE module well in advance of the deadline, as the upload completion time in PIEE is considered the official submission time, and late submissions will be processed according to FAR 15.208. Finally, it addresses file formats, requiring native or searchable PDF files readable by Microsoft Office or Adobe applications, and outlines procedures for safeguarding sensitive information as per FAR 52.215-1. Links for user training and customer support are also provided.
    The document, titled “REPRESENTATIONS AND CERTIFICATIONS,” serves as a critical form for businesses to provide essential identifying and classification information when engaging with government RFPs, federal grants, and state/local RFPs. It requires details such as company name, address, phone, and email, along with business size classifications like Large Business, Small Business, HUBZone, 8(a), Women-Owned Small Business, Economically Disadvantaged Women-Owned Small Business, and Service-Disabled Veteran-Owned. Additionally, the form mandates disclosure of SAM registration status, Tax Identification Number (TIN), Unique Entity Identifier, and CAGE Code. This document is crucial for establishing a vendor's eligibility and compliance within government procurement processes.
    This government solicitation outlines requirements for the repair of a Cummins generator, Model DSFAA-8746821, focusing on replacing a defective control board (Part Number 327-1379-02). The contractor must provide all necessary labor, materials, and equipment for troubleshooting, diagnostic testing, and repair to restore full operational status by August 12, 2025. The contract is a Firm Fixed Price arrangement and includes numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Key clauses cover System for Award Management, electronic payment via Wide Area WorkFlow (WAWF), prohibitions on certain foreign purchases and telecommunications equipment, and requirements for small business program rerepresentation. The document also details instructions for offerors regarding representations and certifications, particularly for small business concerns, and emphasizes compliance with federal, state, and local regulations and OEM specifications.
    This government file details a requirement for the repair of a Cummins Generator, Model DSFAA-8746821. The primary issue is a lack of power to the panel and failure to start, attributed to a defective control board. The scope of work, performance work statement, and statement of objectives all outline the necessity for a contractor to provide all resources for troubleshooting, diagnostic testing, and ultimately, the removal and replacement of the control board (Part Number 327-1379-02). All work must adhere to OEM specifications, federal, state, and local regulations. Key deliverables include a detailed service report documenting diagnostics, repairs, and test results, along with warranty information for parts and labor. The overarching goal is to restore the generator to full operational status and ensure reliable power generation, with all repairs meeting high quality and compliance standards.
    Lifecycle
    Similar Opportunities
    Synopsis Navy Repair LTC A024596
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole source Request for Quotation (RFQ) for the procurement or repair of 990 units of GENERATOR, DIRECT CU (NSN: 7R6115017015827, P/N: 766101B) from Hamilton Sundstrand Corporation. This procurement is critical as it supports the Navy's operational capabilities, with the generators being essential for various applications within the fleet. The solicitation is expected to be released on December 18, 2025, with a closing date of January 17, 2026, and interested parties are encouraged to submit their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil for consideration, although the procurement will not be delayed for Source Approval Requests from unapproved firms.
    Generator, Engine Accessory
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting quotes for the procurement of 29 units of "Generator, Engine Accessory" with National Stock Number (NSN) 2920-01-543-1235 and part number 12423713-002. This firm-fixed-price contract includes an option for an additional 29 units and requires that offers be submitted for the total quantity to be eligible for award. The generators are critical components in military vehicle electrical systems, and the solicitation emphasizes that only approved sources, specifically CE Niehoff & Co. or authorized distributors, will be considered for this procurement. Interested vendors must submit their bids via email to Christa Langohr by January 8, 2026, and access to technical data packages requires a current DD 2345 form and registration on SAM.gov. Detailed packaging, marking requirements, and delivery timelines are outlined in the solicitation documents.
    Solicitation: W912CH-25-R-0097 DD Auxiliary Power Units
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a Firm Fixed Price, three-year sole source contract for Direct Drive Auxiliary Power Units (DDAPU) from Marvin Land Systems. The procurement involves an estimated maximum quantity of 263 units, identified by National Stock Number (NSN) 6115-01-706-8649, which are critical for military operations requiring reliable auxiliary power. Interested contractors must submit their offers via email by December 19, 2025, and must possess Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. For further inquiries, contact Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.
