Active SLED Opportunity · DC · DEPARTMENT OF GENERAL SERVICES (DGS), DC

    Generator Replacement at Various FEMS Engine Houses And Facilities

    Issued by Department of General Services (DGS), DC
    localIFBDepartment of General Services (DGS), DCSol. 255280
    Open · 5d remaining
    DAYS TO CLOSE
    5
    due Apr 28, 2026
    PUBLISHED
    Apr 10, 2026
    Posting date
    JURISDICTION
    Department of
    local
    NAICS CODE
    238210
    AI-classified industry

    AI Summary

    DGS DC seeks a General Contractor to replace and install generator and automatic transfer switch systems at multiple FEMS engine houses. The project includes furnishing labor, materials, and supervision to ensure fully operational emergency power systems. Electronic bids due April 28, 2026.

    Opportunity details

    Solicitation No.
    255280
    Type / RFx
    IFB
    Status
    open
    Level
    local
    Published Date
    April 10, 2026
    Due Date
    April 28, 2026
    NAICS Code
    238210AI guide
    State
    Dc
    Agency
    Department of General Services (DGS), DC

    Description

    General work description: The District of Columbia (the “District”) Department of General Services (the “Department” or “DGS”) is issuing this Invitation for Bids (“IFB” or “Solicitation”) to engage a qualified General Contractor (the “Contractor”) for the replacement and installation of Generator Systems and Automatic Transfer Switch (“ATS”) Systems at various FEMS Engine Houses in Washington, DC (the “Project”). The Contractor shall furnish all labor, materials, equipment, and supervision necessary to deliver complete and fully operational systems in accordance with the contract documents, applicable codes, and permitting authority requirements.

    Background

    This solicitation supports DGS’s ongoing efforts to ensure reliable emergency power across its facilities through the replacement and installation of Generator Systems and Automatic Transfer Switch (“ATS”) Systems at various FEMS Engine Houses in Washington, DC (the “Project”). The Contractor shall furnish all labor, materials, equipment, and supervision necessary to deliver complete and fully operational systems in accordance with the contract documents, applicable codes, and permitting authority requirements. These services are essential to maintaining operational continuity at the FEMS facilities.

    The locations are listed below:

     

    Station/Facility

    Address

    Square Footage

    Built

    Engine 3

    439 New Jersey Avenue NW

    11,836

    1979

    Engine 7

    1101 Half Street SW

    7,590

    1961

    Engine 9

    1617 U Street NW

    10,151

    1967

    Engine 14

    4801 North Capitol Street NW

    7,500

    1945

    Engine 16

    1018 13th Street NW

    25,634

    1932

    Engine 20

    4300 Wisconsin Avenue NW

    13,044

    1911

    Training South Lower

    4600 Shepherd Parkway SW

    9,000

    1995

    Ready Reserve North E24

    915 Gallatin Street NW

    22,943

    2002

    Project Details

    • Reference ID: DCAM-26-CS-IFB-0007
    • Department: Public Safety (C&P)
    • Department Head: Eric Njonjo (Deputy Chief Procurement Officer)

    Important Dates

    • Questions Due: 2026-04-15T20:00:20.865Z
    • Pre-Proposal Meeting: 2026-04-13T18:00:28.173Z — https://teams.microsoft.com/meet/287354789347028?p=bs7xzRYtBsuvC6rrhR Meeting ID: 287 354 789 347 028 Passcode: mz2Yc7GY

    Meetings & Milestones

    EventDateLocation
    Public Bid Opening 2026-04-28T19:30:38.897Zhttps://teams.microsoft.com/meet/29965690799123?p=OLm597SgpyHP1X8OjC Meeting ID: 299 656 907 991 23 Passcode: cN2A8Vf9

    Addenda

    • Addendum #1 (released 2026-04-15T18:27:22.349Z) —

      Attachment C (Bid Form and Offer Letter): This Addendum hereby revises Attachment C to correct CLIN 22, which shall read “Ready Serve North – Engine 24.

       

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-04-20T15:07:24.197Z) —

      Attachment C (Bid Form and Offer Letter): This Addendum hereby adds Attachment_C-_DCAM-26-CS-IFB-0007_Bid_Form_V2.docx  to the Attachments module of this solicitation. Bidders shall utilize V2 of Attachment C to submit their bid. 

       

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #3 (released 2026-04-22T16:38:03.199Z) —

      Addendum No. 03 is hereby released and incorporated into the solicitation. 

      Issued: April 22, 2026

      Item No. 01 - The RFI Questions and Answers are hereby released and available in the Questions and Answers module. 

       

       

    Evaluation Criteria

    • Important Instructions for Electronic Submittal

      The Department of General Services (DGS), DC is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Submit Response", and follow the instructions to submit the electronic bid.

