AI helper
This is a sources sought notice for market research regarding the rental of emergency diesel generators (EDG) for the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS IMF). The EDGs will be used as part of an emergency power supply system. The primary delivery location is PSNS IMF, with alternative locations listed. The notice specifies technical requirements for the generators, including power ratings, voltage adjustment, lockout means, reverse power trip, circuit breaker capabilities, output bus bars, remote notification functions, starting features, maintenance, and enclosure requirements. Deliverables include diesel fuel, maintenance certification, operation and maintenance manuals, EPA certification, onsite training, and a contact sign. The contractor must also supply an on-call technical representative for assistance and repairs within 48 hours. A process control procedure detailing the contractor's response process for issues is required. Government-furnished property includes electrical cables, crane and forklift services, personnel for operation during tests, and additional diesel fuel. The government will follow a quality assurance surveillance plan for nonconforming supplies or services. Security requirements include coordination for badging and access to DoD installations, with specific identification requirements and the use of the Defense Biometric Identification System (DBIDS). Travel/delivery requirements involve coordinating with the COR for delivery and pickup, with specific scheduling windows. Environmental and safety compliance is mandatory. Additional considerations include complying with federal, state, and local laws, arranging delivery, attending a post-award briefing, and coordinating technical clarifications. The tentative NAICS code is **** parties must be registered in SAM. gov. Responses are requested via email by 9:00 am Pacific Standard Time on April 15, 2026.
The notice states that a new or replacement system must be delivered within forty-eight 48 hours of task order award.
The notice mentions that interested offerors must be registered in SAM at www. ***. *. * and possess the NAICS code **** also requires a process control procedure detailing employee qualifications.
The tentative North American Industry Classification System (NAICS) code selected for this acquisition is ****, with a small business size standard of $40,000,****.