Sources Sought Announcement - Generators - Pavement & Maintenance Facility, Grand Forks AFB, ND
ID: W9128F25SM011Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Motor and Generator Manufacturing (335312)

PSC

GENERATORS AND GENERATOR SETS, ELECTRICAL (6115)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army through the Omaha District of the US Army Corps of Engineers, is conducting a Sources Sought Announcement for generators intended for the construction of a Pavement and Maintenance Facility at Grand Forks Air Force Base (AFB), North Dakota. The procurement aims to standardize generator purchases, focusing on Cummins brand generators that meet specific technical specifications, including a power rating of 450 kW, compliance with EPA emissions standards, and operational capabilities in extreme temperatures. This initiative is crucial for ensuring reliable emergency standby power and enhancing operational efficiency while adhering to military standards and sustainable practices. Interested vendors are encouraged to submit capabilities statements by February 14, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil, with the anticipated contract budget ranging from $25 million to $100 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines technical specifications for a stationary engine-generator set required for emergency standby power at Grand Forks Air Force Base, North Dakota. The generator must comply with several industrial codes, ensuring safety and efficiency in temperatures ranging from -50°F to 100°F. Key specifications include a power rating of 450 kW, isochronous governor type, and a voltage regulation of ±2%. It should handle a maximum service load of 320 kVA, with the capacity for momentary overloads. Further requirements stipulate an emissions rating compliant with EPA Tier 2, operation using #2-D diesel fuel, and a 72-hour onsite fuel storage capacity. The generator must feature maintenance-free, sealed lead-acid batteries, capable of engine cranking under extreme temperatures. It should also include a load bank adjustable in 100 kW increments to fully load the generator. A heated enclosure is necessary for maintenance accessibility during cold conditions. This summary highlights critical aspects of the installation aimed at ensuring reliable power supply while adhering to environmental and operational standards in a challenging climate.
    The US Army Corps of Engineers, Omaha District, is seeking market research for Cummins brand generators intended for the construction of a Pavement and Maintenance Facility at Grand Forks Air Force Base (AFB), North Dakota. This Sources Sought notice serves to identify potential sources and technologies that may fulfill the project's requirements. The anticipated contract will be a design-bid-build with a construction budget of $25 million to $100 million. The project aims to build a facility featuring a snow barn for heavy and snow removal equipment, compatible with existing military standards and sustainable practices. Interested vendors should submit capabilities statements evidencing their ability to provide the required generators, which must be qualified, compliant with specifications, and minimally demanding in terms of maintenance. The notice outlines that any resulting contract will follow specific security regulations and be compliant with specialty metals restrictions under the Berry Amendment. Responses are requested by February 14, 2025, with clear instructions for submission and a disclaimer highlighting that this is not a formal solicitation. The document emphasizes a market research initiative instead of a request for proposals, ensuring the government holds no obligation to award a contract based on input received.
    The document is a Justification and Approval (J&A) for Other Than Full and Open Competition by the Air Force, focusing on the acquisition of facility generators. It outlines a strategic approach to standardize generator purchases from a limited number of manufacturers, aimed at improving efficiency and reducing training costs associated with maintenance personnel. The estimated cost for the initiative is $54 million, covering 1,181 generator units over five years, facilitating in-house repair capabilities while decreasing reliance on multiple manufacturers. The document cites the Competition in Contracting Act (CICA) as its legal basis, asserting that a brand name acquisition is necessary to avoid high training expenses and inefficiencies caused by the current diverse generator inventory. The J&A explains efforts to solicit offers from various sources and highlights that a notice was published to encourage participation. Ultimately, it emphasizes that the planned standardization will lead to significant cost savings, streamlined training, improved maintenance efficiencies, and enhanced mission performance. The contracting officer confirms that limiting the procurement to specific brands will not only ensure interoperability but also expedite the acquisition process, further supporting the overall objectives of the Air Force's operational effectiveness and efficiency.
    Similar Opportunities
    Sources Sought Announcement - HVAC Controls - Pavement & Maintenance Facility, Grand Forks AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is seeking sources for HVAC control systems to support the construction of a Pavement and Maintenance Facility at Grand Forks Air Force Base, North Dakota. The procurement focuses on Direct Digital Control (DDC) systems, Energy Management Control Systems (EMCS), and Java Application Control Engine (JACE), with a total investment anticipated between $25 million and $100 million. These systems are crucial for ensuring efficient and sustainable operation of the facility, which includes a snow barn for heavy equipment, and must comply with existing Honeywell standards for compatibility and technician familiarity. Interested vendors are required to submit a capabilities statement by February 14, 2025, and can contact Scott Dwyer at Scott.Dwyer@usace.army.mil or 402-995-2584 for further information.
    Sources Sought Announcement - Fire Alarm Control Panels - Pavement & Maintenance Facility, Grand Forks AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is seeking potential suppliers for Monaco brand fire alarm control panels for the construction of a Pavement and Maintenance Facility at Grand Forks Air Force Base in North Dakota. The procurement aims to standardize fire alarm systems across multiple locations, enhancing technician expertise and reducing operational inefficiencies, with an estimated project budget between $25 million and $100 million. This initiative is critical for ensuring compliance with safety standards and effective emergency communication, as outlined in the detailed specifications for the fire alarm and mass notification system. Interested vendors must submit their capability statements by February 14, 2025, and can contact Scott Dwyer at Scott.Dwyer@usace.army.mil or 402-995-2584 for further information.
