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
    H930--Generator Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Generator Preventative Maintenance services at the Carl Vinson VA Medical Center in Dublin, Georgia. The contract, designated under solicitation number 36C24726Q0015, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires semi-annual inspections and servicing of twelve emergency generator units in compliance with NFPA 110 standards. This maintenance is critical for ensuring the operational readiness and safety of emergency power systems within VA medical facilities. Interested bidders should note that the total contract value is estimated at $12.5 million, with a base duration of one year and four optional one-year extensions; questions must be submitted by June 17, 2025, and a site visit is scheduled for June 12, 2025. For further inquiries, contact Stanley Turner at Stanley.turner@va.gov or call 404-828-5310.
    GENERATOR, ALTERNATING CURRENT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of Alternating Current Generators, specifically under solicitation number SPRDL1-25-R-0040. The contract will be a Firm-Fixed Price arrangement for a total quantity of 28 units, which includes a base order of 14 units and an option for an additional 14 units, with specific requirements for military packing and inspection at the origin. These generators are critical for various military applications, ensuring reliable power supply in operational environments. Interested contractors must submit their proposals by the extended deadline of August 1, 2025, and can direct inquiries to Jasteena Gomoll at jasteena.gomoll@dla.mil or by phone at 586-467-1210.
    Generators - 400kW & Below
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the procurement of generators rated at 400kW and below under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The objective is to update FEMA’s generator fleet to ensure compliance with Tier 4 Final EPA standards for emergency response operations, requiring contractors to provide new, safe, and compliant equipment with specific features such as weatherproofing and rustproofing. This procurement is crucial for maintaining operational readiness during disaster relief efforts while adhering to environmental regulations. Interested parties must register in the System for Award Management (SAM) and submit proposals by 12:00 PM EST on June 30, 2025, with the anticipated solicitation release date around June 1, 2025. For further inquiries, contact Oneko Dunbar at Oneko.Dunbar@fema.dhs.gov or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov.
    Exterior Lighting Upgrade - Fort Devens, MA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is soliciting proposals for the upgrade of exterior lighting at Building 3413, located at Fort Devens, Massachusetts. This project entails the demolition of existing lighting fixtures and the installation of 15 new LED light poles, which will be secured on contractor-supplied concrete bases and connected to a new underground electrical distribution system. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a firm-fixed-price contract, with a performance period of 180 days from the Notice to Proceed. Interested contractors must submit their proposals by June 17, 2025, and are encouraged to contact the primary point of contact, Mitchell E. Douglas, at mitchell.e.douglas.civ@army.mil for further information.
    Maintenance, Inspection and Repair of Emergency Power Supply Systems (Uninterruptible Power Supply (UPS) and Diesel Power Generator Systems (GEN)) at USAG Bavaria Military Community Garmisch, Germany
    Buyer not available
    The Department of Defense, through the 409th Contracting Command, is soliciting proposals for the maintenance, inspection, and repair of Emergency Power Supply Systems, specifically Uninterruptible Power Supply (UPS) and Diesel Power Generator Systems, at the USAG Bavaria Military Community in Garmisch, Germany. The contract will be a single award, hybrid requirements type, with a base period of one year starting September 1, 2025, and includes four additional one-year option periods. These systems are critical for ensuring operational readiness and safety compliance within military facilities, highlighting the importance of reliable power supply during emergencies. Interested contractors must submit their proposals electronically and are encouraged to attend a site visit scheduled for June 16, 2025, with inquiries directed to Yvonne Schmalzreich at yvonne.v.schmalzreich.ln@army.mil.
    Generators - 401kW & Above
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the procurement of generators rated at 401kW and above under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to update the existing generator fleet to meet Tier 4 Final EPA compliance standards, ensuring that the units are robust, weatherproof, and capable of prime power operations while adhering to stringent emissions standards. The selected contractor will also be responsible for providing necessary components, such as fuel tanks, and conducting on-site training for FEMA mechanics post-delivery. Interested parties should note that the solicitation is anticipated to be issued around June 1, 2025, with proposals due by June 30, 2025. For further inquiries, potential offerors can contact Oneko Dunbar at Oneko.Dunbar@fema.dhs.gov or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov.
    61--GENERATOR,ALTERNATI, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for a generator under the title "61--GENERATOR, ALTERNATI, IN REPAIR/MODIFICATION OF." The procurement involves the repair of two units of NSN 7R-6115-012015740-RX, with the work expected to be performed by Savannah Apparatus Repair Co, the Original Equipment Manufacturer (OEM) and sole source for this part. This generator is critical for military operations, and the procurement process will follow FAR Part 15, with a Total Small Business Set-Aside designation. Interested parties must submit their capabilities and qualifications to Jason J. Sklencar via email by the specified deadlines, with the solicitation expected to be issued on June 16, 2025, and proposals due by July 21, 2025.
    Generator Maintenance VA Kerrville
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for generator maintenance services at the Kerrville Veterans Hospital in Texas. The contract, which spans from August 1, 2025, to July 31, 2030, includes preventive maintenance for various generator brands such as Caterpillar, Onan, and Cummins, and encompasses tasks like quarterly inspections, annual load bank testing, and minor repairs. This maintenance is crucial for ensuring the operational reliability of power systems that support the VA's mission. Interested contractors should contact Mr. Shawn R. Reinhart at shawn.reinhart@va.gov or call 254-421-6661 for further details regarding the solicitation process.
    DEP-50801-5P - Replace Chiller and HVAC Repair
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is soliciting proposals for a firm fixed-price contract to replace a chiller and perform HVAC repairs at the U.S. Army Garrison Devens in Massachusetts. The procurement aims to address critical maintenance needs for the facility's heating, ventilation, and air conditioning systems, which are essential for maintaining operational efficiency and comfort within the building. This opportunity is set aside exclusively for small businesses, with a response deadline outlined in the solicitation documents, and the estimated contract start date is approximately July 14, 2025. Interested parties can reach out to Bryan Thompson at bryan.e.thompson20.civ@army.mil or 520-687-5375, or Stephanie Howell at stephanie.m.howell2.civ@army.mil or 609-562-5335 for further information.
    61--GENERATOR,ALTERNATI, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of electrical generators under the title "61--GENERATOR, ALTERNATI, IN REPAIR/MODIFICATION OF." The procurement requires contractors to perform comprehensive repair, testing, and inspection of specified generator components, ensuring compliance with established procedures and quality standards. These generators are critical for military operations, necessitating reliable performance in operational environments. Interested contractors should contact Jason J. Sklenkar at 215-697-4179 or via email at JASON.J.SKLENCAR.CIV@US.NAVY.MIL for further details, as the solicitation includes specific requirements for quality assurance and configuration management, with proposals due by the specified deadline.