Cummins Generator Maintenance and Load Bank Testing Services
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 9th Contracting Squadron, Beale AFB, CA, is conducting a Sources Sought to identify qualified small businesses for Cummins Generator Maintenance and Load Bank Testing Services at Beale AFB, CA. This market research aims to determine the appropriate level of competition for a future Firm-Fixed-Price contract. Responses are due March 30, 2026.
Scope of Work
The requirement involves providing preventative maintenance and diagnostic load bank testing for three (3) Cummins generators. The contractor will be responsible for:
- Performing preventative maintenance on the generators.
- Conducting diagnostic load bank testing.
- Providing a detailed report of any identified faults, deficiencies, or potential issues.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm-Fixed-Price
- Period of Performance: To Be Determined (TBD)
- Set-Aside: Total Small Business (targeting Small, SDB, 8(a), WOSB, SDVOSB, HUBZone)
- NAICS Code: 811310 - Commercial and Industrial Machinery and Equipment (except automotive and Electronic) Repair and Maintenance
- Size Standard: $12.5 Million
- Response Due: March 30, 2026, by 5:00 PM PST
- Published: March 23, 2026
- Place of Performance: Beale AFB, CA
Submission Requirements
Interested parties are requested to submit the following information:
- Company Name, Business Address, Point of Contact, Telephone Number, E-mail Address.
- Business Size in relation to NAICS code size standard, Number of Years in Business.
- Positive statement of intent to submit a proposal as a prime contractor.
- Socio-economic Status (e.g., Small Business, HUBZone, 8(a), etc.).
- CAGE and UEI.
- Rough Order of Magnitude (ROM) for requested services.
- Any questions or suggestions regarding provided draft documents.
Additional Notes
This is a Sources Sought announcement only and does not constitute a commitment by the Government to award a contract. All information submitted is voluntary. Contractors must be registered in SAM.gov. Submissions should be sent to Cali McVay (cali.mcvay.1@us.af.mil), Abigail Bartleson (abigail.bartleson.1@us.af.mil), and Cindy Kwan (cindy.kwan@us.af.mil).