Generator Maintenance Services - Fort Devens, MA
ID: W15QKN-25-R-A071Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MECHANICAL POWER TRANSMISSION EQUIPMENT (J030)

Set Aside

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

    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide Generator Maintenance Services at Fort Devens, Massachusetts. This procurement involves a comprehensive scope of work that includes repairs, preventative maintenance, and emergency services for standby power generators across multiple facilities, emphasizing the need for timely responses and operational reliability. The contract will be awarded as a Firm Fixed Price (FFP) model, with a total estimated value of $19 million, structured over a 12-month base period and four optional 12-month extensions. Interested parties must submit their proposals by the specified deadlines and ensure compliance with the System for Award Management (SAM) registration, with key contacts including Mitchell E. Douglas and Jasmyne Peterson for further inquiries.

    Point(s) of Contact
    Jasmyne Peterson, Contracting Officer
    Jasmyne.C.Peterson.civ@army.mil
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for the repair and maintenance of standby power generators at Fort Devens, Massachusetts. This contract covers buildings such as the Ammunition Supply Point and Range Control Headquarters, specifying a base with four option years. The contractor, located within a 100-mile radius, is responsible for ensuring generators are fully operational through preventive maintenance, emergency services, and non-routine repairs. They must employ certified mechanics with at least five years of relevant experience and follow strict Quality Control and inspection protocols. Maintenance activities include quarterly inspections and record-keeping of operating hours. Emergency services must be available 24/7, with response times under two hours for urgent requests. The contractor must handle hazardous materials responsibly and coordinate access to secured facilities. Overall, the PWS emphasizes high-quality workmanship, environmental compliance, and thorough documentation of service activities, ensuring reliable power systems for military operations at Fort Devens.
    The Performance Work Statement for the Repair and Maintenance of Standby Power Generators at Fort Devens outlines the requirements for contractors to maintain standby generators across various buildings. It specifies a comprehensive scope of work that includes repairs, preventative maintenance, and emergency services for generators powered by natural gas and propane. The contract is structured as a base year with four option years, requiring contractors to be within a 100-mile radius of Fort Devens. Contractors must provide qualified personnel and maintain detailed logs of service activities. Emergency service is emphasized, requiring responses within two hours. Routine maintenance, conducted quarterly, involves extensive checks and replacements of critical components, ensuring all systems function properly. Key provisions include environmental compliance, contractor-furnished materials, inspection protocols, and responsibilities regarding hazardous materials. The contractor is accountable for coordinating with government personnel and obtaining prior approvals for parts and repairs. A clear framework aims to guarantee operational reliability of power systems essential for military training functions, demonstrating the government's commitment to safety and proper functionality of critical infrastructure.
    The document outlines the Q&A regarding a recompete Request for Proposal (RFP) for Generator Maintenance services, succeeding the previous contract, W15QKN-23-P-5096, held by F.M. Generator, INC. The government will not provide Repair CLINs amounts; contractors must price these based on their estimates while excluding specific CLINs (0005, 1005, 2005, 3005, and 4005). Contractors are required to quote on all other CLINs, including labor and material costs. The size classification for repairs is determined solely by generator kilowattage, without consideration for labor complexity or material costs. Additionally, the Parts and Materials CLIN will facilitate emergency repairs, with pricing reflecting the need for government approval for parts exceeding $50. Clear guidelines emphasize the contractors’ responsibility to integrate all necessary costs into their proposals. This document serves as critical guidance for contractors preparing bids for generator maintenance, ensuring clarity in expectations and pricing framework pertinent to government contracts.
    The document details Wage Determination No. 2015-4035 from the U.S. Department of Labor under the Service Contract Act, setting minimum wage and fringe benefit standards for contract workers in Massachusetts (specifically Middlesex County). The effective wage for covered workers varies based on contract initiation and extension dates, with lower rates applicable to contracts awarded prior to January 30, 2022, and a higher minimum of $17.75 per hour for contracts established or renewed thereafter. Occupation-specific wage rates are outlined for various job categories including administrative, automotive, food service, health care, and technical positions. Additional worker protections mandated by Executive Order 13706 include provisions for paid sick leave, health and welfare benefits, vacation, and holidays. Contractors are also instructed to follow a conformance process for any unlisted job classifications to ensure appropriate wage rates are upheld. This document supports federal RFPs by providing essential compensation guidance for contractors, ensuring compliance with labor standards while promoting equitable treatment in government contracting.