    29--GENERATOR,ENGINE AC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 48 units of the Generator, Engine AC (NSN 2920013466293). This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated six orders per year and a guaranteed minimum quantity of seven units. These 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, as hard copies of the solicitation are not available.
    61--GENERATOR,ALTERNATI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking suppliers for the procurement of six units of a specific generator part, identified by NSN 7R-6115-016270932-QE and reference number FH30001G4. The procurement is classified as a presolicitation notice, indicating that the data necessary for competitive acquisition or repair of this part is not available, making it challenging to draft adequate specifications for a competitive solicitation. This generator component is critical for maintaining operational readiness within military applications, underscoring its importance to defense logistics. Interested parties should direct inquiries to Shawn Frank at (215) 737-3794 or via email at SHAWN.FRANK@DLA.MIL for further details.
    NOUN:GENERATOR,ALTERNATI NSN:6115-01-676-9896 P/N:2060041-1
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential manufacturing and supply sources for a GENERATOR, ALTERNATI, with NSN: 6115-01-676-9896 and Part Number: 2060041-1, intended to support the UH-60 BLACKHAWK weapon system. This opportunity is currently being procured under a sole-source basis due to the lack of available competitive data, as outlined in FAR 6.302-1(a)(1). The DLA encourages all businesses, including small and disadvantaged enterprises, to express their capabilities and seek source approval for future competitive solicitations. Interested parties can contact Josh Evan Long at josh.long@dla.mil or Phyllis Carroll at phyllis.carroll@dla.mil for further information, noting that this announcement does not constitute a solicitation or commitment for contract award.
    61--GENERATOR,ALTERNATI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 21 units of the Generator, Alternating Current (NSN 6115015266757). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this contract, which falls under the Motor and Generator Manufacturing industry (NAICS code 335312). The generators are critical for power distribution equipment, highlighting their importance in military operations and logistics. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is set for 14 days after the solicitation is made available.
    N00383-26-Q-BA09
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the teardown, evaluation, repair, and modification of the NSN 7RH 6110-01-690-3267 V2 Station. The procurement requires adherence to stringent quality control standards, including Mil-I-45208A and ISO-9000 series, and mandates that all parts supplied must be new unless approved by the Procurement Contracting Officer (PCO). This equipment is critical for maintaining operational readiness within the Navy, and proposals must be submitted via email by January 5, 2026, with pricing options including firm-fixed price or time and materials. Interested contractors can reach out to Michael J. Keith at (215) 697-2193 or via email at MICHAEL.J.KEITH40.CIV@US.NAVY.MIL for further details.
    ENGINE, DIESEL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of diesel engines, specifically the Cummins part number DR6390RX, under solicitation SPRDL1-25-Q-0153. This opportunity is a total Small Business Set-Aside, requiring offers for an initial quantity of 7 units, with an option for an additional 7 units, to be delivered within 150 days after contract award. The diesel engines are critical components for various military applications, necessitating strict adherence to quality assurance and packaging standards as outlined in the associated documentation. Interested parties must submit their proposals via email to the primary contact, Junae Tabb, at Junae.Tabb@dla.mil, with the closing date for offers extended indefinitely as per Amendment 0001.
    Genset Preservation
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from interested sources for the procurement of LCC-19 Genset Preservation and Installation Support Services. The requirement includes the purchase of three (3) Caterpillar (CAT) 3516E Generator Sets, emphasizing the need for brand-name equipment to ensure compatibility and performance standards. This procurement is crucial for maintaining operational readiness and reliability of power generation systems within the Navy's infrastructure. Interested vendors must submit their capability statements, not exceeding three pages, to Contract Specialist Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil by December 11, 2025, with the subject line "44-0050." Please note that this notice is for information gathering purposes only and does not constitute a contract or a commitment by the Government.