B334 Standby Generator & Automatic Transfer Switch
ID: FA303025R0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3030 17 CONS CCGOODFELLOW AFB, TX, 76908-4705, 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 Defense, specifically the 17th Contracting Squadron at Goodfellow Air Force Base in Texas, is soliciting proposals for the installation of a Caterpillar brand Standby Generator and Automatic Transfer Switch (ATS). This project entails the provision and installation of a 500 kW diesel generator system, including necessary infrastructure such as firestops, concrete pads, and electrical panels, to ensure operational readiness during power failures. The contract is set aside for small businesses, with an estimated value between $250,000 and $500,000, and requires completion within 240 days of the notice to proceed. Interested contractors must attend a site visit on April 28, 2025, submit base access letters by April 24, 2025, and provide proposals by May 8, 2025, with questions due by May 1, 2025. For further inquiries, contact Kathy Colern at kathy.colern@us.af.mil or Wayne Johnson at wayne.johnson.15@us.af.mil.

    Files
    Title
    Posted
    The Statement of Work outlines the requirements for the provision and installation of a standby generator and automatic transfer switch (ATS) at the Western Winds Dining Facility, Building B334, Goodfellow Air Force Base, scheduled for June 2024. The project involves installing a 500 kW diesel generator system, integrating it with existing electrical services, and ensuring full operational capabilities during power failures. The contractor must adhere to safety regulations, coordinate with base operations, and maintain unobstructed access to the dining facility, which operates year-round. The scope includes obtaining necessary permits, managing utilities, and executing demolition work while ensuring compliance with environmental standards. Safety measures must address potential hazards, and all work must align with federal and state regulations. Specific materials and equipment must meet quality standards and be properly maintained, with an emphasis on worker safety and site cleanliness. The contractor is also responsible for managing all aspects of project execution, including inspections, testing, and quality control to ensure operational readiness upon project completion.
    The document relates to the readiness and capabilities of the 17th Civil Engineer Squadron (CES) in relation to a government Request for Proposals (RFP) or grants aimed at engineering and construction projects. The squadron emphasizes their preparedness and willingness to engage in various civil engineering tasks, which likely includes construction management, infrastructure upgrades, and maintenance of facilities. The structure indicates a focus on ability, suggesting that the squadron is poised to deliver quality engineering services in compliance with federal or local guidelines. The context places this readiness as essential for the successful execution of projects funded or initiated through federal and state grants or RFPs, signifying the importance of military engineering capabilities in supporting governmental initiatives. Overall, the document highlights the readiness of the 17th CES to collaborate on future projects while ensuring adherence to regulations and standards.
    This memorandum from the 17th Training Wing of the Department of the Air Force, dated March 3, 2025, outlines a request for unescorted base access for a contractor associated with the installation of a standby generator at Building 334 (B334) on Goodfellow Air Force Base, Texas. The document sponsors the contractor, providing details such as the contractor's name, date of birth, driver's license or ID information, and the schedule for their access. Kathy Colern, the contract specialist, emphasizes the requirement for contractors to possess valid driver’s licenses, vehicle registration, and insurance to operate vehicles on the base. They are also instructed to return their base access passes upon completion of their visit. The memorandum ensures compliance with base access policies and establishes a point of contact for any inquiries related to the request. This document is part of managing contractor access in alignment with government regulations, facilitating specific services while maintaining security protocols.
    The document outlines the wage determination for building construction projects in Irion and Tom Green Counties, Texas, as specified under General Decision Number TX20250282, effective from January 3, 2025. It details the minimum wage requirements mandated by Executive Orders 14026 and 13658 for contracts subject to the Davis-Bacon Act. Contracts entered into after January 30, 2022, must pay workers at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, that are not renewed afterwards, require payment of at least $13.30 per hour. The document includes various labor classifications relevant to the construction industry, detailing prevailing wage rates and fringe benefits for skilled trades such as boilermakers, electricians, and truck drivers. It also specifies the process for appealing wage determinations and highlights compliance with the “Paid Sick Leave for Federal Contractors” policy. The essence of this document is to ensure fair compensation for workers and adherence to federal labor standards in public construction projects, thus protecting labor rights and promoting transparency in government contracting.
    The Justification and Approval (J&A) document outlines the Air Force's decision to procure facility generators from a limited selection of manufacturers under a strategic brand name approach, citing the need for standardization to enhance maintenance training efficiency and reduce operational costs. The initiative aims to replace approximately 1,181 generators by 2026, ultimately reducing redundancies in technician training and operational inefficiencies associated with diverse manufacturer systems. Market research indicated limited interest from generator manufacturers, reinforcing the decision to pursue a single-manufacturer approach for generator acquisitions.
