Uninterrupped Power Supply (UPS) Battery Replacement Service
ID: FA812525Q0060Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Uninterrupted Power Supply (UPS) Battery Replacement Services at Tinker Air Force Base in Oklahoma. The contract requires qualified contractors to provide preventive maintenance and battery replacement services for various UPS systems, ensuring operational reliability and compliance with safety regulations. This service is critical for maintaining uninterrupted power supply systems essential for military operations. Interested small businesses must submit their proposals by June 12, 2025, at 1 PM CST, and can contact Tran Tran at Tran.Tran.1@us.af.mil or Chelsie Hannah at chelsie.hannah@us.af.mil for further information. The estimated contract value is approximately $12.5 million.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation for a government contract, extending the submission deadline and incorporating new questions and answers. The original deadline for offers has been changed from 12:00 PM on May 28, 2025, to 1:00 PM on June 12, 2025. Additionally, an attachment detailing the wage determination and another containing the latest questions and answers have been added, while previous versions of these attachments have been removed. Offerors must acknowledge receipt of this amendment through specified methods to avoid rejection of their submissions. The amendment also emphasizes that all other terms of the original solicitation remain unchanged. Overall, it serves to clarify the requirements and deadlines for prospective contractors, ensuring compliance with federal procurement protocols during the solicitation process.
    The Performance Work Statement (PWS) outlines the requirements for providing Preventive Maintenance (PM) and battery replacement services for Uninterrupted Power Supply (UPS) Systems at the Oklahoma City–Air Logistics Complex (OC-ALC). The contractor is mandated to deliver labor, equipment, and OEM parts necessary for maintenance, conducting inspections biannually and adhering strictly to OEM specifications. A detailed schedule and prompt notification for maintenance visits are required. The contractor must respond to equipment malfunctions within defined timeframes, provide comprehensive repair estimates and service reports, and handle hazardous materials per environmental regulations. Quality assurance is emphasized, with performance evaluations based on compliance metrics outlined in the service summary. Special qualifications for contractor personnel include at least two years of relevant experience and compliance with safety regulations and training. The document highlights the contractor's responsibilities for environmental protection, including HAZMAT management and emergency procedures. Ultimately, the PWS ensures operational integrity, safety, and regulatory compliance while stipulating that necessary support and services are to be provided by the government during the contract duration. This structured and detailed approach is essential in the context of government RFPs, ensuring transparency and accountability throughout the contracting process.
    This document outlines the Uninterruptible Power Supply (UPS) systems and their associated preventative maintenance and battery replacement schedules across various buildings. It details five UPS units, including their specifications (manufacturer, model, and battery capacity) and locations within government buildings. For each unit, a preventative maintenance (PM) strategy is presented, requiring two PM sessions annually per device. Additionally, a battery replacement schedule is established, spanning a base year and four option years, indicating the need for periodic replacements of the UPS batteries based on their individual specifications. The document serves to guide maintenance and operational support within a government context, ensuring reliability of power systems critical for uninterrupted operations. This systematic approach is essential for meeting regulatory standards and addressing potential power supply risks in government facilities.
    The document serves as a Safety Appendix for a low-risk contract associated with UPS PM and OA and Battery Replacement at Tinker Air Force Base (AFB). It emphasizes that safety is a top priority, requiring all personnel—military, civilian, and contractors—to take personal responsibility and actively engage in hazard identification and mitigation. The "Speak Out for Safety" initiative encourages reporting unsafe conditions and empowers employees to intervene in potentially hazardous situations. Contractors are required to comply with safety regulations, including OSHA standards, and must develop a comprehensive safety plan within 10 days of contract award, detailing hazard analyses, safety responsibilities, and compliance checks. In the event of a mishap, contractors must promptly notify the Government Contract Official Representative, provide detailed reports, and assist in investigations. Overall, the document outlines the contractor's obligations regarding safety practices, reporting procedures, and the development of a systematic approach to ensure a safe working environment, underscoring the collective responsibility towards maintaining safety at Tinker AFB.
    The document outlines wage determinations under the Service Contract Act, detailing minimum hourly wage rates based on contract dates and applicable executive orders, specifically noting that workers must be paid at least $17.75 or $13.30 per hour depending on the contract execution date. It also stipulates annual adjustments to the minimum wage rates and provides fringe benefit guidelines including health and welfare, vacation, and holiday pay requirements. Additionally, it discusses procedures for classifying additional occupations not listed and the necessary steps for compliance under federal regulations.
    The "Register of Wage Determinations under the Service Contract Act" outlines wage standards for contractors in designated Oklahoma counties, requiring minimum hourly wages of $17.75 for contracts entered on/after January 30, 2022, or $13.30 for earlier contracts not renewed after that date. The document also details required fringe benefits, including health and welfare allowances, vacation, and holiday pay, as well as procedure for classifying unlisted job titles through a conformance process. Additional information on contractor obligations under Executive Orders related to wage and sick leave is provided, emphasizing compliance with federal labor standards.
