Small Business Set-Aside for a Liebert Brand or Equal for Uninterruptible Power Supply (UPS) Per Attachments Provide on quote TAA Compliant
ID: N61331-25-T-JK28Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Other Computer Related Services (541519)

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)

Set Aside

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

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking quotes from small businesses for the procurement of a Liebert brand or equal Uninterruptible Power Supply (UPS) system, with a capacity of 10 kVA/10 kW, along with associated components. This procurement is a total small business set-aside, aimed at fulfilling specific operational needs while ensuring compliance with the Trade Agreements Act and other federal regulations. The UPS is critical for maintaining power reliability and operational continuity, featuring capabilities such as true on-line design and programmable output terminals. Interested vendors must submit their quotes via email to Jamell Kilgore by June 17, 2025, at 11 AM Central Time, ensuring compliance with all submission requirements, including the provision of a CAGE code and lead time. The government will evaluate submissions based on best value, considering pricing, delivery, quality, and past performance.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Request for Proposal (RFP) outlines the requirements for the procurement of Liebert ITA2 uninterruptible power supply (UPS) systems and related components to meet agency needs. The RFP specifies a 10 kVA/10 kW capacity UPS with distinctive features including true on-line design, programmable output terminals, battery backup capabilities, and extensive monitoring options. It details additional necessary accessories and related equipment such as maintenance bypass cabinets and power distribution units. The document emphasizes that offers must be evaluated based on salient characteristics and that “equal” products may be considered if they meet specific criteria regarding performance and compliance. The Contracting Officer has determined that the procurement represents the best value while ensuring the lowest overall cost for the government. Proposals must adhere to stringent conditions regarding product identification and demonstrate how any proposed products meet or exceed the specifications outlined. This RFP stresses compliance with established regulations and standards in the selection of equipment, reflecting the agency’s commitment to quality and operational reliability in technology infrastructure.
    The document outlines essential contract provisions and clauses for federal government Request for Proposals (RFPs) and grants, specifically under NAVSEA regulations. It emphasizes compliance with various contractual requirements, including payment instructions, delivery terms, and contractor obligations. Key sections include contract delivery terms (FOB Destination), electronic submission of payment requests, and detailed clauses regarding the system for award management and safeguarding of sensitive information. Additionally, it highlights the use of Navy support contractors for file management, emphasizing confidentiality and the handling of protected information. Specific provisions address contractor compliance, including restrictions on subcontracting and requirements for labor documentation in invoicing. The evaluation factors for contract award are based on the best value assessment, considering price, delivery, quality, and past performance. The document serves to guide potential contractors through compliance with federal regulations and NAVSEA’s administrative processes, ensuring transparency and accountability in government contracting.
    The memorandum outlines a "Brand Name or Equal Justification" for the Naval Sea Systems Command to procure a Liebert ITA2 10kVA/10kW Uninterruptible Power Supply (UPS) along with associated components. The acquisition, aimed at meeting the specific operational needs of the agency, will use simplified procurement procedures not exceeding $250,000 and will be funded with Navy Working Capital Funds. The UPS requirements include salient features such as true on-line design, programmable output terminals, and compatibility with various voltage configurations. Offers for equivalent products must meet defined performance criteria, include descriptive literature, and specify any proposed modifications. The Contracting Officer has determined this acquisition represents the best value for the government. The document emphasizes compliance with the Trade Agreements Act and outlines criteria for evaluating equivalent items, although it currently does not address any future barriers to competition. Overall, this justification serves to ensure that the government can meet its technical needs effectively while adhering to procurement regulations.
    Similar Opportunities
    UPS SERVICE
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking qualified contractors to provide servicing for Uninterrupted Power Supply (UPS) units on a John Lewis Class Ship. This procurement is a firm fixed price supply contract, anticipated to be posted around December 18, 2025, with a closing date on or about December 22, 2025. The UPS units are critical for ensuring reliable power supply on naval vessels, underscoring their importance in maintaining operational readiness. Interested parties must register on the SAM.gov website and direct any inquiries to Jeremy Wells at jeremy.a.wells.civ@us.navy.mil, as no telephone or fax requests will be accepted.
    BRAND NAME ONLY-Toshiba Corporation; Uninterrupted Power System (UPS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Firm Fixed Price supply contract for a Toshiba Corporation Uninterrupted Power System (UPS). This procurement is classified as a Brand Name Only requirement, emphasizing the necessity for specific Toshiba products, and will be conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13. The UPS is critical for ensuring reliable power supply in military operations, and the government will evaluate offers based on best value, considering price, delivery, and past performance. Interested vendors must submit their proposals through the designated UNISON link by the specified deadline and ensure they have an active registration in the System for Award Management (SAM). For further inquiries, vendors can contact Kristen Zigmont at kristen.zigmont.civ@army.mil or by phone at 570-615-7645.
    J061--636-26-1-5058-0029 - Service - UPS Maintenance - NWI
    Veterans Affairs, Department Of
    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.
    UPS Battery, UP, N1C.L48100EBM3U and N1C LR-Series 2000VA/1800W UPS, N1C.LR2000.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of two N1 Critical Technologies UPS Battery Modules (PN N1C.L48100EBM3U) and one N1C LR-Series 2000VA/1800W UPS Module (PN N1C.LR2000) for the Global Hawk project at the NASA Armstrong Flight Research Center in Edwards, CA. This procurement is set aside for small businesses and requires compliance with ISO 9001 and NASA Quality Document Q1-C, emphasizing the importance of quality assurance in the supply of critical aircraft parts. Quotes must be submitted by December 19, 2025, by 3:00 p.m. CT to laura.a.quave@nasa.gov, and should include the Cage Code, UEI number, anticipated delivery time, and any applicable shipping costs. Interested parties are encouraged to review the solicitation details and ensure registration at www.sam.gov to participate in this opportunity.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four power supply units (NSN 6120017072521) intended for delivery to the USS Abraham Lincoln (CVN 72) within 20 days after order. This procurement is a source-controlled drawing item, and the approved source for the item is identified as 0D0D0 8561976-1, ensuring compliance with specific military specifications and standards. The solicitation is categorized as a Total Small Business Set-Aside, encouraging participation from small businesses in the power distribution and specialty transformer manufacturing industry. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of a power supply, identified by NSN 6130014947973. This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000, and is set aside for small businesses under the SBA guidelines. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting the importance of reliable power supply equipment for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 28 units of a power supply, identified by NSN 6130013803102. This solicitation is a Total Small Business Set-Aside and requires that all items meet the specifications outlined in the source-controlled drawing, with an approved source being 66844 KQMB0140ZEXXXXAM14. The power supply is critical for electric wire and power distribution equipment, underscoring its importance in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the deadline for quotes being 109 days after the award date.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of power supplies under solicitation number NSN 6130014923067. The requirement includes a total quantity of 37 units, with delivery expected within 127 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These power supplies are critical for various military applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    open inspect and report
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of a Power Supply (Stock Number: 6130-01-615-0193, Part Number: UPS1-2.4K-1G-SRNDTI-F2E) used in their SEAWATCH systems. The procurement involves detailed inspection, repair, testing, and packaging of 37 units, adhering to specific SFLC R-400-299 rev M specifications, with a warranty guaranteeing the items against defects for up to two years post-delivery. This equipment is critical for maintaining operational readiness in Coast Guard operations, ensuring reliability and safety in their systems. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of a power supply, specifically NSN 6120016842767. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aims to fulfill critical needs for electric wire and power distribution equipment. Interested vendors must submit their quotes electronically, as hard copies will not be available, and the deadline for submissions is 168 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.