SOLICITATION NOTICE
J -- Generator Semi-Annual Preventive Maintenance (PM), Emergency Repair Services (ERS)
- Notice Date
- 1/6/2026 8:17:45 AM
- Notice Type
- Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- W6QM MICC FT LEE FORT LEE VA 23801 USA
- ZIP Code
- 23801
- Solicitation Number
- W91QF526RA002
- Response Due
- 1/19/2026 12:00:00 PM
- Archive Date
- 02/03/2026
- Point of Contact
- Myrisha L. Mullen, Octavia Heflin-Smith
- E-Mail Address
-
myrisha.l.mullen2.civ@army.mil, octavia.l.heflin-smith.civ@army.mil
(myrisha.l.mullen2.civ@army.mil, octavia.l.heflin-smith.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ADDENDUM #1 RFI #1 1. Could you please confirm whether this is a new requirement? If not, we kindly request the incumbent contractor�s name and the previous contract number. a. This action is a follow-on requirement Contract number: W91QF0-21-P-0040 Contract Awardee: Virginia Energy & Lighting, LLC. Description of requirement: Caterpillar Diesel Standby Generator Preventive Maintenance (PM) and Emergency Repair Services (ERS) Method of procurement: Set-Aside Small Business Contract type: Firm-Fixed Price Number of option periods: 4 2. Additionally, are there any notable changes to the scope of work compared to the prior award? a. The scope of the contract has changed significantly since the previous award. Key additions include annual Advantage Extended Service Coverage (ESC) certification inspection, load bank testing, battery replacement, consumable parts replacement, and fluid sampling and testing services. These enhancements were introduced to address the requirements brought about by upgraded equipment, improved maintenance procedures, the need for additional coverage for new assets, and expanded preventive maintenance services. Incorporating fluid sampling also helps prevent equiopment damage, making the new contract more comprehensive and cost-effective by consolidating service that were previously sourced separately at higher expense. END This is to confirm that the site visit for the requirement is scheduled for January 7, 2026, at 0900 AM. Please confirm by email to Myrisha Mullen @ myrisha.l.mullen2.civ@army.mil, if you will be in attendance. Please find attached the following documents for your reference: Performance Work Statement (PWS) Combined Synopsis CLIN Structure Additionally, please note that the deadline for submitting questions is January 9, 2026, at 1500 PM.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7f9c731561a14d2cbcdf0ded311bd364/view)
- Place of Performance
- Address: Radford, VA, USA
- Country: USA
- Country: USA
- Record
- SN07678267-F 20260108/260106230032 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |