Generator Maintenance

SOL #: 1232SA26Q0395Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

Beltsville, MD

NAICS

Facilities Support Services (561210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electric Wire, And Power And Distribution Equipment (J061)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 13, 2026
2
Submission Deadline
May 4, 2026, 9:00 PM

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 U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), is soliciting proposals for Generator Maintenance services at the Beltsville Agricultural Research Center (BARC) in Beltsville, MD. This is a Total Small Business Set-Aside combined synopsis/solicitation (RFQ) for a Firm Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The requirement covers comprehensive maintenance and repair of approximately eighty (80) Emergency Power Supply Systems (EPSS), including generators, Automatic Transfer Switches (ATS), and Manual Transfer Switches (MTS). Quotations are due by May 4, 2026, at 2:00 PM PT.

Scope of Work

The IDIQ contract is divided into two parts:

  • Part 1: Scheduled Maintenance, Testing, and Reporting
    • Includes initial EPSS inventory, development and implementation of a comprehensive maintenance schedule (weekly, monthly, quarterly, biannual, annual), inspections, preventive maintenance, and load bank testing.
    • All work must adhere to NFPA 110 and UFC 3-540-07 standards.
  • Part 2: Unscheduled Maintenance and Repair
    • Task order-based repairs for EPSS components due to damage or failure, including parts replacement, diagnosis, and system replacement.
    • Contractor must provide a standardized price schedule for common unscheduled actions.

Key exhibits provide detailed information on the existing infrastructure, including maps of locations (Exhibit A), comprehensive listings (Exhibit B), current status (Exhibit C), and various NFPA 110-compliant forms and logs for maintenance, testing, and history (Exhibits F, G, H, I, J).

Contract Details

  • Contract Type: Firm Fixed-Price IDIQ
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 561210 (Facilities Support Services)
  • Size Standard: $47 Million
  • Period of Performance: One (1) base year (May 1, 2026 - April 30, 2027) and four (4) one-year option periods, for a total potential duration of five (5) years.
  • Minimum Order: Less than $200.
  • Maximum Order: $300,000 for a single item, $500,000 for a combination of items.
  • Place of Performance: Beltsville Agricultural Research Center (BARC), Beltsville, MD.

Submission & Evaluation

  • Quotations Due: May 4, 2026, at 2:00 PM PT via email to Elizabeth Calhoun (Elizabeth.Calhoun@usda.gov).
  • Required Submissions: Firm Fixed Price quotation on SF-1449, Attachment 4 (Price Schedule), Past Performance References (Attachment 6), Sam.gov Unique Entity ID (UEI), and a Capability Statement/technical documentation demonstrating the ability to meet or exceed all Performance Elements in the PWS.
  • Evaluation Criteria: Award will be based on Best Value to the Government, considering Technical Approach, Past Performance, and Price. Technical and Past Performance combined are slightly more important than Price.
  • Questions Due: April 27, 2026, by 2:00 PM PT to Elizabeth Calhoun.
  • Site Visit: Scheduled for April 21, 2026, at 9:00 AM ET and April 22, 2026, at 1:00 PM ET. Registration required via email to Elizabeth Calhoun.

Special Requirements

Contractors must demonstrate at least five years of commercial generator and ATS maintenance experience with three separate examples. The applicable Wage Determination (Attachment 3) must be adhered to for labor costs.

People

Points of Contact

Elizabeth CalhounPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 13, 2026
Generator Maintenance | GovScope