ITN Backup Generator, B314
ID: W50S8U25QA010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NV USPFO ACTIVITY OKANG 138TULSA, OK, 74115-1699, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting bids for a firm-fixed-price contract to install a 31 KW diesel generator at the Tulsa Air National Guard Base in Oklahoma. The project requires the contractor to provide all necessary labor, materials, and supervision to complete the installation, which includes a generator, an automatic transfer switch, and a protective concrete pad, all while adhering to strict security and environmental compliance standards. This procurement is set aside entirely for small businesses under NAICS code 811310, with a contract value estimated between $25,000 and $100,000, and a performance period of 90 calendar days following the Notice to Proceed. Interested contractors must submit their offers electronically by 1:00 PM CST on March 27, 2025, and are encouraged to attend a pre-offer conference on March 13, 2025, for further clarification of requirements. For inquiries, contact Joshua Kingori or Frank Friedl at 138.FW.MSC@us.af.mil or by phone at 918-833-7305 and 918-833-7250, respectively.

    Files
    Title
    Posted
    The B314 Generator project at Tulsa Air National Guard Base, Oklahoma, involves the solicitation of bids for a firm-fixed price contract, primarily aimed at small businesses under the NAICS code 811310, with a contract magnitude between $25,000 and $100,000. The construction period is set at 90 calendar days following the Notice to Proceed. Interested parties must submit their offers by 1:00 PM CST on March 27, 2025, via email or hand delivery without the need for bid bonds. Key requirements include the completion of the Standard Form 1442, adherence to specific solicitation instructions, and acknowledgment of amendments. Questions can be submitted via email, with non-attribution answers provided publicly through the relevant government website (https://sam.gov). Offerors are encouraged to familiarize themselves with all requirements outlined in the solicitation and ensure compliance to avoid disqualification. The notice emphasizes the importance of regular checks on the website for updates and additional information related to the solicitation. The site visit will follow the briefing held on March 13, 2025, by government officials overseeing the procurement process. This procurement effort underscores the aim to support small businesses while adhering to federal contracting regulations.
    The document outlines a Statement of Work for the installation of a backup generator at government facility B314. The contractor is responsible for providing all necessary labor, materials, and equipment, while adhering to strict security and procedural regulations applicable to government operations. Key tasks include installing a 31 KW diesel generator, an automatic transfer switch, and a protective concrete pad, all while ensuring compliance with local, state, and federal environmental safety standards. Contractor access to the installation requires background checks, training, and adherence to security policies. The project, to be completed within 90 days, mandates detailed tracking of waste disposal and interim reports at specified project milestones. Additionally, the contractor must ensure all underground utilities are marked prior to excavation, manage maintenance documentation for installed equipment, and perform acceptance testing upon project completion. The document serves as a formal request for proposals, detailing obligations and specifications necessary for ensuring safety, compliance, and effective project execution as part of the federal procurement process. It emphasizes the importance of security, environmental compliance, and detailed oversight throughout the project lifecycle.
    The document outlines a Request for Quotation (RFQ) for a firm-fixed-price contract to install a 31 KW diesel generator at Tulsa Air National Guard Base, Oklahoma. It is specifically set aside for small businesses under NAICS code 811310, with a size standard of $12.5 million. The contractor must provide all necessary labor, materials, and supervision, commencing work promptly upon award, which allows a performance period of 90 calendar days. The solicitation requires thorough completion of the "offer" section and submission of the bid by a specified deadline, with additional stipulations for performance and payment bonds. Key considerations include the evaluation criteria for awarding the contract, focusing on price and the offeror's experience and capability. Cost proposals need to be submitted electronically, while all bidders are encouraged to attend a pre-offer conference and site visit to clarify requirements. The document emphasizes compliance with wage determinations and other federal regulations applicable to the project. It stresses proper registration in the System for Award Management (SAM) and includes guidelines for addressing inquiries and submission requirements. This RFQ reflects the government’s commitment to ensuring quality work through competitive bidding and adherence to small business regulations and standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Install Generator and ATS G575 and AS4300
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for the installation of generators and Automatic Transfer Switches (ATS) at Marine Corps Base Camp Lejeune, North Carolina. This project involves replacing existing equipment and installing new generators, including a 200KW diesel generator for Building G575 and a 25KW generator for Building AS4300, with strict adherence to electrical and environmental regulations. The successful contractor will be responsible for ensuring compliance with various industry standards and completing the work within 365 days of contract award, with an estimated project cost between $100,000 and $250,000. Interested parties must submit their proposals by January 2, 2026, at 2:00 PM EST, and can contact Tony Benson or Lauren Loconto for further information.
    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.
    61--GENERATOR,ALTERNATI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 97 units of the Generator, Alternating Current (NSN 6115016497114). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can participate in the procurement process. The generators are crucial for various military applications, providing reliable power distribution in operational settings. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the primary contact at DibbsBSM@dla.mil. The deadline for quote submission is 138 days after the award date.
    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.
    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.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    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.
    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.
    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.
    Power Station Installation for Hangar 2418
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the installation of a power station in Hangar 2418 at Fort Eustis, Virginia, to support MOS 15Y training. The project involves a non-personnel services contract for the installation of electrical components, including a 150KVA transformer, a 30KVA transformer, various disconnects, a sub-panel, a quad outlet, and an emergency stop circuit, with a focus on ensuring stable power and a clean, labeled installation. This contract is crucial for enhancing training capabilities and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested contractors must confirm their ability to perform the work by emailing Jolene A. Granger at jolene.a.granger.civ@army.mil by 12:00 PM CST on December 17, 2025, although no capability statements or questions will be accepted at this time.