Inspection, Preventive Maintenance and Emergency Repairs/Replacement Services for Emergency Power Supply Systems
ID: W91ZLK-25-R-0009Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABER PROV GRD, MD, 21005-3013, USA
Timeline
    Description

    The Department of Defense, specifically the Chemical Biological Center (CBC) at Aberdeen Proving Ground, MD, is conducting a Request for Information (RFI) to assess market capabilities for inspection, preventive maintenance, and emergency repair services for Emergency Power Supply Systems (EPSS). The procurement aims to ensure operational readiness and compliance with national standards (NFPA 110) for the maintenance and repair of critical power supply systems, which are vital for maintaining functionality during power outages. Interested contractors must provide their capabilities, business size classification, and any potential concerns regarding the requirements by January 31, 2025, at 4:30 PM EST. Responses should be submitted via email to Michele A. Connolly at michele.a.connolly.civ@army.mil, as telephone responses will not be accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    The Chemical Biological Center (CBC) is conducting a Request for Information (RFI) to gather market research on inspection, preventive maintenance, and emergency repair services for Emergency Power Supply Systems (EPSS) at its facility in Aberdeen Proving Ground, MD. This RFI is not a solicitation for proposals or contracts and aims solely for planning purposes. The emphasis is on the capabilities of potential contractors, their business size classification, and any challenges they foresee regarding the services required. The selected contractor will be responsible for a comprehensive set of tasks, including routine inspections, maintenance, repairs, and emergency services adhering to national standards (NFPA 110) and specific technical qualifications. They must provide 24/7 emergency support and ensure qualified personnel are available on-site. The document outlines performance requirements, including maintenance schedules, inspection protocols, emergency responses, and documentation standards. Additionally, the contractor is required to supply all necessary equipment and materials, conduct repairs and replacements, and maintain detailed records of all services performed. The submission deadline for responses is January 31, 2025. This RFI process is indicative of the CBC’s initiative to ensure operational reliability and compliance with regulatory standards for critical power supply systems.
    The document is a master listing of emergency power supply systems (EPSS) equipment detailing various generators and automatic transfer switches utilized across federal and possibly state or local government facilities. Each entry provides specific information, including the equipment identification number, maintenance level, building directory, description, manufacturer, model, fuel tank capacity, and whether the equipment is in service or shared. Key equipment includes generators ranging from 15 KW to 1500 KW from manufacturers such as Caterpillar, Kohler, Cummins, and Detroit. Corresponding automatic transfer switches vary in amp ratings, serving to manage electrical loads effectively. The listing identifies the maintenance level for each item, highlighting the need for routine checks and operational oversight to ensure reliability during emergencies. The purpose of this document aligns with government procurement processes for emergency power solutions, supporting grant applications, and facilitating requests for proposals (RFPs) related to power supply systems. Overall, it serves as a crucial reference for maintaining operational readiness in case of power outages across government facilities.
    Similar Opportunities
    J030--Request for Quote Emergency Generator Repairs Baltimore VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to perform emergency generator repairs at the Baltimore VA Medical Center. The procurement involves corrective maintenance on six Cummins Allison diesel generators, requiring restoration to original equipment manufacturer (OEM) standards, including repairs to leaks, exhaust systems, and fuel pumps, while adhering to NFPA, EPA, and OSHA regulations. This contract is crucial for maintaining reliable emergency power infrastructure at the facility, ensuring compliance with safety and operational standards. Interested parties must submit their quotes by December 22, 2025, at 13:00 Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at Patricia.Thai@va.gov.
    Request for Information(RFI)-Market Research for Logistics Deliverables
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is conducting a Request for Information (RFI) to identify qualified vendors capable of providing logistics deliverables for a new product, the Small Tactical Electric Power 3 Kili Watts. The RFI seeks comprehensive services including the creation of a Repair Parts and Special Tools List (RPSTL), Maintenance Allocation Chart (MAC), Provisioning Parts List (PPL), and Level of Repair Analysis (LORA), which are critical for the effective maintenance and operation of the new power system. This market research initiative is intended solely for planning purposes and does not constitute a solicitation or commitment to contract, with responses due by September 19, 2025, to the designated contacts at the Army. Interested vendors should submit their Rough Order of Magnitude (ROM) cost estimates and timelines to taylor.l.venanzi.civ@army.mil and rukiya.owusu.civ@army.mil.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of power supply units under a fixed-price contract. The procurement aims to ensure that the repaired power supplies meet operational and functional requirements, adhering to strict quality assurance standards and inspection protocols. These power supplies are critical components for naval operations, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should direct inquiries to Ryan P. Stock via email at RYAN.P.STOCK2.CIV@US.NAVY.MIL, and must be prepared to meet the specified requirements, including a repair turnaround time of 108 days after receipt of the asset.
    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.
    POWER SUPPLY ASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of Power Supply Assemblies. The procurement aims to ensure the operational readiness of these assemblies, which are critical components in various defense systems, by establishing a Repair Turnaround Time (RTAT) of 120 days and requiring Government Source Inspection (GSI). Interested contractors must provide detailed quotes including unit prices, total prices, and their capacity to meet the RTAT, with the contract expected to include options for increased quantities. For further inquiries, potential bidders can contact Kristina L. Alexander at 717-605-6055 or via email at kristina.l.alexander5.civ@us.navy.mil.
    Power Distribution Box Assembly
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of seven Power Distribution Box Assemblies (NSN: 6110-01-608-7660, Part No.: 17-3-3470-2) under a Firm Fixed Price contract. This opportunity is set aside for small businesses and requires compliance with specific military packaging and preservation standards, as well as possession of a Joint Certification Program (JCP) certification to access the Technical Data Package (TDP), which is export-controlled. The assemblies are critical for electrical control applications within military operations, and proposals must be submitted electronically by December 18, 2025, with all inquiries directed to the designated contract specialists, George Campbell and Catherine Castonguay, via their provided email addresses.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a power supply, classified under the NAICS code 335931. The procurement requires contractors to provide a repair quote on a Not-To-Exceed or Firm-Fixed unit price basis, ensuring compliance with various quality and inspection standards, including MIL-STD-130 for marking and packaging. This power supply is critical for operational functionality in naval applications, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested parties can contact James Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1.CIV@US.NAVY.MIL for further details, with a monetary limitation of $18,250 for repair purchase orders.
    Request for Information (RFI) - Equipment Maintenance Database
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is seeking information on commercial solutions for an Equipment Maintenance Database as part of its Soldier Medical Devices Program. This Request for Information (RFI) aims to identify subscription-based services that include a Biomedical Preventive Maintenance Database, along with various other databases essential for managing healthcare operations and ensuring regulatory compliance. The selected solution must support 80 concurrent users, be cloud-based, and compatible with government IT systems, with a contract period of one year and four optional renewals. Interested parties should submit their responses, including detailed white papers and company information, to Patrick Wallace or Trisha Scott via email by the specified deadline.
    Request for Information (RFI) - Germ Free Service
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is conducting a Request for Information (RFI) for Germ Free Services to support Global Field Medical Laboratories (GFML). The procurement aims to establish a five-year service contract for the maintenance and calibration of critical equipment, including fume hoods, biosafety cabinets, filtration systems, and glove boxes, ensuring their operational readiness in response to CBRNE threats. These services are vital for maintaining compliance with safety standards and ensuring the functionality of medical assets used in field operations. Interested contractors are encouraged to submit their responses electronically, including detailed company and product information, by the specified due date, with inquiries directed to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
    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.