99 CES Mobile Generator Repair
ID: F3G3CE4347A001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and cleaning of a Cummins 200 KW mobile generator at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary labor, equipment, and materials to conduct engine diagnostics, repair the fuel system, and clean the fuel tank, adhering to manufacturer specifications and environmental regulations. This project is crucial for maintaining operational readiness and ensuring compliance with safety standards, with a performance period set from May 1 to June 30, 2025. Interested small businesses must submit their proposals electronically by April 16, 2025, at 2:00 PM PDT, and are encouraged to attend a site visit on April 10, 2025, with prior registration required. For further inquiries, contact Jessica Lavender at jessica.lavender.1@us.af.mil or Katherine R. Miller at katherine.miller.18@us.af.mil.

    Point(s) of Contact
    Katherine R. Miller, TSgt, USAF
    katherine.miller.18@us.af.mil
    Files
    Title
    Posted
    The government document outlines the Statement of Objectives for the repair and cleaning of a Cummins 200KW mobile generator fuel system at Nellis Air Force Base, Nevada. The contractor is tasked with providing all necessary labor, equipment, and materials to complete engine diagnostics, repair the fuel system, and clean the fuel tank, ensuring compliance with manufacturer specifications. The scope excludes any engine work outside diagnostics and strictly addresses fuel system repairs. The contractor must adhere to multiple industry standards and regulations, including OSHA and environmental laws. Work is to be executed efficiently, ensuring minimal disruption to ongoing operations, and the contractor is responsible for the quality and coordination of the services offered. Deliverables include a warranty covering parts and labor for one year and the provision of closeout documentation post-project completion. The timeline for this contract is set to 45 calendar days, emphasizing thorough checks and verification before final acceptance. Overall, the project reflects the government's commitment to operational readiness and adherence to safety and environmental standards within federal guidelines.
    This document is a combined synopsis/solicitation for commercial services related to the repair of a fuel system and cleaning of a fuel tank for a Cummins 200 KW mobile generator at Nellis Air Force Base, NV. The Request for Proposal (RFP) number is F3G3CE4347A001, and it is designated as a Total Small Business set-aside with a contract type of Firm Fixed Price. The contractor is required to provide all labor and materials necessary for the completion of the work. Proposals must be submitted electronically by April 1, 2025, with prior questions due by March 25, 2025. The document specifies the pricing structure and evaluation criteria, emphasizing that only the lowest priced, technically acceptable offer will be awarded the contract. Offerors must demonstrate clear understanding and capability to meet the service objectives outlined in the Statement of Objectives (SOO). Key themes include adherence to required federal acquisition regulations, the importance of Small Business participation, and the need for vendors to be registered in the System for Award Management (SAM). The government prioritizes both price and technical acceptability in proposal evaluations, necessitating offerors to submit their best terms initially, as discussions are generally not anticipated post-proposal submission.
    This document is a combined synopsis/solicitation for a Request for Proposal (RFP) regarding the repair and cleaning of a Cummins 200 KW mobile generator at Nellis Air Force Base, Nevada. The solicitation number is F3G3CE4347A001, and it is designated for Total Small Business participation under NAICS code 811310, with a size standard of $12.5 million. The government seeks a firm fixed-price contract, with services to be completed from May 1 to June 30, 2025. Proposals must be submitted electronically by April 16, 2025, at 2:00 PM PDT, including a Technical Proposal addressing pricing and project execution per the Statement of Objectives. A site visit is scheduled for April 10, 2025, requiring pre-approval for attendance. Evaluation criteria will focus on price and technical acceptability, with an award made to the most advantageous offer based on both the lowest price and technical qualifications. It also emphasizes the necessity of registration in the System for Award Management (SAM) for potential vendors. The summary also outlines specific requirements for proposals and includes instructions for submission and communication regarding inquiries.
    The document serves as a combined synopsis and solicitation for a Request for Proposal (RFP) related to the repair of a Cummins 200 KW mobile generator at Nellis Air Force Base (AFB), NV. The RFP, identified as F3G3CE4347A001, is open to total small businesses with a maximum revenue limit of $12.5 million, as defined by the associated NAICS code 811310. Proposals are due by March 25, 2025, and must follow specific guidelines including submission via email in approved formats. The contract aims to secure a firm fixed-price agreement for services that encompass labor, materials, and equipment necessary for repairing the generator's fuel system and cleaning its fuel tank. Proposals will be evaluated based on price and technical acceptability, with the best value determined by the lowest priced, technically acceptable offer. A technical proposal outlining approach and pricing is required, with certain mandatory elements like systems registration in the SAM database necessary for eligibility. The solicitation emphasizes the importance of adherence to guidelines and timely submissions, establishing criteria for proposal evaluation while underscoring the government’s commitment to small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Maintenance of Diesel Generator
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting proposals for the maintenance of a diesel generator (Model: DCA-800SPK, Manufacturer: Denyo Co., Ltd.) at the US Naval Base in Yokosuka, Japan. The selected contractor will be responsible for replacing batteries, engine oil, coolant, various filters, hoses, and conducting checks on multiple components, including a required load test, while ensuring the proper disposal of waste materials. This maintenance service is crucial for the operational readiness of the generator, which plays a vital role in supporting naval operations. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by the specified deadline, with the contract period running from March 1, 2026, to June 30, 2026. For further inquiries, potential bidders can contact Janice Arrieta at janice.o.arrieta.ln@us.navy.mil or by phone at 0468162793.
    Engine Container Inpsection/Repair - amendment
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is soliciting proposals for the inspection and repair of F414 Engine Containers under solicitation N0018925QZ098. The procurement aims to secure services that include cleaning, minor adjustments, metal repair, and the manufacturing of both simple and complex components, with a performance period extending from March 30, 2026, to March 29, 2030. This contract is crucial for maintaining the operational readiness of military aircraft components, ensuring they meet stringent performance standards. Interested offerors must submit their proposals electronically by January 9, 2026, with questions due by December 29, 2025; proposals should be submitted in two volumes focusing on non-price factors, and payment will be processed via Wide Area WorkFlow (WAWF). For further inquiries, contact Coleen Johnson at coleen.r.johnson.civ@us.navy.mil.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    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.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    Generator, Engine Accessory
    Dept Of Defense
    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.
    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.
    C/KC130 Air Vehicle: Engine Module Repair
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.