    GSU Transformer Supply, Oahe Dam, SD & Ft Peck Dam, MT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is preparing to solicit bids for the supply of generator step-up (GSU) transformers for the Oahe Dam in South Dakota and the Fort Peck Dam in Montana. The procurement involves the design and manufacturing of a total of 12 new GSU transformers, along with ancillary components, factory acceptance testing, and delivery to the respective power plants, with final acceptance testing to be conducted by a separate installation contractor. These transformers are critical for the efficient operation of the power generation facilities at both dams. The solicitation is expected to be issued around February 13, 2025, with a closing date around June 12, 2025, and interested contractors must be registered in the System for Award Management (SAM) to participate. For further inquiries, potential bidders can contact Brandie Murphy or Nadine Catania via email.
    Software Integration Lab - Notice of Intent Brand Name Cummins Generators
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a Special Notice for the procurement of a Software Integration Lab, with a focus on brand name Cummins Generators. This opportunity is aimed at constructing administrative facilities and service buildings at Altus Air Force Base in Oklahoma, highlighting the importance of reliable power generation systems for military operations. Interested vendors can reach out to Brian Welch at brian.j.welch@usace.army.mil or call 918-669-7652 for further details, while Julie S. Hill is available at julie.s.hill@usace.army.mil or 918-669-7699 for additional inquiries.
    CUMMINS Diesel Engine Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of a Cummins 8.9-liter turbo diesel engine (Model L9 350) for a 2018 Freightliner model FL112, under a total small business set-aside. The procurement requires the contractor to provide a remanufactured or superior engine that meets specific technical standards, including a new or remanufactured cylinder block and heads, with a two-year warranty and compliance with OEM standards. This engine is critical for maintaining operational logistics within the 341st Missile Wing, emphasizing the need for high-quality equipment. Interested vendors must submit their written quotes by 2:00 PM MT on February 21, 2025, and can direct inquiries to Karen V. Broughton at karen.broughton@us.af.mil or Erik Hallberg at erik.hallberg.1@us.af.mil.
    Provide Prime Power, Soto Cano Air Base (AB), Honduras
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for the provision of prime power at Soto Cano Air Base in Honduras. The contractor will be responsible for furnishing, installing, and operating utility-grade electric power generation modules capable of meeting the base's peak demand of 6,500 kVA continuously, along with the maintenance of associated systems and an existing 2-MW photovoltaic farm. This procurement is crucial for ensuring reliable power generation and distribution at the base, with a Firm Fixed Price contract anticipated for a total of five years, including one base year and four option years. Interested contractors must submit their proposals by February 24, 2025, and can contact Sophia M. Chin at Sophia.M.Chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil for further information.
    Generator Replacement Services
    Buyer not available
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, is soliciting quotes for generator replacement services at the U.S. Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to engage a contractor to manage the replacement of the main building generators and related equipment, ensuring compliance with applicable standards and laws while providing a fully functional generator system for the facility that serves approximately 600 retired military personnel. This contract, set aside exclusively for small businesses, requires all labor, materials, and services to be included in the quoted price, with proposals due electronically by February 27, 2025. Interested contractors should direct inquiries to Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.
    Control, Generator
    Buyer not available
    The Defense Logistics Agency, specifically DLA Aviation at Oklahoma City, is seeking proposals for the procurement of 18 units of the Control Generator, part number 947F310-1, as outlined in Request for Proposal (RFP) SPRTA1-25-Q-0208. The delivery of these units is required by December 1, 2025, to Hill Air Force Base in Utah, emphasizing the importance of timely and quality supply for military operations. Proposals must be submitted by 2:00 PM CST on March 14, 2025, and inquiries should be directed to Kristian Hollingshead at kristian.hollingshead.1@us.af.mil. This procurement is part of a Basic Ordering Agreement referenced as SPRPA1-19-G-CE01, ensuring compliance with quality standards and specifications.
    Generator, Engine Accessory
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the supply of generators as part of contract SPRDL1-25-R-0015, aimed at enhancing the operational capabilities of the Department of Defense. This procurement requires vendors to meet specific delivery and performance specifications, including compliance with a Technical Data Package (TDP) and higher-level quality standards such as ISO certifications. The generators are critical components for various military applications, ensuring reliable power supply in diverse operational environments. Interested contractors should submit their electronic proposals, adhering to the guidelines outlined in the solicitation, and can contact Jon Machacek at jon.machacek@dla.mil or 586-467-1179 for further information.
    FY25 MAFB Construct Fire Station Bay Area
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking capable businesses for the construction of a Fire Station Bay Storage Area at Malmstrom Air Force Base in Montana. This project, estimated to cost between $5 million and $10 million, involves the construction of a facility approximately 20,000 square feet in size, designed to accommodate emergency services equipment and trailers, including features such as parking stalls, a foam storage room, restroom facilities, and utility spaces. The procurement is critical for enhancing emergency response capabilities in remote climates, and interested firms must demonstrate relevant experience and comply with military design standards. Responses to the Sources Sought Notice are due by February 26, 2025, and interested parties should contact Michael Saldana at michael.e.saldana@usace.army.mil or Cassandra Gonzalez at cassandra.p.gonzalez@usace.army.mil for further details.