Skip to main content

An official website of the United States government

You have 2 new alerts

Two Marine Generators for the Fleet Vessel McNamara

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Sep 18, 2024 02:20 pm CDT
  • Original Published Date: Sep 03, 2024 12:01 pm CDT
  • Updated Date Offers Due: Sep 23, 2024 10:00 am CDT
  • Original Date Offers Due: Sep 17, 2024 10:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 08, 2024
  • Original Inactive Date: Oct 02, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6115 - GENERATORS AND GENERATOR SETS, ELECTRICAL
  • NAICS Code:
    • 335312 - Motor and Generator Manufacturing
  • Place of Performance:
    Fountain City , WI 54629
    USA

Description

***Amendment 0001 changes the delivery requirement to eight (8) weeks after date of contract award.

The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for a contractor to provide 2 new marine generators for the Maintenance and Repair Division; Motor Vessel McNamara.  This procurement will include delivery to the Fountain City Service Base located in Fountain City, WI on or before October 30, 2024. 

The North American Industry Classification System (NAICS) code for this project will be 335312, Motor and Generator Manufacturing with a size standard of 1,250 employees.

The resulting contract shall be a Firm, Fixed-Price contract.

The solicitation is a Total Small Business set-aside. 


The solicitation is a request for quote (RFQ).

The following is a brief description of the product specifications. 

Marine Generator Sets shall meet or exceed the following specifications:

  • 30 KW, 120/208-volt 60Hz, three phase wye connection, multi-tap, open set (no sound enclosure), radiator cooled.
  • Constructed and Tested with a minimum fuel/ emission rating of EPA Tier 3 or Tier 4 utilizing #2 diesel fuel.
  • Engine/Generator shall have emergency shutdown devices.
  • Shutdown features shall include but not limited to high jacket water temperature, low oil pressure, and over speed.
  • Engine will have starter over-crank protection feature.
  • Will have an engine mounted gauge panel.
  • Gauge Panel will include oil pressure, jacket water temperature, 12VDC alternator charging rate, engine hour meter, RPM meter, A/C voltage, and frequency and amperage outputs.
  • Gauge Panel will display diagnostic information, to include high temperature, oil pressure, starter over-crank, generator over speed, over voltage, and over frequency.
  • Dimensions required: Length 59”-61”, Width 29”-31”, Height 44”-46.”
  • Weight Range: 1,200 to 1,300 lbs.
  • One operator’s manual, one parts manual and one service manual shall be included for each generator.

No CD's or hard copies of the solicitation will be available. Offerors are responsible for checking the Contract Opportunities website (https://sam.gov/content/opportunities) for any update(s) to the solicitation.  The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website.

There is no “Plan Holder List” for this project.  The interested vendors list is listed as part of the solicitation posting on the Contract Opportunities website.  In order to view this list, vendors will need to sign-in to their SAM account.

In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.

As required by 15 U.S.C. 644(w), the Corps of Engineers’ policy and procedures, as well as past performance information, in regard to definitization of requests for equitable adjustments is found at https://www.usace.army.mil/Business-With-Us/Partnering.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 332 MINNESOTA STREET SUITE 1500
  • SAINT PAUL , MN 55101-1323
  • USA

Primary Point of Contact

Secondary Point of Contact

History