Potential Requirement for Generator Modernization Project - Fort Shafter
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 413th CSB is conducting market research for a potential Generator Modernization Project at Fort Shafter, HI. This Sources Sought seeks design-build services for the installation and commissioning of two 750 kW backup power generators and associated infrastructure. This is a Total Small Business Set-Aside. Responses are due February 18, 2026.
Scope of Work
The project requires design-build services for a reinforced concrete pad and electrical installation for a backup power system. Key tasks include:
- Disconnection of four existing government-owned generators.
- Installation and commissioning of two new 750 kW backup power generators.
- Integration of generators into Buildings 520 and 525's existing power infrastructure, including paralleling gear and Automatic Transfer Switches (ATS).
- Transporting and positioning four generators to designated locations.
- Site preparation, system testing, commissioning, demolition, decommissioning, and project closeout. The contractor must ensure compliance with military and industry standards and coordinate with relevant Army units and DPW.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: February 18, 2026, 10:00 AM HST
- Published: February 4, 2026
- Place of Performance: Fort Shafter, HI
Additional Notes
This notice is for market research purposes to gather capability information and does not constitute a solicitation or guarantee future award. Interested vendors should review the detailed description for specific task requirements. The primary point of contact is MAJ Patricia Claire Miaga (patricaclaire.m.miaga.mil@army.mil, 808-787-8801).