Portable Diesel Generator System
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 U.S. Air Force has issued a Presolicitation for a Portable Diesel Generator System with turn-key installation at Lajes Field, Azores, Portugal. This is a brand-name-only requirement for a Cummins® Model C220D5EQ generator. The acquisition is not set-aside for small business concerns. The tentative solicitation release is May 4, 2026.
Purpose & Scope
The requirement is for the purchase and turn-key installation of a Cummins® Model C220D5EQ Portable Diesel Generator System to provide emergency backup power to critical walk-in cold storage units at Lajes Field. The contractor will be responsible for furnishing, installing, and ensuring the proper function of the generator and all associated components, including:
- A 400A Manual Transfer Switch
- A 400A Safety Disconnect Main Breaker
- An Emergency Enclosure Panel Board
- All necessary power cabling and connectors
- A generator grounding system
- A generator trailer
Contract Details
- Type: Firm-Fixed-Price contract
- Set-Aside: Not set-aside (Brand-name only due to AFCEC directive for standardization and interoperability)
- NAICS: 335312 – Motor and Generator Manufacturing
- PSC: 6115 – Generators And Generator Sets, Electrical
- Place of Performance: Lajes Field, Azores, Portugal
- Tentative Solicitation Release: May 4, 2026 (Solicitation FA448626Q0005)
- Completion: 180 calendar days after contract award
Evaluation & Submission
The Government intends to solicit quotations locally from at least five vendors. Award will be made to the responsible offeror that meets all required elements and provides the lowest priced quote. Potential offerors MUST be registered in SAM.gov to be eligible for award. Payment will be made electronically through the Wide Area Workflow (WAWF) System.
Additional Notes
This announcement serves as an Advance Notice (Synopsis) only and does not constitute a Request for Proposal. Responses to this synopsis are not required. The brand-name-only requirement is justified by an explicit engineering directive from AFCEC to ensure standardization and logistical supportability at this remote, overseas location.