Enterprise Centralized Uninterrupted Power Supply (UPS) Program
Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINTENANCE OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Z1BG)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from qualified vendors for its Enterprise Centralized Uninterrupted Power Supply (UPS) Program, aimed at providing maintenance and replacement services for UPS systems across at least 56 sites in the United States and its territories. The FBI requires support to ensure uninterrupted power to critical IT infrastructure, with a focus on balancing cost-effectiveness and system reliability, while exploring flexible service models that may include both third-party and Original Equipment Manufacturer (OEM) support. This initiative is crucial for maintaining operational continuity and minimizing network interruptions, particularly as not all offices have maintenance bypass capabilities. Interested vendors should submit their responses to the Request for Information (RFI) by email to Andrea Dailey at amdailey@fbi.gov by November 20, 2025, at 10:00 AM Central Time, while adhering to the guidelines outlined in the attached questionnaire.

    Point(s) of Contact
    Andrea Dailey
    amdailey@fbi.gov
    Melissa J. Golicz, Contracting Officer
    mgolicz@fbi.gov
    Files
    Title
    Posted
    This government file outlines a detailed request for information from vendors regarding centralized UPS service plans. It seeks comprehensive details on service offerings, including the frequency and scope of preventive maintenance visits, specific tasks included, and coverage similarities between different visit types. The document also emphasizes the vendor's technical ability, personnel qualifications, experience, and adherence to industry standards and safety protocols. Key aspects covered are priority scheduling, documentation provided before and after visits, report content and turnaround times, and the cost structure of maintenance plans, including extra charges, out-of-hours service, travel, and cancellation policies. Additionally, the request asks about nationwide service availability, escalation processes for unresolved issues, warranties, enterprise forecasting for part replacement, appointment management, GSA Schedule status, pricing basis for OEM vs. third-party maintenance, and any other relevant assumptions or concerns. This file serves as a comprehensive questionnaire to assess potential vendors for centralized UPS maintenance services, focusing on operational details, technical expertise, financial aspects, and service guarantees.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Hardware-UPS
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for the procurement of hardware and services related to Uninterruptible Power Supply (UPS) systems, specifically under RFQ CORHQ-25-Q-0474. The initiative aims to replace aging, mission-critical hardware nearing the end of its life, including HPE servers, Data Center Expert software, and various hardware components, while also providing extensive support services across multiple FDIC locations. This procurement is crucial for enhancing the reliability of critical applications and mitigating hardware failures. Interested offerors must submit their proposals by December 12, 2025, at 2:00 PM ET, and can direct inquiries to Kacie Lynch at klynch@fdic.gov or by phone at 703-562-2472.
    UAS Controlled Via Fiber Optic Cable
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of producing Unmanned Aerial Systems (UAS) that are controlled via fiber optic cable and compliant with the National Defense Authorization Act (NDAA). This Request for Information (RFI) aims to identify potential suppliers who can meet these specifications, emphasizing the need for UAS that operate effectively between the aircraft and the Ground Control Station (GCS). The procurement is crucial for enhancing operational capabilities in surveillance and reconnaissance missions. Interested parties, both small and large businesses, must submit capability statements by December 23, 2025, and direct any questions regarding the RFI in writing by December 10, 2025, to Brian Ames at bames@fbi.gov.
    FBI Police Uniforms
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity involves establishing a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for one base year and four option years, with a total estimated value not to exceed $2,500,000, and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance among FBI personnel, which is critical for operational effectiveness and public identification. Interested vendors must submit proposals, including samples, by January 9, 2026, and can direct inquiries to Victoria McDaniels at vmcdaniels@fbi.gov.
