Diesel Generator Upgrade and Installation for Hemp Shelter
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically FA4814 6 CONS PK, is conducting market research through a Sources Sought notice for the Diesel Generator Upgrade and Installation for the Hemp Shelter at MacDill Air Force Base, Tampa, FL. This initiative aims to identify qualified contractors capable of replacing the existing power generation system with a new 60kW diesel generator. Responses are due by May 4, 2026, at 09:00 AM EST.
Project Overview
This project involves upgrading the power generation system for the Hemp Shelter (Bldg. 578) at MacDill Air Force Base, which serves the 6th Communication Squadron, USCENTCOM. The current system, consisting of two 30kW Capstone microturbines, will be replaced with a more reliable 60kW Caterpillar Diesel Generator. The government is seeking industry capabilities to perform all aspects of this upgrade.
Scope of Work
The required work includes:
- Removal of two existing 30kW Capstone microturbines and associated automatic transfer switch.
- Removal of existing diesel fuel tank and internal day tank.
- Installation of one new 60kW Caterpillar Diesel Generator (Model D60 GC) with a weatherproof, sound-attenuated enclosure and a 408-gallon fuel tank.
- Installation of one new 200-amp, 480-volt, three-phase automatic transfer switch in a NEMA 3R enclosure.
- Installation of new diesel fuel tank and day tank with necessary piping and connections.
- Provision of all required engineering drawings, permits, and inspections.
- Performance of a pre-start inspection, system startup, and a 4-hour on-site resistive load test.
- Provision of a 2-year/1000-hour Caterpillar Extended Service Coverage and a 2-year Asco warranty.
- Ongoing preventive maintenance every 6 months for fluid/filter changes and annually for major inspections including load bank testing.
Information Requested
Interested parties should submit a capabilities package demonstrating their ability to meet the requirement. This package must include:
- DUNS, Cage Code, and System for Award Management (SAM) expiration date.
- Business size (annual revenues, employee count) and status (e.g., 8(a), HUBZone, SDVOSB, WOSB, VOSB, small business, large business).
- Description of similar services provided to government and commercial customers.
- Explicit demonstration of company capabilities, including examples of commercial sales and product specifications.
- Indication of whether the respondent is the manufacturer or supplier, and details of any foreign ownership/control.
- Anticipated teaming arrangements and delineation of work for prime/partners.
Contract Details & Set-Aside
This is a Sources Sought notice for market research purposes, not a Request for Quotation. The NAICS code is 335312 (Generators And Generator Sets, Electrical) with a size standard of 1,250 employees. The government is considering a small business or large business set-aside program for the eventual solicitation (RFQ number FA481426Q0061).
Submission & Deadlines
Capabilities packages must be submitted electronically via email to vincent.mata.3@us.af.mil and melissa.biggar@us.af.mil. Responses are due by May 4, 2026, at 09:00 AM EST. Telephone responses will not be accepted.
Important Notes
This notice is for planning purposes only and does not constitute a commitment by the Government. No payment will be made for information submitted. Future information, including the issuance of an RFQ and any amendments, will be posted on SAM.gov. Registration in SAM is required for all federal contractors.