B518 Generator Maintenance and Operations
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 is soliciting quotes for B518 Generator Maintenance and Operations at Offutt Air Force Base, NE. This is a combined presolicitation/solicitation (RFQ) for commercial services. The contract is a Total Small Business Set-Aside under NAICS 561210, Facility Support Services. Questions are due by May 7, 2026, 11:00 AM CDT, and offers are due by May 18, 2026, 11:00 AM CDT.
Scope of Work
The contractor will be responsible for the comprehensive operation, maintenance, installation, refueling, and repair of energized and de-energized facility and power distribution components. This includes electric circuits, control systems, and associated equipment, with a primary focus on electric power generators, electrical systems, facilities, and spaces. The scope also covers all accountable electrical Real Property Installed Equipment (RPIE). Key responsibilities include:
- Operating, maintaining, installing, refueling, and repairing facility and power distribution components.
- Maintaining, repairing, and replacing electric power generators, electrical systems, facilities, and spaces.
- Ensuring all electrical control systems for RPIE facility electrical systems are functional.
- Meeting mandatory and advisory provisions for operation and maintenance of all electrical equipment, including generating plants.
- Developing and maintaining an Electronic Preventative Maintenance and Inspection Program (EPMI).
- Operating, maintaining, and reporting for liquid fuels systems.
Key Requirements & Deliverables
Bidders must submit a plan for 24/7 manning and a standard operating procedure for government-ordered generator backup power. Proposals should demonstrate previous work references for maintaining similar equipment and provide certifications, training, resumes, or corporate history for operating switchgears, transfer switches, generators, and power generation systems. Various data deliverables are required, including Weekly EPMI Reports, Monthly APIMS Logs, Calibration Records, Outage Reporting, Fuel Tank Consumption/Inspection reports, and Labor Reporting, as detailed in numerous DD Form 1423 attachments. Environmental compliance, as outlined in Appendix E, is also a critical requirement.
Contract Details
- Contract Type: Request for Quotation (RFQ)
- Period of Performance: Base period from June 1, 2026, to May 31, 2027, with option periods extending through May 31, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 561210, Facility Support Services
- Place of Performance: Offutt Air Force Base, NE
Submission & Evaluation
Offers must be submitted via email to the Contracting Office. Quotes shall not exceed 30 pages and must be submitted as a single PDF. Evaluation will consider Total Evaluated Price (TEP) and technical information, including the shift schedule, SOP for generator backup power, work references, and experience/certifications. The government intends to award without discussions. All prospective offerors must be registered in SAM.gov.
Important Notes
This acquisition incorporates provisions and clauses by reference, accessible at www.acquisition.gov. Applicable labor laws include Service Contract Labor Standards (RFO 52.222-41) and Wage Determination WD #2015-5005, Revision 28. Contract administration will utilize Wide Area WorkFlow (WAWF) for payment requests and receiving reports. Compliance with DoD 5200.48 for Controlled Unclassified Information (CUI) and CMMC Level 2 is required.