100kW EDG Rental

SOL #: N4523A26Q5705Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
PUGET SOUND NAVAL SHIPYARD IMF
BREMERTON, WA, 98314-5001, United States

Place of Performance

Bremerton, WA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

Lease Or Rental Of Equipment: Electric Wire, And Power And Distribution Equipment (W061)

Set Aside

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

Timeline

1
Posted
Dec 23, 2025
2
Last Updated
Mar 24, 2026
3
Submission Deadline
Apr 10, 2026, 4:00 PM

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 Navy, specifically Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) in Bremerton, WA, is seeking quotes for the rental of one (1) 100kW Diesel Generator (DG). This is a Combined Synopsis/Solicitation issued as a Total Small Business Set-Aside. The contract will be a Firm Fixed Price Commercial Service for a 12-month period, with an option for an additional 12 months. Quotes are due by April 10, 2026, at 9:00 AM Pacific Time.

Scope of Work

The contractor shall provide a self-contained 100kW, 480VAC 3-phase DG system to serve as part of an emergency power supply system. Key technical requirements include an isolated neutral bus, a 200 Ampere main output circuit breaker, output bus bars accommodating Stranded 4 AWG type W cables, and the ability to assume rated electrical load within ten seconds. The DG must feature maintenance-free starting batteries, a water jacket heater, a non-resettable hour meter, and an integrated UL 142 compliant fuel tank sized for 16 hours of full load run time, safely refuelable during operation.

The system must include battery-powered control, visual and audible alarms for various conditions (e.g., low oil pressure, low fuel level), and automatic shutdown capabilities. All components must be housed within a NEMA 3R ISO enclosure with specific lifting and containment features. The scope also covers contaminant removal, replacement of filters, hoses, and belts, and a load test to 80% of full load for one hour.

Support requirements include an on-call (24/7) manufacturer's technical representative or certified mechanic, with a 4-hour determination for repair/replacement and a 48-hour repair/replacement window. The contractor must provide Operation and Maintenance manuals, proof of EPA off-road certification, and one hour of on-site familiarization training.

Contract Details

  • Contract Type: Firm Fixed Price Commercial Service
  • Period of Performance: June 23, 2026 – June 22, 2027 (12 months), with an option for an additional 12 months (CLIN 1001).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing)
  • PSC Code: W061 (Lease or Rental of Equipment: Electric Wire, And Power And Distribution Equipment)
  • Place of Performance: Puget Sound Naval Shipyard, Bremerton, WA.

Submission & Evaluation

  • Quotes Due: April 10, 2026, 9:00 AM Pacific Time.
  • Questions Due: April 6, 2026, 9:00 AM Pacific Time.
  • Submission Method: Email quotes to Kimberly Neumann (kimberly.e.neuman.civ@us.navy.mil) and Amanpreet Johal (amanpreet.s.johal2.civ@us.navy.mil).
  • Quote Requirements: Must include RFQ number, company information, CAGE Code, completed CLIN pricing (including option), and a statement of agreement with all terms and conditions.
  • Evaluation Criteria: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, requiring conformity to the PWS and solicitation requirements.
  • Eligibility: Vendors must be registered in SAM.gov.

Special Requirements

Contractor personnel must comply with all DoD security procedures, including badging and DBIDS enrollment. U.S. Citizenship is required for unescorted access to PSNS & IMF spaces. Compliance with 40 CFR 63 Subpart ZZZZ, NFPA 70, and NFPA 110 is mandatory. The Service Contract Act Wage Determination applies.

People

Points of Contact

Kimberly NeumannPRIMARY
Amanpreet JohalSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Mar 24, 2026
Version 2
Sources Sought
Posted: Mar 3, 2026
View
Version 1
Special Notice
Posted: Dec 23, 2025
View
100kW EDG Rental | GovScope