James Madison Memorial Building- Preventive Maintenance and Emergency Services for Uninterruptible Power Supply (UPS)
ID: AOCSSB25Q0028Type: Combined Synopsis/Solicitation
Overview

Buyer

ARCHITECT OF THE CAPITOLARCHITECT OF THE CAPITOLACQUISITION & MATERIAL MAN DIVWashington, DC, 20515, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    The Architect of the Capitol is seeking quotes for preventive maintenance and emergency services for a 750 kW Uninterruptible Power Supply (UPS) and associated equipment at the James Madison Memorial Building in Washington, D.C. The contractor will be responsible for providing all necessary materials, equipment, tools, and labor to ensure the UPS systems operate reliably, particularly during unexpected power shutdowns, and must demonstrate compliance with established industry standards throughout the contract period. This procurement is critical for maintaining the functionality of essential power systems within a key government facility, ensuring operational integrity and safety. Interested vendors must submit their quotes by June 10, 2025, following a mandatory site visit on May 29, 2025, and can direct inquiries to Troy Dorsey at Troy.Dorsey@aoc.gov or Lily Najera at lily.najera@aoc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) No. AOCSSB25Q0028, issued by the Architect of the Capitol for supplies, services, and materials related to annual preventive maintenance and emergency services. The RFQ details the government's requirements for maintenance services, outlining a base period from July 1, 2025, to June 30, 2026, with the possibility of four subsequent option years. It specifies non-binding requests for quotations and emphasizes the need for quoter compliance with operational conditions set forth by the Architect of the Capitol and various federal regulations. Additionally, provisions for inspections and evaluations of service performance, along with clauses relating to labor standards, security clearances, and contract management, are included. This RFQ reflects the federal government's structured approach to engaging contractors for ongoing maintenance services within the Capitol Complex, highlighting standards for safety, compliance with labor laws, and operational integrity.
    This government document, Amendment 01 to solicitation AOCSSB25Q0028, issued by the Architect of the Capitol, is effective as of June 2, 2025. The amendment serves to incorporate two key attachments: the S&A Matrix and the JMMB One Line Diagram, into the existing solicitation. The document outlines that contractors must acknowledge receipt of this amendment to ensure their offers are considered, emphasizing that failure to do so may result in rejection. Additionally, the document retains all other terms and conditions from the previous solicitation as unchanged and in full effect. It also includes a comprehensive list of attachments, which encompasses various statements of work, equipment information, pricing templates, and compliance procedures necessary for bidders. This amendment reflects ongoing efforts to refine and clarify the solicitation process in accordance with federal standards, ensuring transparency and adherence to legal requirements for government contracting.
    The Statement of Work (SOW) specifies the requirements for the preventive maintenance and emergency service of a 750 kW Uninterruptible Power Supply (UPS) system at the James Madison Memorial Building (JMMB), overseen by the Architect of the Capitol (AOC). The contractor must perform regular maintenance, respond to emergencies, and ensure that all associated equipment operates reliably according to established industry standards, including National Electrical Code and OSHA regulations. The contract is structured as a Firm-Fixed-Price agreement with a twelve-month base period and four additional option years for continued service. Key personnel requirements are strict; the contractor must supply qualified technicians with significant experience in maintaining critical power systems. Deliverables include a series of status reports, equipment inspections, and coordination with relevant authorities for security and operational compliance. Security protocols mandate screening of personnel and vehicles by the U.S. Capitol Police before access to the site. Overall, the SOW aims to ensure the continuous functionality of crucial systems within the government facility, emphasizing safety, quality control, and adherence to established regulatory frameworks.
    The file is a Request for Check of Criminal History Records form utilized by the United States Capitol Police. Its primary purpose is to collect personal information from an applicant for the purpose of conducting a criminal background check. Applicants are instructed to complete Sections 1-17 of the form, which require details such as their name, address, employer, date of birth, social security number, and identification features. Additionally, there is a signature section where applicants consent to the usage of their information for security determinations. The second part of the document addresses the Authorized Requestor, who must complete Sections 18-24, detailing the requestor's name, position, agency, and verify the applicant's eligibility to work in the U.S. This section mandates a request for fingerprinting to facilitate the criminal history check by the FBI. Overall, this document is integral for the Capitol Police's hiring and security protocols to ensure that individuals in sensitive positions have been thoroughly vetted. It aligns with federal employment regulations, particularly regarding criminal background checks and work authorization.