    The document outlines a Schedule of Material Submittals for a federal project involving the installation of a Standby Generator and Automatic Transfer Switch (ATS). It specifies the types of submissions required from the contractor, such as safety policies, product data, and compliance documents. Each submission is tied to specific paragraphs of the Statement of Work (SoW) or sections on environmental protection, detailing submission deadlines and required actions. Key items include the contractor’s accident prevention plan, various material data for components like the diesel generator and electrical panels, environmental impact documentation, and clearances for work activities. The structure reflects a systematic approach to ensuring all materials meet federal requirements, facilitating approval processes and compliance with safety and environmental standards. This meticulous formatting aids project engineers and contract administrators in tracking submissions and approvals, crucial for successful project execution under government regulations.
    The RFP outlines a requirement for a B334 Standby Generator and Automatic Transfer Switch installation at Goodfellow AFB, Texas. The contract is set aside for small businesses, favoring the lowest-priced technical offeror. A site visit will occur on April 28, 2025, to brief potential bidders on the requirements as detailed in the Statement of Work (SOW). Prospective contractors must submit documents for site access by April 24, 2025. They are encouraged to ask questions by May 1, 2025, with responses posted on SAM.gov by May 6. Proposals are due by May 8, 2025, and must include a cover letter, past performance details, technical specifications, and total pricing. The evaluation criteria focus on technical acceptability, past performance relevance, and price rationality. The government seeks solutions that comply with stipulated standards, emphasizing technical capability, installation methods, and risk management timelines. Exceptions to the RFP may adversely impact eligibility for award. This RFP reflects a structured approach in government contracting aimed at fostering competitive bidding while ensuring project requirements are met effectively.
    The document outlines a federal solicitation (FA303025R0005) for the installation of a Caterpillar brand Standby Generator and Automatic Transfer Switch at Goodfellow AFB, Texas. This construction project is a 100% small business set-aside, with a cost estimate between $250,000 to $500,000. The contractor is required to begin work within ten calendar days of the notice to proceed and complete it within 240 days. Performance and payment bonds are necessary if the quoted amount exceeds $150,000. A site visit is scheduled for April 28, 2025, with questions due by May 1, 2025. Adhering to specific standards, the contractor must furnish a 500 kW diesel generator system, featuring an automatic transfer switch and fuel tank installation that complies with established specifications. The contract includes numerous clauses regarding payment, subcontractor obligations, and compliance with labor standards, ensuring fair treatment of apprentices and trainees. The detailed provisions encompass payment practices, inspection standards, and risk management provisions to safeguard government interests throughout the project. This detailed solicitation ensures a clear understanding of obligations and expectations for potential bidders within the federal contracting framework.
    Lifecycle
    Title
    Type
    Similar Opportunities
    183 CES Replace Security Forces Squadron Generator
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard, is seeking qualified contractors to replace the Security Forces Squadron generator at Building 25 in Springfield, Illinois. The project involves providing all necessary labor, materials, tools, and supervision to remove the existing deteriorated 50kW generator and install a new one, ensuring compliance with current codes and Department of the Air Force Instruction requirements. This contract, set aside entirely for small businesses, has an estimated value between $100,000 and $250,000, with a duration of 240 days post-notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer via email for inquiries, and must register on SAM.gov to access the solicitation, which is expected to be issued in mid-July 2025.
    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.
    Generators - 400kW & Below
    Homeland Security, Department Of
    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.
    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.
    AASAB CAT Generator Overhaul Service
    Dept Of Defense
    The Department of Defense, through the 386th Contracting Office at Ali Al Salem Air Base in Kuwait, is seeking qualified sources for a potential contract involving CAT Generator Overhaul Services. This opportunity entails providing all necessary parts, equipment, specialized labor, and depot-level maintenance for the comprehensive repair and overhaul of power generation generators, ensuring they meet or exceed original manufacturer specifications and applicable safety standards. The services required include scheduled preventative maintenance, complex unscheduled repairs, and emergency services, with contractors also responsible for proper waste disposal in compliance with environmental regulations. Interested parties must submit their entity information and relevant past contract experience via email to Larry Oldford at larry.oldford@us.af.mil by the specified deadline, as this is a sources sought notice and not a solicitation for proposals.
    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.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    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.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    BGAD GENERATOR MAINT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide maintenance and repair services for generators at the Blue Grass Army Depot (BGAD) in Richmond, Kentucky. The contract will cover a 12-month base year with two additional option years, commencing on February 1, 2026, and will require the contractor to perform annual preventative maintenance, battery replacements, and quarterly inspections of Uninterruptible Power Supplies (UPS), among other responsibilities. This procurement is critical for ensuring the operational reliability of power systems at BGAD, which supports various military operations. Interested small businesses must submit proposals to Aaron Banther at aaron.c.banther.civ@army.mil, with a site visit scheduled for January 5, 2026, to better understand the scope of work.