    • Project Details

      Refer to the Attachments section to download project documents.

    Submission Requirements

    • Vendor's Response Upload (required)

      Please Upload your COMPLETE Proposal here (excluding pricing).

    • Vendor's Pricing Upload - Attachment C Only (required)
    • Evaluation Committee? (required)

      Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?

    • How would you like to receive vendor pricing? (required)

    Questions & Answers

    Q (No subject): What is the qualification for reward? Is it lowest price technically acceptable bid?

    A: Award will be made to the lowest evaluated bidder per engine house, who is responsive and responsible.


    Q (Question 1 – Design Responsibility): Please confirm the extent of the Contractor’s design responsibility. Is the Contractor acting as the Engineer of Record for all disciplines (electrical, structural, mechanical), or will DGS provide design support or bridging documents beyond the conceptual Scope of Work?

    A: Please refer to Attachment B with existing and recommended equipment sizes. The Engineer of Record is responsible for verifying all information and preparing sealed shop drawings and documents required for the DOB building permit. It is the Contractor's responsibility to ensure verification by the Contractor's registered Engineer/Designer.


    Q (Question 2 – Gas Service and Upgrades): Several sites indicate that existing gas service is insufficient and requires verification with Washington Gas. Please confirm whether all gas service upgrades, regulators, and coordination costs are to be included in the Contractor’s base bid or if any portion will be handled by the utility or owner.

    A: Attachment B provides the available 2 psi gas service information for each site. The Contractor is responsible for verifying actual gas availability with Washington Gas after contract award. Any required gas service upgrades, regulators, or coordination with the utility are to be included in the Contractor’s scope unless otherwise noted by Washington Gas.


    Q (Question 3 – Generator Type Feasibility): Since natural gas generator feasibility will be determined post-award, please confirm whether bidders are to assume full compliance with natural gas installation requirements at all sites, including any required infrastructure upgrades, or if adjustments will be made post-award based on feasibility.

    A: Bidders should assume full compliance with natural gas installation requirements at all sites based on the available 2 psi gas information in Attachment B. However, actual feasibility and final gas availability must be verified by the Contractor with Washington Gas post award. Any required infrastructure upgrades or changes identified after coordination with Washington Gas will be addressed post award in accordance with actual site conditions.


    Q (Question 4 – Electrical Infrastructure): Please confirm the extent of electrical scope, including whether replacement or upgrades of feeders, panels, or distribution equipment are required to support the new generator and ATS systems, or if the Contractor is to connect to existing infrastructure as-is.

    A: The project is a full backup generator upgrade, which includes replacement of the generator and ATS. The Contractor should assume all necessary electrical work to support the new equipment, including any required rough in conduits, piping, and associated wiring. Existing panels and the main distribution panel (MDP) are expected to remain, and an MDP replacement is not required. However, some breaker upgrades or adjustments may be needed and can be addressed post award based on actual field conditions. The Contractor’s base scope shall include all work necessary to deliver a fully operational upgraded generator system.


    Q (Question 5 – Conduit and Feeder Routing): Since generator and ATS locations will be finalized post-award, please confirm whether there are any maximum assumed distances for conduit and feeder runs to be included in the base bid.

    A: There are no assumed maximum conduit or feeder run distances included in the base bid. Generator and ATS locations will be finalized post award, and once locations are confirmed, it becomes the Contractor’s sole responsibility to provide all necessary conduit, feeders, and routing required to deliver a complete and operational system.


    Q (Question 6 – Structural Responsibility): Please confirm whether structural analysis and any required reinforcements (including pads, dunnage, or roof structural upgrades) are fully the responsibility of the Contractor and should be included in the base bid.

    A: Structural analysis and all required structural reinforcements — including pads, dunnage, and any roof or support upgrades — are fully the Contractor’s responsibility and must be included in the base bid. The Contractor’s Engineer of Record is responsible for performing the structural assessment and providing all necessary modifications to support the new generator and ATS installations.


    Q (Question 7 – Temporary Power Requirements): Please confirm whether temporary generators are required to support full building load or critical loads only when outages exceed 24 hours.

    A: Temporary generators are not required, as the existing generator remains fully functional and will support the building until the new generator and ATS are installed. The Contractor shall coordinate the final switchover date and time once the new equipment is ready.


    Q (Question 8 – Unforeseen Conditions): Please confirm how unforeseen existing conditions (including underground utilities, structural limitations, or electrical deficiencies) will be handled beyond the $10,000 allowance per site.

    A: Unforeseen existing conditions that fall outside the defined scope and exceed the $10,000 per site allowance will be evaluated by DGS. If determined to be legitimately outside the Contractor’s contractual responsibilities and required in order to complete the project, DGS will issue a change order under a new purchase order and contract modification to cover the additional cost.


