6115--Emergency Generator
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 Veterans Affairs (VA) is conducting a Request for Information (RFI) / Sources Sought to identify qualified sources capable of providing an Emergency Generator for the VA Loma Linda Healthcare System in Loma Linda, CA. This notice is for market research and planning purposes only. Responses are due March 3, 2026, by 15:00 PST.
Scope of Work
The VA requires one Caterpillar Generator Model 3516C that must be compatible with and able to parallel an existing CAT 3516C generator. Key specifications include:
- Power Output: 2500KW at 12,000 kva, 150 amps.
- Physical Fit: Dimensions must fit an existing concrete pad designed for a CAT 3516C, with matching electrical and fuel hook-up locations.
- Enclosure: Weather-protective, sound-attenuated (max 85 dB at 5 feet) with steps and platforms.
- Compliance: Must meet California emission standards.
- Services: Installation is required, along with a standard manufacturer industry warranty.
- Delivery: 180 days ARO, FOB Destination to VA Loma Linda Healthcare System.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research stage for NAICS 335312, 1250 employees size standard)
- Response Due: March 3, 2026, 15:00 PST
- Published: February 24, 2026
Submission Requirements
Interested companies should submit a capabilities statement addressing the draft characteristics, provide feedback/suggestions, and indicate business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) under NAICS 335312. Submissions should also detail if the company is a manufacturer or authorized distributor, compliance with subcontracting limitations, COTS status, Non-Manufacturer Rule, Buy American Act, lead times, estimated lifespan, FDA clearance (if applicable), leasing solutions, and existing Federal Government contracts (FSS, GSA). General pricing and SAM.gov Unique Entity ID/Cage Code are also requested.
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or an offer to form a binding contract. All expenses associated with responding are the responsibility of the responder. Responses will inform future acquisition decisions.