Generator Maintenance and Repair
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 Navy, NUWC DIV NEWPORT, is soliciting quotes for Generator Maintenance and Repair services for six electrical motor generators at its Newport, RI facility. This opportunity, initially a small business set-aside, has been amended to be Full and Open. Quotes are due by February 12, 2026.
Scope of Work
The requirement is for annual preventative maintenance and emergency diagnostic and repair services for six specific electrical motor generators (Teledyne T21100A, Kato, Power Magnetics RV15064PPN1 models). Services include vibration analysis, voltage/frequency checks, thermographic scans, visual inspections, brush/commutator checks, "Megger" tests, control panel inspections, oil/lube, and infrared scans. Emergency services require onsite response within 24 hours for up to ten calls annually. All work must adhere to the Statement of Work (SOW), manufacturer recommendations, and industry best practices.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) purchase order.
- Period of Performance: One base year (12/18/2025 - 12/17/2026) and four one-year option periods, extending through 12/17/2030.
- Place of Performance: Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), Newport, RI.
- Set-Aside: Full and Open (amended from Total Small Business).
- NAICS: 811210 (Electronic and Precision Equipment Repair and Maintenance).
- Product Service Code: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components).
Submission & Evaluation
Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. Required submissions include:
- A capability statement (limit 2 pages).
- Evidence of applicable licensing, certification, and/or insurance.
- Up to three past performance references (max 2 pages each).
- Completed CLIN table (0001-0010) with pricing. Quotes must be valid for at least 90 days. Offerors must be registered in SAM.gov.
Key Dates & Contact
- Quotes Due: February 12, 2026, by 14:00 EST.
- Site Visit: A site visit was held on December 9, 2025.
- Contact for Questions & Quotes: JP McCauley, john.paul.mccauley.civ@us.navy.mil.
Additional Notes
The solicitation includes Contract Data Requirements Lists (CDRLs) for annual PM inspection reports and service call reports. The applicable Service Contract Act Wage Determination is 15-4089 (Rev.-31) for Rhode Island. Bidders should review the CNIC Manual 5530.2 for Navy installation access control procedures.