    The document provides a series of responses to questions about the Request for Proposal (RFP) FA8125-25-Q-0060 for UPS battery replacement services, issued by the Air Force Sustainment Center at Tinker Air Force Base. Key details include specifications for battery models needed, with various units requiring replacements in the base year and again in an optional third year. Accessibility for installation is confirmed to be straightforward, with no stairs but limitations regarding loading docks. The responses clarify that there is no incumbent contractor for the service, and previous battery changes were managed manually due to the lack of loading dock facilities. Floor protection is required when transporting batteries in specific buildings, particularly to protect tile surfaces. The summary captures essential logistical details necessary for bidders to prepare their proposals while ensuring compliance with operational constraints outlined in the RFP. This document serves critical functions in guiding contractors for accurate submissions and operational readiness for UPS battery replacements.
    The document outlines the Q&A for RFP FA8125-25-Q-0060, concerning UPS Battery Replacement Services at Tinker Air Force Base. Key details include the specific models of batteries required for various UPS units, such as PowerWare and CSB models, and confirmation that replacements will occur during the base year and again in the option year. The document addresses logistical considerations, confirming that there are no physical obstructions prevent installation and that delivery will require manual unloading due to the absence of loading docks. Battery replacements are to be done during standard business hours, with necessary precautions for floor protection noted. There are no significant site-specific restrictions or incumbent contractors, and a battery monitoring system is available for operational testing. The main purpose of the document is to clarify service requirements and logistics for potential contractors in the context of a government RFP, ensuring compliance with operational needs at the facility. Ensuring clear communication and understanding of the project's scope and constraints is crucial for eligible bidders.
    The document pertains to a solicitation for a Women-Owned Small Business (WOSB) contract related to preventative maintenance and battery replacement services for Uninterruptible Power Supply (UPS) systems at Tinker Air Force Base. It outlines various details, including the requisition number, contractor requirements, delivery terms, and items needed, which total approximately $12.5 million. The contractor is responsible for conducting two preventative maintenance checks per year and replacing batteries as specified across multiple buildings. Additionally, it emphasizes strict compliance with contract terms, delivery protocols, and the importance of maintaining Safety and Security measures while accessing the base. The proposal requires the contractor to submit invoices through the Wide Area Work Flow (WAWF) system, incorporate specific clauses, and adhere to service classifications. Overall, the document serves as a formal framework for bidding on government contracts that support the U.S. military's operational readiness and sustainability through reliable maintenance and timely replacement of critical systems.
    This document is an amendment to a solicitation, specifically detailing the processes for acknowledging receipt of the amendment by interested contractors. It stipulates methods for acknowledgment, including returning copies of the amendment, noting receipt on offers, or sending separate communications mentioning the solicited numbers. The importance of timely acknowledgment is emphasized, as failure to comply may lead to rejection of offers. Additionally, the document provides entry points for modifying existing contracts and outlines the retention of original terms unless specifically amended. The effective date and administrative information pertaining to the contract modification are provided, alongside a summary of changes which include new attachments—specifically Q&As pertinent to the solicitation. The amendment aims to ensure clarity and completeness in the solicitation process while facilitating communication between the federal government and contractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This procurement is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period starting in April 2026 and extending through March 2033. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut via email, and proposals must be submitted electronically by the specified deadline.
    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.
    UPS Battery Replacement & Installation Services, QTY2EA
    Buyer not available
    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 the disposal of old batteries. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS code 238210, highlighting the importance of supporting veteran-owned enterprises in the contracting process. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
    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.
    SOLE SOURCE - UPS MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure maintenance services for Uninterruptible Power Supplies (UPS) on a sole source basis. This procurement is justified under the category of maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational continuity. The maintenance of UPS systems is vital for ensuring reliable power supply in various defense operations, thereby supporting mission readiness. Interested parties can reach out to Christina Staggs at christina.l.staggs.civ@us.navy.mil for further details regarding this opportunity.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks to ensure optimal functionality. This contract is particularly significant as it supports the operational efficiency of critical cooling systems, with a total estimated award amount of $19,000,000 and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by December 16, 2025, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Power Supplies
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for power supplies as part of a competitive Request for Quote (RFQ) issued by the Air Force Test Center located at Eglin Air Force Base in Florida. The procurement is aimed at acquiring new equipment, as refurbished or used items will not be accepted, and requires offerors to provide a detailed technical description of the items. This opportunity is significant for companies in the Aircraft Engine and Engine Parts Manufacturing sector, as it aligns with the government's need for reliable and compliant power supply solutions. Interested vendors must submit their quotes and relevant product literature by 10:00 AM CST on December 4, 2025, and can direct inquiries to Brittany Linthicome at brittany.linthicome@us.af.mil.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.