    Q (Question 9 – Demolition and Access): For generators located in constrained areas (such as basements or rooftops), please confirm whether all demolition, structural openings, and restoration required for removal and installation are to be included in the base bid.

    A: All demolition, structural openings, and restoration required to remove existing generators and install the new units — including work in basements, rooftops, or other constrained areas — must be included in the Contractor’s base bid. The Contractor is responsible for providing all means and methods necessary to complete the removal and installation in the available space.


    Q (Question 10 – BAS Integration): Please confirm whether all costs associated with BAS integration, including coordination, programming, graphics updates, and third-party vendor involvement (Intellimation), are to be included in the Contractor’s scope.

    A: All BAS integration costs are to be included in the Contractor’s scope. This includes full coordination with Intellimation, obtaining their pricing, and covering all required programming, graphics updates, and integration work as part of the base bid.


    Q (Question 11 – Basis of Bid Evaluation): Please clarify the basis of bid evaluation. The Bid Form identifies Natural Gas generators as the base bid with Diesel as an add/deduct alternate; however, the evaluation language indicates that Diesel pricing may be included in determining the lowest evaluated bid. Please confirm which generator type (Natural Gas or Diesel) will be used for bid evaluation purposes and how alternates will be applied in the evaluation.

    A: The evaluation language does not indicate that Diesel pricing may be included in determining the lowest evaluated bid. Please refer to Section B.3.2.2 which states " For purposes of evaluation, the Lowest Evaluated Bid shall be determined solely based on the Lump Sum Price for the Base Bid (CLIN 001 General Work Requirements and CLIN 002 Natural Gas-Fueled Generator)" and Section B.3.2.3 which states "The Bidder acknowledges that Alternate 01 is an optional configuration and is not included in the initial Lowest Evaluated Bid evaluation". The basis of bid evaluation is CLIN 001 (General Work Requirements) and CLIN 002 (Natural Gas-Fueled Generator).


    Q (Question 12 – Bid Coverage (All Sites vs. Partial Bid)): Please confirm whether bidders are required to submit pricing for all listed Engine Houses and facilities, or if partial bids for select sites will be accepted. If partial bids are permitted, please clarify how the Department will evaluate such bids.

    A: The Department is contemplating the award of eight (8) Lump Sum Price contracts, one per engine house, as a result of this IFB. Award will be made to the lowest evaluated bidder (See Section B.3.2 for CLINs to be included in the determination of the Lowest Evaluated Bid) per engine house, who is responsive and responsible. Bidders MUST submit pricing for all CLINs within an engine house to be considered for award, however bidders are not required to bid on every engine house.


    Q (Question 13 – CLIN Pricing Breakdown Clarification): Please clarify the intended scope breakdown between CLIN 001 (General Work Requirements) and CLIN 002 (Natural Gas-Fueled Generator). Specifically, confirm which costs are to be included under each CLIN, including but not limited to demolition, installation, electrical work, fuel system modifications, pads/foundations, and associated infrastructure. The current structure is subject to varying interpretations, which may result in inconsistent bid pricing.

    A: CLIN 001 (General Work Requirements) should include all general conditions, mobilization, project management, permitting, coordination, protection of existing systems, and any site wide requirements that are not specific to the generator equipment itself. CLIN 002 (Natural Gas Fueled Generator) should include all generator related work, including demolition, installation, electrical connections, fuel system modifications, pads/foundations, and all associated infrastructure required to provide a fully operational generator system.


    Q (Question 14 – Bid Form CLIN 022 Labeling Clarification): In the Bid Form, CLIN 022 appears to be labeled as “Generator Replacement for Training Lower South”; however, it is understood that this CLIN corresponds to the Ready Reserve North (E24) facility. Please confirm the correct facility associated with CLIN 022.

    A: Please refer to Addendum No. 1 and 2 for the correct bid form. CLIN 22 corresponds to Ready Reserve North E24.


    Q (E 16 - Gas Piping): The installation of new 4‑inch gas piping from the Gas Room located in the alley to the roof involves a substantial distance and is estimated to require a minimum of five (5) days. To reduce installation time, may we utilize the existing penetrations through all three floors, the walls, and the roof? Please note that this approach would require the existing generator to be disconnected and non‑operational for approximately five (5) days. Is this acceptable?

    A: Yes, contractor may we utilize the existing penetrations through all three floors, the walls, and the roof? As part of the scope, the Contractor shall be responsible to refinish/repaint any damage modifications to drywall necessary to complete the installation of new gas piping. @ E16 - this location can be without emergency back up power for up to 92 hours during shoulder season (October -December) (March-May)


    Key dates

    1. April 10, 2026Published
    2. April 28, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.