    The document outlines the procedures for delivering items to the United States Capitol Police Off-Site Delivery Center (OSDC), located at 4700 Shepherd Parkway SW, Washington, D.C. All deliveries must be pre-approved by a designated point of contact (POC) and cannot occur without vehicles undergoing processing and x-ray screening at the facility during its operating hours, Monday to Friday, 4:30 AM to 3:00 PM. Delivery personnel must carry valid government-issued identification and undergo a background check through the National Crime Information Center (NCIC). To gain access to the Capitol Complex, deliverers must submit a detailed request including company name, driver and vehicle information, and expected delivery details. The document emphasizes communication through the designated email for queries and instructions. The procedures ensure secure and organized delivery logistics to sensitive government locations, reflecting an essential aspect of operational security within federal structures.
    The document outlines the Wage Determination No. 2015-4281 for contracts subject to the Service Contract Act (SCA), issued by the U.S. Department of Labor. It specifies minimum hourly wage rates for various occupations, ensuring compliance with Executive Orders 14026 and 13658, which mandate higher wages for federal contractors based on contract dates. Contractors must pay covered workers at least $17.75 hourly for contracts initiated on or after January 30, 2022, or at least $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, unless higher rates apply. The document details varying wage rates for numerous occupations from administrative to technical roles and highlights additional provisions like health benefits, paid sick leave, vacation, and holiday entitlements under federal law. Special provisions apply for occupations requiring uniforms and for hazardous work conditions. It also explains the conformance process for unlisted job classifications, offering clarity on compliance with SCA. Overall, this document serves to guide federal contracting officers and contractors in fulfilling wage obligations, ensuring fair compensation and benefits for employees within various service-related occupations.
    The document pertains to RFQ # AOCSSB25Q0028 and addresses questions from potential quoters regarding equipment specifications and maintenance requirements. It identifies two uninterruptible power supplies (UPS) manufactured by GE, including details about their make, model, and serial numbers. Additionally, it outlines the maintenance responsibilities for various electrical components: there are two switchboards (including a 2000A main distribution panel), four static transfer switches (STS), two power distribution units (PDUs), and two panelboards. The responses reference supporting documentation, including the Statement of Work and accompanying attachments, which provide further details on equipment and requirements. The purpose of this document is to clarify the specific components that will require maintenance as part of the contract outlined in the RFQ, ensuring potential contractors have the necessary information for their submissions.
    The document outlines the Statement of Work (SOW) for a contractor conducting Annual Preventive Maintenance (PM) on critical electrical systems before, during, and after a scheduled power outage in November 2025. Key tasks include pre-outage inspections, equipment cleaning, performance checks, and emergency response provisions. Pre-outage work involves detailed inspections of equipment functionality, software updates, and battery maintenance, while during the outage, thorough cleaning and connection inspections are mandated. Post-restoration tasks require the verification of all settings and proper operation of systems. The contractor is responsible for addressing any defective components identified, with cost estimates submitted in advance, and must adhere to strict warranty conditions for repaired and newly installed materials. Emergency support access is essential, with services available 24/7. This document serves to ensure the reliability and operationality of vital electrical systems, highlighting the importance of thorough maintenance and emergency preparedness for government facilities.
    This document outlines the scope of work (SOW) for preventive maintenance tasks associated with power outage management over the span of four option years. The primary goal is to ensure that equipment—including uninterruptible power supply (UPS) systems, switchboards, and related components—operates effectively during scheduled power outages. It describes pre- and post-outage procedures, including visual inspections, software updates, battery maintenance, and thermal imaging assessments, all of which must be performed by qualified personnel. Emergency services are required to be available 24/7, with personnel responding to calls within two hours. In case of defects found during maintenance, the contractor must undertake corrective actions after obtaining approval and providing pricing for repairs. A comprehensive documentation process involving condition assessment reports is mandated, including thorough recordkeeping of maintenance activities. Quality assurance measures include warranties for new materials and workmanship. This initiative aligns with government standards for safety and reliability in facility operations during power disruptions, demonstrating commitment to infrastructure integrity. It is an essential component of federal and state RFPs aimed at upholding facility maintenance protocols within government operations.
    The Architect of the Capitol (AOC) is seeking quotes for Preventive Maintenance and Emergency Services for a 750 kW Uninterruptible Power Supply (UPS) and associated equipment at the James Madison Memorial Building (JMMB) through RFQ #AOCSSB25Q0028. This solicitation, issued on May 14, 2025, aims to establish a fixed-price contract for a 12-month base period, with four optional extension periods. Vendors must be registered in the System for Award Management (SAM) and the acquisition adheres to the AOC Contracting Manual guidelines. Key requirements include submission of quotes, technical approach plans, details about key personnel, and adherence to specific formatting and submission guidelines. A site visit is mandatory for prospective bidders on May 29, 2025, with questions due by June 2 and quotes by June 10, 2025. Evaluation criteria include the technical viability of submissions, qualifications of key personnel, and price reasonableness. The government emphasizes its right to reject quotes that are unrealistic or non-compliant. Overall, this procurement reflects standard federal practices for securing commercial services, promoting open competition, and ensuring accountability and quality in government contracting operations.
