Uninterruptible Power Supply for Shipboard Alarm and Announcing System and Electronic Chart Display and Information System
ID: 70Z04425RC2PL2550Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 3 PORTSMOUTHPORTSMOUTH, VA, 23703, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

CONVERTERS, ELECTRICAL, NONROTATING (6130)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 4:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Uninterruptible Power Supplies (UPS) to support the Shipboard Alarm & Announcing System (A&AS) and the Electronic Chart Display and Information System (ECDIS). The initiative aims to replace obsolete UPS equipment that is no longer supported by manufacturers, thereby ensuring operational continuity and reliability in critical maritime communication and navigation systems. This procurement is vital for maintaining the functionality and safety of U.S. Coast Guard operations, with a maximum contract value of $2,500,000 and a delivery timeline of 90 days post-award. Interested vendors must submit their proposals by April 28, 2025, and can contact Roberta Pluim or Danielle Beavers-Rose for further information.

Files
Title
Posted
Apr 7, 2025, 1:04 PM UTC
The United States Coast Guard (USCG) is seeking proposals for new Uninterruptible Power Supplies (UPS) to replace obsolete equipment used for the Shipboard Alarm & Announcing System (A&AS) and Electronic Chart Display and Information System (ECDIS) at the Command, Control, Communications, Computers, Cyber, and Intelligence Service Center (C5ISC). These replacements are necessary as current systems are unsupported by manufacturers, impacting vital communication and navigation capabilities during power outages. The selected UPS must undergo a 30-day testing phase in a shipboard environment and comply with specific technical requirements, including capacity, dimensions, and input/output connection standards. Additionally, the contractor must adhere to applicable government and industry standards, including warranty provisions and accessibility requirements under Section 508 of the Rehabilitation Act. The procurement process emphasizes the USCG's commitment to ensuring operational readiness and continuity of critical systems. Overall, the initiative seeks dependable power solutions to enhance functionality and safety in maritime operations.
Apr 7, 2025, 1:04 PM UTC
The document outlines the terms and conditions for a federal Request for Proposal (RFP) regarding the replacement of the Shipboard Alarm and Announcing System (A&AS) and the Electronic Chart Display and Information System (ECDIS). Key sections cover compliance with the Department of Homeland Security's (DHS) cybersecurity policies, including Information Security Systems Program 4300A, which mandates adherence to specific security standards such as encryption, security reviews, and Interconnection Security Agreements for systems connected to non-DHS networks. It stipulates that contractors must utilize only Original Equipment Manufacturer (OEM) products and follow detailed supply chain risk management procedures, including maintaining accountability for components and secure transportation of Information and Communications Technology (ICT) goods. Additionally, rigorous requirements for privacy and incident reporting, particularly regarding Personally Identifiable Information (PII), are specified. The contractor is responsible for complying with various federal mandates to ensure the secure handling of sensitive information throughout the contract lifecycle. This document serves as guidance for vendors seeking to provide services while meeting stringent security and operational standards necessary for government contracts.
Apr 7, 2025, 1:04 PM UTC
The document outlines the marking, packaging, delivery, and inspection requirements for parts ordered under an unspecified Indefinite Delivery Indefinite Quantity (IDIQ) contract for the U.S. Coast Guard. It specifies adherence to standards such as ASTM D3951 and MIL-STD-2073-1E for the packaging process, including the need for bar coding and strict preservation methods. The items, particularly uninterruptible power supplies (UPS), have designated delivery addresses within the Coast Guard to ensure effective logistics support. All components must be preserved with specific treatments and adequately sealed to prevent contamination during transit. Packaging should protect items from damage and be labeled with essential information like National Stock Numbers (NSN) and condition codes. Additionally, documentation is required with each delivery, which must include a Material Inspection and Receiving Report. Overall, the contract emphasizes precise compliance to enhance logistic efficiency and maintain equipment integrity for the Coast Guard’s operations.
Apr 7, 2025, 1:04 PM UTC
This document outlines the specifications for various Uninterruptible Power Supply (UPS) systems intended for federal grant proposals and procurement requests. It includes detailed information on multiple models by Eaton and APC, specifying system capacities ranging from 850VA to 3.1kVA, input voltages, physical dimensions, weights, input/output connections, mounting options, and typical runtimes under full and half loads. Each model is equipped with an RS-232 connection for remote monitoring. The inventory highlights the importance of reliable power supplies for ensuring operational continuity in government installations. Each UPS model is identified by part numbers and National Stock Numbers (NSNs), indicating that they are standardized for military or federal procurement. This documentation serves as a reference for entities seeking to purchase or grant proposals for UPS systems, ensuring compliance with federal specifications and facilitating informed decision-making regarding power supply solutions in government operations.
