Opportunity

SAM #W912P726LC02

Maintenance and Repair Services for Cummins Generators at Lake Sonoma Don Clausen Hatchery

Buyer

USACE San Francisco District

Posted

March 25, 2026

Respond By

April 09, 2026

Identifier

W912P726LC02

NAICS

811219, 811310

This opportunity involves maintenance and repair services for the backup generator system at the Lake Sonoma Don Clausen Hatchery, managed by the U.S. Army Corps of Engineers, San Francisco District. - Government Buyer: - U.S. Army Corps of Engineers, San Francisco District (ENDIST SAN FRANCISCO) - OEMs and Vendors: - Cummins (manufacturer of the generators) - Products/Services Requested: - Maintenance and repair services for two Cummins generators (Model DFEG-4559100, Serial Numbers E100124415 and E100124416) - Lifecycle repair/replacement of block heater system components (2 units) - Full maintenance of two transfer switches (cleaning, inspection, battery replacement) - Preventive maintenance of coolant systems (drain/replace coolant, replace hoses, seals, gaskets, clamps, thermostats, block heaters, relays, inspect vent lines) - Lifecycle performance reporting - Unique or Notable Requirements: - Only certified Cummins technicians are eligible to perform the work due to the proprietary nature of the equipment - Contractor must provide all personnel, equipment, supplies, tools, materials, supervision, and transportation - Mission-essential requirement to ensure reliable emergency power for the hatchery - Place of Performance: - Lake Sonoma Don Clausen Hatchery, 3246 Skaggs Springs Road, Geyserville, CA 95441

Description

The proposed contract action is to provide repair of multiple components of the back-up generator system at the Lake Sonoma Don Clausen Hatchery. See the attached Performance Work Statement for a full description of the requirements. 

Interested persons may identify their interest and capability to respond to these requirements. This is not a request for quotes; however, all information received after date of publication of this synopsis may be considered by the Government. Interested entities shall respond to this notice by providing the following information:

1. Organization Name;

2. Address;

3. Point of Contract for information with telephone number and email address;

4. Cage Code; and

5. Capabilities information/statement showing the organization has the ability to fulfill the Government requirement.

The contractor must be able to comply with all requirements described herein to be considering capable:

The Lake Sonoma Fish Hatchery has two Cummins brand generators (Model # DFEG-4559100, Serial # E100124415 & E100124416) used to provide emergency power to the entire hatchery facility during power outages. It is mission essential that the generators are in optimal working condition to ensure reliable backup power during emergency outages to keep the water flowing through the hatchery and the fish alive. Power outages are common in the Lake Sonoma AOR and can last for multiple days. Cummins brand generators are proprietary and require a certified Cummins technician to perform the maintenance and repairs.

The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform repair of the back-up generator system components as defined in this Performance Work Statement except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract.The period of performance is 400 days from award. 

This synopsis is not considered a Request for Quotation or Proposal. No solicitation document is available, and telephone requests for a copy of the solicitation will not be honored. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. All responses received will be considered. If no affirmative written response is received, the service contract will be awarded without further notice. A determination by the Government not to compete this proposed service contract is based on the authorities necessary to provide the services described herein. Award of this contract will be based upon the possible responses to this notice and is solely within the discretion of the Government.

Detailed capabilities must be submitted to the following email address(es) not later than 12:00 PM (PDT), 09 April 2026: logan.champlin@usace.army.mil and nairi.freeman@usace.army.mil.

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in