National Center for Critical Information Processing and Storage Uninterruptible Power Supply Battery and Capacitor Replacement
ID: 80NSSC25Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Battery Manufacturing (335910)

PSC

BATTERIES, RECHARGEABLE (6140)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking a qualified small business to establish a Blanket Purchase Agreement (BPA) for the replacement of Uninterruptible Power Supply (UPS) batteries and capacitors at the National Center for Critical Information Processing and Storage (NCCIPS) located in Stennis Space Center, Mississippi. The procurement aims to ensure the operational readiness of critical power systems by replacing OEM capacitors and batteries across multiple fiscal years, from August 2025 to August 2029, with a total ceiling amount of $4 million. Interested vendors must submit a comprehensive quote by August 6, 2025, detailing their pricing, technical approach, and past performance, while adhering to specific formatting guidelines. For inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone, as outlined in the solicitation documents.

    Files
    Title
    Posted
    The National Center for Critical Information Processing and Storage (NCCIPS) has released a Request for Quote (RFQ) for a Blanket Purchase Agreement (BPA) aiming to replace Uninterruptible Power Supply (UPS) batteries and capacitors. This solicitation, identified as 80NSSC25Q0005, is exclusively open to small businesses as set aside and has a ceiling amount of $4 million over four years, from August 2025 to August 2029. Vendors must submit a comprehensive quote by August 6, 2025, detailing pricing, technical approach, and past performance, adhering to specific formatting guidelines to ensure acceptability. The evaluation process will prioritize the lowest priced technically acceptable offer, with strict verification of the vendor's status as a Vertiv Authorized Service Provider. The solicitation emphasizes compliance with various federal regulations, including provisions regarding telecommunications and ethical standards. Inquiries should be addressed to designated NASA officials and must be submitted in writing before the specified deadline. Overall, this RFQ illustrates NASA's commitment to maintaining and upgrading critical power systems through competitive bidding and a focus on small business participation.
    The Statement of Work (SOW) for the UPS Capacitors and Batteries Replacement outlines tasks and deliverables for the replacement project at NASA's National Center for Critical Information Processing and Storage (NCCIPS), Stennis Space Center, MS, from the date of award until September 30, 2028. The contract includes the procurement and installation of OEM capacitors and batteries across multiple fiscal years (FY25-FY28), specifically outlined for various UPS systems in designated buildings. Security protocols necessitate U.S. citizenship for contractor access and escort requirements on-site. Tasks involve the removal and installation of capacitors and battery strings, calibration, and recycling of old components. Payment schedules are defined for deliverables, with 40% allocated for capacitors and the remainder for batteries. Coordination for access and scheduling must comply with NCCIPS management, ensuring minimal disruption to data center operations. The document emphasizes adhering to OEM specifications and safety protocols throughout the project. This SOW reflects governmental efforts to maintain critical infrastructure and ensure operational readiness while adhering to safety and regulatory standards.
    This document outlines a pricing quote template for capacitor kits and battery supplies for Liebert UPS systems, with an emphasis on future procurement from fiscal year 2025 (FY25) through FY28. It details various capacitor kits and batteries required, with quantities specified for each fiscal year across multiple product models, including high-capacity UPS systems. The template indicates a total cost, although unit prices and extended prices are marked as zero, suggesting that this is a preliminary or draft phase. Additionally, the document includes a section regarding junction boxes and cabling, as well as costs associated with installation and labor. It emphasizes that quantities and pricing are subject to change, reflecting the dynamic nature of government procurement forecasts as associated with NASA for nuclear-capacitated systems (NCCIPS). The outlined BPA (Blank Purchase Agreement) reinforces the government’s procurement strategy, allowing for efficient purchasing while accommodating potential adjustments based on award dates. This summary encapsulates vital aspects of government RFPs in energy and infrastructure management, highlighting necessary resources for operational support across multiple fiscal years.
    The RFQ Question Template serves as an official guideline for submitting inquiries related to a Request for Quote (RFQ). It outlines a structured approach where respondents are required to record their questions, specifying the RFQ reference that relates to each question, such as attachment numbers, page numbers, or section identifiers. Respondents must submit one question per row, maintaining the order of appearance from the RFQ and can categorize questions as "General" if they do not pertain to a specific section. This template fosters organized communication, ensuring clarity and coherence in the Q&A process associated with the RFQ, enhancing overall project efficiency and stakeholder engagement.
    Similar Opportunities
    61--BATTERY POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130015669043. The contract includes the delivery of four units to the USS Kansas City (LCS 22) and one unit each to the USS Carl M. Levin (DDG 120) and USS Wayne E. Meyer (DDG 108), all required within 60 days after order (ADO). These battery power supplies are critical for the operational readiness of naval vessels, ensuring reliable power distribution for various electrical equipment. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the DLA at DibbsBSM@dla.mil.