Apr 7, 2025, 1:04 PM UTC
The document outlines the Price Schedule for a federal Request for Proposal (RFP), specifically Solicitation #: 70Z04425RC2PL2550. It details the requirements for contractors to submit firm-fixed unit prices for Uninterruptible Power Supply (UPS) systems over a five-year period, with specific pricing to be filled in by bidders. All items must be proposed FOB Destination, with unit prices reflecting total costs, including duties and delivery. Delivery is mandated within 90 calendar days upon receipt of the order, and compliance with packaging and marking standards is required as per Attachment 3. The structure includes Contract Line Item Numbers (CLINs) for various UPS items, each designated with an estimated quantity and a placeholder for the total price. The orderly format aids bidders in providing necessary pricing information, emphasizing transparency and accuracy for governmental procurement processes, aimed at ensuring a reliable supply of equipment for federal operations.
Apr 7, 2025, 1:04 PM UTC
The document outlines the technical specifications and compliance requirements for procuring Uninterruptible Power Supplies (UPS) for the U.S. Coast Guard (USCG). It details two UPS systems: one with a capacity of 1.5kVA and another with a capacity of 3.0kVA, both requiring a minimum runtime of 30 minutes at full load. Key specifications include restrictions on dimensions (height, width, and depth), input/output connections (NEMA L5-30P and NEMA 5-30R), and mounting options (rack-mounted). Additional features include the need for RS-232 connections for remote monitoring and safety features like receptacle locking to prevent unauthorized access. The contractor is required to provide a commercial warranty of at least three years post-delivery, covering any OEM warranties. The document emphasizes ensuring that contractors specify compliance with every requirement, with allowances for additional information on any shortcomings. Overall, this RFP aims to modernize the USCG’s power supply systems while meeting specific operational and safety standards.
Apr 7, 2025, 1:04 PM UTC
The DD Form 1423-1 establishes a Contract Data Requirements List, used to specify data items related to government contracts, particularly within the Department of Defense. It requires contractors to deliver Technical Manuals and associated supplemental data electronically, adhering to specific formats like Microsoft Office or PDF, within 30 days post-award. The document outlines requirements for marking distribution statements and emphasizes compliance with export laws, mandating secure destruction of sensitive materials. Key entries include contract details, data items, submission timelines, and addressee information for drafts and final documents. The form also categorizes data items into groups based on their significance to the contractor's performance and outlines associated pricing estimates, with provisions for administrative costs. This form supports federal RFP processes by providing clear guidelines for documentation and submission criteria, ensuring contractors deliver necessary data in compliance with government standards.
Apr 7, 2025, 1:04 PM UTC
The U.S. Coast Guard is soliciting offers for the procurement of Uninterruptible Power Supplies (UPS) for critical maritime systems. This combined synopsis/solicitation, numbered 70Z04425RC2PL2550, aims to acquire new commercial UPS units for use in navigational and communication systems aboard ships. Issued on April 7, 2025, the offers are due by April 28, 2025, at noon ET. The acquisition is unrestricted and falls under NAICS code 335999, with a size standard of 600 employees. The contract will be an Indefinite-Delivery Indefinite-Quantity (IDIQ) type with firm-fixed prices, covering a five-year ordering period and a maximum contract value of $2,500,000. Proposals must include adherence to specified technical requirements outlined in Attachment 1 and will be evaluated based on pertinent FAR provisions. Delivery of the UPS units is expected within 90 days post-award, primarily aimed for the USCG Surface Forces Logistics Center in Baltimore, MD. The document outlines necessary contract clauses, invoicing procedures, and demands adherence to regulatory compliance, including prohibitions on certain foreign products and employee rights under whistleblower protections. This solicitation underscores the Coast Guard's commitment to procurement that meets operational and safety standards while facilitating timely and efficient delivery of essential electrical components.
Lifecycle
Title
Type
Similar Opportunities
Open, Inspect, Report and Overhaul of Power Supply, UPS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the open, inspection, reporting, and potential overhaul of Uninterruptible Power Supply (UPS) units, with a total quantity of 67 units required. This procurement is critical for maintaining the operational capabilities of the U.S. Coast Guard's Medium Endurance Product Line, ensuring that essential power supply equipment is functional and reliable. Interested vendors must submit their quotes by April 14, 2025, at 10:00 AM EDT, and should direct any inquiries to Donna Scandaliato at Donna.M.Scandaliato@uscg.mil. The contract will be awarded based on the lowest price of technically acceptable offers, and all submissions must comply with the specified packaging and marking requirements as outlined in military standards.
48VDC UPS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of 48VDC Uninterruptible Power Supplies (UPS). The procurement aims to ensure the operational readiness of these critical electrical converters, which are essential for maintaining power supply in various defense applications. The contract will require a Repair Turnaround Time (RTAT) of 81 days, with the expectation that all repairs meet stringent quality assurance standards and are performed in accordance with applicable military specifications. Interested contractors should submit their quotes, including pricing and RTAT, to Marcus A. Hill at marcus.a.hill21.civ@us.navy.mil or by phone at 717-605-6055, with the solicitation details emphasizing the importance of timely and compliant submissions.