    Basic Unmanned Aerial System
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential vendors regarding the procurement of a Basic Unmanned Aerial System (UAS), specifically a ruggedized, backpack portable quadcopter. The UAS must meet specific requirements, including a minimum flight time of 30 minutes, compliance with the National Defense Authorization Act (NDAA), an Ingress Protection rating of IP53 or better, video recording capabilities, and an integrated Ground Control Station with a display, all within a target price of $12,000 or less. This initiative is crucial for enhancing the FBI's operational capabilities, and interested parties are invited to submit capability statements by December 23, 2025, and direct any questions to Brian Ames at bames@fbi.gov by December 10, 2025.
    FTG267 R and C 80KVA UPS Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is crucial for ensuring reliable power supply and operational readiness within the facility. The procurement is set aside for small businesses under the SBA guidelines, and interested parties must request a copy of the solicitation and any amendments by contacting Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil. For further inquiries, Brittney Morrison can also be reached at 907-753-2894.
    J061--UPS Maintenance - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa Healthcare System. This procurement, identified by solicitation number 36C26326Q0162, requires comprehensive maintenance, including semiannual preventive services, battery replacements, and full-service repairs for various UPS units across multiple VA facilities in Nebraska and Iowa. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a firm fixed-price base contract with four option years, covering the period from January 1, 2027, to December 31, 2030. Interested contractors must submit their quotes via email to James Miller at james.miller4@va.gov by December 11, 2025, and ensure they are registered in the System for Award Management (SAM) database. Technical questions are due by December 4, 2025.
    Casecracker Onyx Software
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a contractor for the maintenance of the CaseCracker Onyx Interview Recorder Management System (IRMS) software. This procurement involves providing maintenance services for 110 units on a firm-fixed price basis for a period of three months, commencing on March 2, 2023. The CaseCracker Onyx software is critical for managing interview recordings, thereby supporting the FBI's operational efficiency and productivity. Interested parties can reach out to Joe Spatafore at Jspatafore@fbi.gov for further details regarding this opportunity.
    LEEDS PMA
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source, firm-fixed-price contract with LEEDS Precision Instruments, Inc. for the purchase of extended warranty and software upgrades for the Evofinder System 848. This procurement aims to ensure timely and cost-effective preventive maintenance, instrument upgrades, and support for the Evofinder® Automated Ballistic Identification System, which is critical for the FBI's laboratory operations. Interested parties may submit capability statements or proposals to the primary contact, Adelle Bolton, via email at albolton@fbi.gov by 08:00 AM EST on December 13, 2025, to express their interest in this opportunity. Vendors must be registered in the System for Awards Management (SAM.gov) to be eligible for government contracts.
    Artificial Intelligence for Unmanned Aerial Systems
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of providing artificial intelligence (AI) solutions for unmanned aerial systems (UAS) at its Redstone Arsenal office in Huntsville, Alabama. The FBI's Request for Information (RFI) aims to identify AI/machine learning (ML) systems that can process real-time video feeds for various applications, including object detection, license plate recognition, facial recognition, and perimeter detection, with a requirement for basic functionality at Technology Readiness Level (TRL) 7 or above. These capabilities are critical for enhancing surveillance and operational effectiveness in law enforcement activities. Interested parties, both small and large businesses, are invited to submit capability statements detailing their qualifications by December 30, 2025, with inquiries directed to Brian Ames at bames@fbi.gov.
    Financial Systems Support and Reporting Services.
    Buyer not available
    The Department of Justice, specifically the Office of Justice Programs (OJP), is seeking qualified vendors to provide Financial Systems Support and Reporting Services. The primary objective of this procurement is to deliver comprehensive financial management operations support, including financial reporting, data analysis, audit support, and internal controls for OJP's grant-making components, which manage a substantial $17 billion financial operation. This opportunity is critical for ensuring compliance and efficiency in financial operations, with key tasks involving grant and non-grant financial support, development of reporting solutions, and implementation of controls to mitigate errors. Interested parties should submit their responses to the Request for Information by December 10, 2025, via email to Treva Paris at Treva.Paris@usdoj.gov, with a maximum of 10 pages in PDF or Word format.