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
    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.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    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.
    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.
    Sources Sought: Minot AFB Construction MACC
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron, is seeking industry input for a potential Multiple Award Construction Contract (MACC) program at Minot Air Force Base (AFB) in North Dakota. This opportunity aims to identify qualified small businesses capable of performing maintenance, repair, minor construction, and design-build projects on real property at Minot AFB, which includes an extensive missile field. The anticipated contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement, with a projected ceiling of approximately $250 million over ten years, reflecting an average yearly construction budget of $22 million. Interested parties are encouraged to submit a Capability Statement to the designated contacts by January 7, 2026, with further details available on the System for Award Management (SAM) website.
    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.
    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 12 units of the NSN 2920015648695 GENERATOR, ENGINE AC, under a Combined Synopsis/Solicitation notice. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum quantity of one. 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 for inquiries, they can contact 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.
    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.
    Solicitation: W912CH-25-R-0097 DD Auxiliary Power Units
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for a Firm Fixed Price, three-year sole source contract for Direct Drive Auxiliary Power Units (DDAPU) from Marvin Land Systems. The procurement involves an estimated maximum quantity of 263 units, identified by National Stock Number (NSN) 6115-01-706-8649, which are critical for military operations requiring reliable auxiliary power. Interested contractors must submit their offers via email by December 19, 2025, and must possess Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. For further inquiries, contact Contract Specialist Angelo Wilson at angelo.b.wilson.civ@army.mil.