    The document outlines a solicitation for Generator Maintenance Services at the Fort Devens, MA, as part of a contract awarded under the Women-Owned Small Business (WOSB) program. This procurement is a 100% small business set-aside, reflecting the government's aim to promote small businesses in federal contracting. The contract encompasses a Firm Fixed Price (FFP) model, inclusive of a 12-month base period and four 12-month option periods, with a total award amount of USD 19,000,000. Key service provisions include emergency service calls, non-routine repairs, and preventative maintenance for standby power generators at designated facilities. The document details the requirements for submitting bids, including compliance with the System for Award Management (SAM), necessary insurance coverages, and participation in anti-terrorism training for contractor employees. A site visit and a submission deadline for proposals are also outlined to ensure that potential contractors are adequately informed. This solicitation exemplifies the federal commitment to involving small businesses in defense-related services while ensuring high standards for contract performance and safety regulations.
    The document pertains to an amendment of a federal solicitation, specifically noting changes to submission deadlines due to a system error. Key updates include an extension of the deadline for questions from May 20 to May 28, 2025, and a rescheduling of the response deadline from May 26 to June 2, 2025. It outlines the required acknowledgment of this amendment by offerors, stating they must confirm receipt through various methods to ensure their offers are considered. The amendment emphasizes the importance of timely communication regarding any changes to submissions, and restates that all other terms of the solicitation remain unchanged. This structured amendment serves to clarify procedural adjustments in the solicitation process, ensuring compliance and transparency within federal contracting.
    This document pertains to Amendment 0002 of Solicitation W15QKN-25-R-A071, aimed at procuring Generator Maintenance Services for the United States Army Garrison at Fort Devens, Massachusetts. It outlines various instructions for offerors, including the acknowledgment of amendments, submission requirements, and contract modification details. Offers must be received by a specified date, and the solicitation emphasizes a 100% small business set aside, subject to funding availability. The period of performance includes a 12-month base period with four optional extensions. A site visit is scheduled for May 16, 2025, requiring prior approval. Questions must be submitted by May 28, 2025, and offers are to remain valid for 120 days. Further, contractors are reminded to register in the System for Award Management (SAM) and provide necessary insurance documents. Additionally, the document highlights anti-terrorism training requirements for contractor employees and specifies the financial and insurance liabilities pertinent to the contract. Overall, the amendment serves to clarify the procurement requirements and maintain adherence to federal regulations while ensuring a transparent bidding process for potential contractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J061--Generator Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide generator maintenance services at the Clement J. Zablocki Medical Center in Milwaukee, WI. The procurement involves a comprehensive service contract for the maintenance, inspection, and testing of generators and automatic transfer switches (ATS), spanning a base year and four option years from February 1, 2026, to January 31, 2031. This maintenance is critical for ensuring the reliability and safety of the medical center's power infrastructure, which supports essential operations. Interested contractors should contact Derrick A. Paquette at Derrick.Paquette@va.gov for further details, and note that the solicitation does not extend the offer due date.
    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.
    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.
    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.
    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.
    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.
    J061--Generator Maint
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Caterpillar Generator Maintenance services at the Minneapolis VA Health Care System. This procurement is a total Small Business set-aside, requiring qualified contractors to provide preventative maintenance, OEM parts, and certified technicians for comprehensive inspections, oil and filter changes, cooling system maintenance, and valve train adjustments. The contract includes a base year from February 1, 2026, to January 31, 2027, with the possibility of two option years, emphasizing compliance with various FAR and VAAR clauses, including limitations on subcontracting. Interested offerors must submit quotes and technical questions via email to Contract Specialist Robert Bennett by December 16, 2025, and quotes are due by December 23, 2025, at 4:00 PM.
    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.
    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.
    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.