Opportunity

SAM #N4523A26R5701

Sources Sought: Emergency Diesel Generator Rentals for Puget Sound Naval Shipyard & Associated Naval Facilities

Buyer

Puget Sound Naval Shipyard

Posted

March 27, 2026

Respond By

April 15, 2026

Identifier

N4523A26R5701

NAICS

532490, 532412

The Department of the Navy, through Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), is seeking sources for the rental of emergency diesel generators (EDGs) to provide primary and standby backup power at multiple naval installations in Washington State. - Government Buyer: - Department of the Navy - Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF) - Products/Services Requested: - Rental of emergency diesel generators (EDGs) with power ratings of 250KW, 500KW, 750KW, or 1,000KW - Generators must be 460VAC nominal, 3-phase, 60 Hz - Must comply with EPA off-road certification, NFPA 70 and 110 standards - Features include integral lockout means, appropriately sized circuit breakers, output bus bars, remote notification, local and remote start, maintenance-free starting batteries, water jacket heaters, non-resettable hour meters, integrated fuel tanks for 16 hours at full load, and NEMA 3R ISO enclosures with crane lift points - Maintenance and support services: - Pre-delivery maintenance (batteries, filters, hoses, belts, oil, load testing) - 24/7 on-call technical support by certified diesel mechanics - Repair or replacement within 48 hours of notification - On-site training for government personnel - Delivery Locations: - Primary: Puget Sound Naval Shipyard & IMF, Bremerton, WA - Alternates: Naval Base Kitsap (Bremerton, Bangor, Keyport), Naval Hospital Bremerton/Naval Base Kitsap Jackson Park, Puget Sound Naval Shipyard and IMF Bangor, Naval Station Everett, Naval Weapons Depot/Indian Island - Unique/Notable Requirements: - Generators must meet strict electrical, safety, and environmental standards - Delivery and pick-up coordinated with the Contracting Officer's Representative (COR) - Replacement systems must be delivered within 48 hours of task order award - Security and access protocols for contractor personnel - On-site training and post-repair retesting required - No specific OEMs or vendors are named; this is a sources sought/market research notice - NAICS code: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing)

Description

THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT PROPOSALS. A SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE WHICH WILL PROVIDE INSTRUCTIONS FOR OFFERORS TO RESPOND TO THIS OPPORTUNITY.

The Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), Contracting Department (Code 400), is issuing this Sources Sought notice and Request for Information (RFI). The Sources Sought is being issued as a means of conducting market research to determine the interest and capability of Industry to provide emergency diesel generators (EDG) to serve as part of an emergency power supply system (EPSS) for providing primary power and/or standby backup power. The primary delivery location will be Puget Sound Naval Shipyard and Intermediate Maintenance Facility or an alternative delivery location.  Alternative delivery locations are limited to Naval Base Kitsap Bremerton, Naval Base Kitsap Bangor, Naval Base Kitsap Keyport, Naval Hospital Bremerton/Naval Base Kitsap Jackson Park, Puget Sound Naval Shipyard and Intermediate Maintenance Facility Bangor, Naval Station Everett, and Naval Weapons Depot/Indian Island.

The tentative North American Industry Classification System (NAICS) code selected for this acquisition 532490, Testing Laboratories and Services, with a small business size standard of $40,000,000.00.

To be considered an interested vendor, you must possess this NAICS code in your System for Award Management (SAM) registration.

Interested offerors must be registered in SAM at www.sam.gov.

Based on the responses to this sources sought notice, this requirement may be set-aside for small business (in full or in part) procured through full and open competition (unrestricted), or procured on a sole source basis. All small business set-aside categories will be considered. Telephonic inquiries will not be accepted or acknowledged, the Government will not be providing evaluations or comments to companies providing sources sought responses but the responses will be used to inform the government as to the best means of  procuring this requirement.

FURTHER SPECIFICATIONS AND DETAILS WILL BE PROVIDED IN THE REQUEST FOR PROPOSAL (RFP) SUBMISSION REQUIREMENTS:

Interested parties are requested to return both the attached Request for Information questionnaire and a capability statement via email. The email subject line should be “Sources Sought Response for N4523A26R5701”. If your organization has the potential capacity and capabilities to perform these contract requirements, please provide the following information: Organization Name and CAGE code. The response to the sources sought may be in either Microsoft Word, Portable Document Format (PDF), or in the body of the email and shall be addressed to Kimberly Neumann at kimberly.e.neumann.civ@us.navy.mil and Amanpreet Johal at amanpreet.s.johal2.civ@us.navy.mil.

Submissions must be received via email no later than 9:00 AM Pacific Standard Time on 15 April 2026.

Questions or comments regarding this notice may be forwarded to Kimberly Neumann at kimberly.e.neumann.civ@us.navy.mil and Amanpreet Johal amanpreet.s.johal2.civ@us.navy.mil.

EMAIL ONLY. No phone calls will be accepted.

View original listing