    The document outlines a pricing proposal for maintenance services related to Uninterruptible Power Supply (UPS) systems as part of a federal government Request for Proposals (RFP). It details the services to be provided over a base year and four option years, including annual preventive maintenance, emergency services, and documentation. The pricing structure is categorized into Firm Fixed Price (CLIN 0001, 1001, 2001, 3001, 4001) for preventive maintenance and Time and Material (CLIN 0002, 1002, 2002, 3002, 4002) for repairs and additional services. Key personnel involved include a Program Manager, an Electrical Supervisor, and an Electrician, with specific zero-cost roles indicated for each labor category. Furthermore, there are fields for submitting markups on replacement parts, demonstrating a comprehensive approach to pricing. Bidders are instructed to fill in specific pricing information while noting that the total costs will auto-calculate. The purpose of this proposal is to solicit competitive pricing to ensure efficient maintenance and repairs of UPS systems within government standards, emphasizing thorough documentation and accountability across all service years. The proposal exemplifies the federal procurement process aimed at ensuring transparency and effective resource management in government contracts.
    The document is a Certificate of Liability Insurance issued for a contractor involved in government-related projects, specifically detailing the insurance coverage required for operations under a contract with the Architect of the Capitol. It clarifies that the certificate serves informational purposes only, without altering the coverage terms detailed in the policies. The certificate lists various types of insurance coverage, including commercial general liability, automobile liability, and workers' compensation, with stated limits and relevant policy dates. Importantly, it highlights the requirement that the United States government, through the Architect of the Capitol, be included as an additional insured party. The document also stipulates compliance with local laws regarding insurance limits based on the jurisdiction of work performed (D.C., Maryland, Virginia). Overall, this certificate is essential for contractors to demonstrate adequate insurance coverage to participate in federal projects, ensuring compliance and risk management.
    Similar Opportunities
    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.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.
    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.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals 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 critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    J030--UPS Preventative Maintenance Inspections Portland HCS Base Plus Four
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for UPS Preventative Maintenance Inspections at the Portland Health Care System, with a focus on engaging Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The procurement aims to secure qualified businesses to provide essential preventative maintenance services for Uninterruptible Power Supply (UPS) systems, which are critical for ensuring uninterrupted power to medical equipment and facilities. Interested parties should note that the response deadline for this opportunity is December 29, 2025, at 12 PM Pacific Time, and inquiries can be directed to Contract Specialist Robert B Weeks at robert.weeks@va.gov.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the replacement of Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. The project involves replacing existing 80KVA UPSs with distributed redundant 75KVA UPSs, along with upgrades to UPS panelboards, Emergency Power Off systems, and the extension of Power Control and Monitoring Systems. This procurement is critical for enhancing the infrastructure at a military installation, with an estimated contract value between $1 million and $5 million and a performance period of approximately 540 calendar days starting on June 13, 2025. Interested contractors must register in the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module, with the solicitation expected to be available for download around March 31, 2025.
    UPS Battery Replacement & Installation Services, QTY2EA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for UPS Battery Replacement and Installation Services at the VA Puget Sound Health Care System in Seattle, Washington. The contractor will be responsible for procuring, removing, and installing two new UPS batteries, ensuring compliance with manufacturer specifications, industry standards, and VA codes, while also adhering to environmental regulations for battery disposal. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238210, emphasizing the importance of reliable power systems in healthcare settings. Interested parties must submit their offers by December 22, 2025, at 14:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    UPS ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the procurement of UPS Assembly, specifically under the NAICS code 335931, which pertains to Current-Carrying Wiring Device Manufacturing. The contract will encompass the manufacture and quality assurance requirements for the UPS Assembly, which is critical for ensuring reliable power supply systems within defense operations. Interested vendors are advised that all contractual documents will be considered issued upon transmission by electronic means, and they must provide detailed compliance with inspection and acceptance criteria as outlined in the solicitation. For further inquiries, potential bidders can contact Nicholas Birbeck at NICHOLAS.BIRBECK@DLA.MIL.
    Power Station Installation for Hangar 2418
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the installation of a power station in Hangar 2418 at Fort Eustis, Virginia, to support MOS 15Y training. The project involves a non-personnel services contract for the installation of electrical components, including a 150KVA transformer, a 30KVA transformer, various disconnects, a sub-panel, a quad outlet, and an emergency stop circuit, with a focus on ensuring stable power and a clean, labeled installation. This contract is crucial for enhancing training capabilities and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested contractors must confirm their ability to perform the work by emailing Jolene A. Granger at jolene.a.granger.civ@army.mil by 12:00 PM CST on December 17, 2025, although no capability statements or questions will be accepted at this time.