Skip to content
Department of Defense

High Altitude Electromagnetic Pulse (HEMP) Hardened Generators

Solicitation: FA564126R0002
Notice ID: 0a297aa450ba416880ef11b80f32cfd3
TypeSources SoughtNAICS 423610PSC6115Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForcePostedApr 10, 2026, 12:00 AM UTCDueApr 17, 2026, 09:00 PM UTCCloses in 8 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: Multiple Base Locations • Germany. Response deadline: Apr 17, 2026. Industry: NAICS 423610 • PSC 6115.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA564126R0002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 423610 (last 12 months), benchmarked to sector 42.

12-month awarded value
$94,493
Sector total $91,464,384 • Share 0.1%
Live
Median
$32,812
P10–P90
$29,153$33,317
Volatility
Stable13%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($94,493)
Deal sizing
$32,812 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Multiple Base Locations • Germany
Contracting office
Apo, AE • 09094-3187 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Capt Kevin Sheedy
Email
kevin.sheedy.3@us.af.mil
Phone
Not available
Name
MARTINA HONNEFFER
Email
martina.honneffer.de@us.af.mil
Phone
06315368856

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
U
Office
S • AIR FORCES IN EUROPE • FA5641 764 ESS PK
Contracting Office Address
Apo, AE
09094-3187 USA

More in NAICS 423610

Description

DISCLAIMER: Please note that this is NOT an Invitation for Bid (IFB) or a Request for Proposal (RFP) or Quote (RFQ). This Sources Sought is part of ongoing Government conducted market research for planning purposes. A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation. The Government will not provide reimbursement for costs associated with this request. Responses shall be treated as information only and will not be used as a proposal. Any information provided by industry to the Government as a result of this Sources Sought is strictly voluntary; responses will not be returned. A rough order of magnitude (ROM) also does not constitute a proposal or quote. We as the Government, will treat this as information only. 

This sources sought is to addresses the procurement of commercially available, BRAND NAME OR EQUAL, Cummins Inc. HEMP-hardened Rugged Mobile Power (RMP) generators in 5 kW, 10 kW, 15 kW, 30 kW, and 60 kW models. The Government is seeking interest and capabilities from OEM or authorized/certified OEM resellers who are able to supply and service all of the specifications within this sources sought.

The current and projected requirement is for a flexible ordering mechanism to acquire these generators as needed across 42 OCONUS USAFE installations. Quantities are undetermined as this sources sought market research is for a potential future multiple year Blanket Purchase Agreement (BPA). These generators will support mission-critical Command, Control, Communications, Computers, and Intelligence (C4I) and Nuclear Command, Control, and Communications (NC3) system platforms across the USAFE theater of operations, ensuring their survivability in a post-HEMP environment. 

The most critical performance requirement is that the generators must have documented, official proof of successfully passing HEMP survivability testing at the Horizontally Polarized Dipole (HPD) EMP Simulator at NAWCAD, Patuxent River, MD. This is a military-unique requirement layered upon a commercial product. The generators must be specific Cummins Rugged Mobile Power (RMP) models compliant with MIL-DTL-32496 and MIL-STD-461F. A critical long-lead schedule item is the generator delivery, which is anticipated to be 60-120 days after receipt of order. The contractor must also provide a complete documentation package, including Hardness Maintenance/Hardness Surveillance (HM/HS) procedures per NC3 Directive 501-02. Here is the list of requirements as stated above: 

  1. Provide generators that fully comply with all specifications (SEE ATTACHMENT)
  2. Deliver complete and accurate documentation packages with each unit
  3. Ensure all HEMP test certifications are current, valid, and traceable
  4. Coordinate all logistics associated with shipment of generator units to NAWCAD Patuxent River, receipt and custody at the test site, HEMP survivability testing, and subsequent shipment to designated USAFE installation(s). Provide technical support for questions regarding generator operation, maintenance, or HEMP protection features.
  5. Provide and maintain complete, traceable HEMP test reports and certifications for each model and production lot, including all documentation required for testing/approval and ND 501‑02 HM/HS provisions. Notify the Contracting Officer immediately of any changes to product specifications, manufacturing processes, or HEMP certification status
  6. Ensure that all actions necessary to support the A4CX–contractor–Cummins Inc.(brand name or equal)–NAWCAD–USAFE delivery chain described are planned, resourced, and executed.(See Below)
    1. Required quantity of generator units by model (5 kW, 10 kW, 15 kW, 30 kW, or 60 kW)
    2. Specific CLIN(s) to be ordered 
    3. Required delivery date(s) (typically 60-120 days after receipt of order)
    4. Specific delivery location(s) and shipping instructions
    5. Packaging and marking requirements
    6. Points of contact for delivery coordination
  7. Notify the Contracting Officer immediately of any changes to product specifications, testing status, or HEMP certification status that could affect compliance with this SOW.

Questions regarding this sources sought are due to by Tuesday, 14 April 2026 at 2300 CEST (1700 EST). 

We are kindly requesting any input on whether your agency has the capability of supplying and servicing these generator for our 42 OCONUS locations. In addition, if willing and able, please provide a rough order of magnitude (ROM) with your interest and capability. 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.