    61--BATTERY POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130015669043. The contract includes the delivery of four units to the USS Kansas City (LCS 22) and one unit each to the USS Carl M. Levin (DDG 120) and USS Wayne E. Meyer (DDG 108), all required within 60 days after order (ADO). These power supplies are critical components for naval operations, ensuring reliable power distribution for various electrical equipment. Interested vendors are encouraged to submit their quotes electronically, with further inquiries directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    61--BATTERY POWER SUPPL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of battery power supplies under solicitation number NSN 6130016434896. The requirement includes multiple line items for delivery to various naval vessels, including the USS MAHAN DDG 72, USS BULKELEY DDG 84, and USS FRANK E PETERSEN JR DDG 121, with all deliveries expected within 150 days after order. These battery power supplies are critical for the operational readiness of the naval fleet, ensuring that essential electrical systems function effectively. Interested vendors, particularly small businesses as this is a total small business set-aside, can submit their quotes electronically, and should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil.
    61--BATTERY POWER SUPPL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130016434896. The requirement includes the delivery of multiple units to various naval vessels, including the USS Bulkeley DDG 84 and the USS Frank E. Petersen Jr. DDG 121, with a delivery timeline of 150 days after order (ADO). These battery power supplies are critical for ensuring the operational readiness of naval ships, highlighting their importance in maintaining fleet capabilities. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the primary contact at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    J061--UPS IT Battery Maintenance Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 16, is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide UPS IT Battery Maintenance Services for the Gulf Coast Veterans Health Care System located in Biloxi, Mississippi. This presolicitation notice indicates a requirement for service, maintenance, and repairs of UPS IT equipment, emphasizing the importance of these services in supporting the healthcare system's operational integrity. A solicitation package will be released following this notice, and interested parties must be registered and verified in SAM, SBA VetCert, and comply with Vet 4212 reporting requirements to be eligible for award. For inquiries, contact D. Rene' Impey at rene.impey@va.gov or call 228-523-4747.
    61--BATTERY,STORAGE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of storage batteries under solicitation number 6140016772079. The requirement includes the delivery of two units each to the USS The Sullivans (DDG 68), USS Anchorage (LPD 23), and USS Bulkeley (DDG 84), with a delivery timeline of 60 days after order. These batteries are critical for the operational readiness of naval vessels, ensuring reliable power supply for various onboard systems. Interested vendors, particularly small businesses, are encouraged to submit their quotes electronically, with all inquiries directed to the DLA's buyer via the provided email address, DibbsBSM@dla.mil.
    FY26 Entrust Subscription Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking qualified vendors for the FY26 Entrust Subscription Renewal, a procurement set aside for small businesses under the NAICS Code 513210. This contract involves the acquisition of various Entrust CA Gateway subscriptions, PKI enrollment licenses, and associated Platinum Support Annual Fees, all of which are critical for maintaining secure communications and operations within NASA's Marshall Space Flight Center. The subscriptions will be delivered electronically and are required for a one-year period starting January 1, 2026, with a need by date of December 31, 2025. Interested parties must submit their quotes by December 11, 2025, at 8 a.m. CT, and can contact Stephanie Graham at Stephanie.n.Graham@nasa.gov for further information.
    FY26 Wave6 Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    J061--636-26-1-5058-0029 - Service - UPS Maintenance - NWI
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa VA Healthcare System located in Omaha, NE. This procurement, designated as a combined synopsis/solicitation (36C26326Q0162), requires contractors to provide semiannual preventive maintenance, battery replacement, and full-service repair for various UPS units, with a focus on compliance with industry standards and manufacturer recommendations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will span a base period from January 1, 2026, to December 31, 2030, with quotes due by December 17, 2025, at 5:00 PM CST. Interested parties should submit their quotes via email to Contract Specialist James Miller at james.miller4@va.gov.
    iSite License Renewal
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its iSite License through a sole source contract with MSM GROUP INC, which is the sole provider for this service. The iSite system is critical for program management at the Kennedy Space Center, encompassing modules for deliverables, financials, risk management, and task management, along with features such as unlimited user access and 24/7 help desk support. The contract period is set from December 15, 2025, to December 14, 2026, and interested organizations may submit their capabilities and qualifications to the primary contact, Monica Wilson, by 2:00 p.m. Central Standard Time on December 12, 2025, for consideration in determining the potential for competitive procurement.