OPEN, INSPECT AND REPORT INDICATOR XMTR SHIPS CONTROL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the opening, inspection, reporting, and potential overhaul of Indicator XMTR Ships Control units, with a total quantity of two units required. This procurement is critical for maintaining the operational readiness of the U.S. Coast Guard's Medium Endurance Product Line, as these components are essential for shipboard alarm and signal systems. Interested vendors must ensure compliance with specific packaging and marking requirements, as outlined in the associated documentation, and submit their quotes by May 2, 2024, at 10:00 AM EDT. For further inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II), aimed at enhancing maritime operational capabilities under extreme weather conditions. The procurement focuses on the design, construction, and delivery of a vessel capable of performing multi-mission tasks, including Search and Rescue (SAR), law enforcement, and environmental protection, while ensuring compliance with stringent operational and safety specifications. This initiative is critical for maintaining the Coast Guard's readiness and effectiveness in high-risk maritime environments, with an estimated total evaluated price of $1,660,000 over a seven-year period. Interested contractors must submit their proposals by April 23, 2025, and can direct inquiries to William E. Lewis at William.E.Lewis3@uscg.mil.
Power Supply, Power Strip, & Electrical Receptacle
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotes for the procurement of various electrical items, including power supplies, power strips, and electrical receptacles. This combined synopsis/solicitation emphasizes a firm fixed-price purchase order, requiring vendors to provide specific items listed in the attached parts list without substitutions, with delivery to Baltimore, Maryland, by July 15, 2025. The goods are essential for maintaining operational readiness and ensuring reliable power supply systems on Coast Guard vessels. Interested vendors should submit their quotes, including pricing and delivery timelines, to the primary contact, SK2 Tyrone Johnson, at TYRONE.W.JOHNSON@USCG.MIL, by the specified deadline.
Repair of APU Gen Control Unit
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of Auxiliary Power Unit (APU) Generator Control Units under solicitation number 70Z03825QH0000030. The procurement involves a firm-fixed price purchase order for an initial quantity of four units, with an option to increase the quantity by an additional four units within a year, emphasizing the need for compliance with federal regulations and safety standards. This opportunity is crucial for maintaining operational readiness of Coast Guard aircraft, and interested vendors must submit their quotations by April 30, 2025, to the designated contacts Angela L. Watts and the procurement email provided. The anticipated award date is on or about May 6, 2025.
VARIOUS ELECTRICAL HARDWARE AND SUPPLIES
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for various electrical hardware and supplies through a combined synopsis/solicitation. The procurement includes items such as circuit breakers, connectors, lugs, and relays, which are essential for maintaining operational readiness and safety in Coast Guard operations. Interested vendors must provide their quotations by the specified deadline, ensuring compliance with federal regulations, including registration in SAM.gov and adherence to packaging and delivery requirements. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL, with all deliveries required by September 22, 2025.
Control Unit, CH100 - Open, Inspect Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide inspection and repair services for 52 units of the Control Unit, CH100, under solicitation number 2125405B4200RR005. The primary objective is to open, inspect, and report on the condition of these units, which are critical for communication operations, and to determine if they can be repaired to meet operational standards. This procurement emphasizes the use of L3 Harris authorized technicians and parts due to the proprietary nature of the equipment, ensuring compliance with federal regulations and operational readiness. Interested vendors must submit their written quotes by May 1, 2025, at 12:00 PM ET, to the Contract Specialist, Megan Maday, at megan.l.maday@uscg.mil, and the Contracting Officer, Delton Brun, at Delton.L.Brun@uscg.mil.
TELEPHONE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a ruggedized telephone auto attendant console, part number PSE-EXP7965-01NG00, from Presidio Networked Solutions, Inc. This procurement involves five units that must be individually packaged and marked according to stringent military standards, including MIL-STD-2073-1E and MIL-STD-129R, to ensure protection during shipment and storage. The items are critical for operational communication within the Coast Guard, and the contract will be awarded based on the lowest price technically acceptable criteria. Interested vendors must submit their quotations by April 14, 2025, at 10:00 AM EST, and can contact Donna Scandaliato at donna.m.scandaliato@uscg.mil for further information.
Uninterruptable Power Supply (UPS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for the design, procurement, installation, testing, and commissioning of Uninterruptible Power Supply (UPS) systems at Al Udeid Air Base, Qatar. The project aims to provide reliable power protection for critical equipment within Buildings B5506 and B5507, with a construction magnitude estimated between $250,000 and $500,000. This initiative is essential for maintaining operational readiness and ensuring the integrity of mission-critical systems, emphasizing the need for compliance with rigorous safety and performance standards. Interested contractors must submit their proposals by April 17, 2025, with project completion expected by August 1, 2025. For further inquiries, contact Phillip Mott at phillip.mott@us.af.mil or Joseph Russell at joseph.russell.10@us.af.mil.