Uninterrupted Power Supply Maintenance - Caven Point
ID: W912DS25R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for a service contract focused on the maintenance of Uninterrupted Power Supplies (UPS) at the Caven Point Marine Terminal in Jersey City, New Jersey. The contract will cover one base year, from December 16, 2024, to December 15, 2025, with options for four additional years, requiring contractors to perform both annual and semi-annual maintenance as specified in the Statement of Work. This maintenance is crucial for ensuring the reliability and functionality of electrical and electronic equipment components, which are vital for operational continuity at the facility. Interested contractors must acknowledge the solicitation amendment and submit their proposals, adhering to federal security regulations and compliance requirements, by the specified deadlines. For further inquiries, potential bidders can contact Adrian Stafford-Browne at adrian.j.stafford-browne@usace.army.mil or Matthew Lubiak at matthew.e.lubiak@usace.army.mil.

    Files
    Title
    Posted
    The document is a Request for Proposal (RFP) from the U.S. Army Corps of Engineers (USACE) for preventative maintenance and inspections on Uninterruptible Power Supplies (UPS) at the Caven Point Marine Terminal from December 16, 2024, to December 15, 2025, with options for four subsequent years. It includes detailed specifications for both annual and semi-annual inspections, with a requirement that all offerors propose on both base and optional line items. The RFP emphasizes compliance with federal security regulations and employee eligibility verification through the E-Verify program. It mandates that contractors ensure personnel receive necessary security training and abide by health protection protocols. The proposal evaluation will focus on the best value to the government, primarily determined by cost-effectiveness. Additional clauses outline terms related to telecommunications equipment procurement, employing service-disabled veteran-owned, women-owned, and HUBZone small businesses, alongside import regulations for materials. The document serves as a comprehensive guideline for potential contractors, stipulating mandatory conditions, compliance requirements, and evaluation criteria for the submission of proposals.
    This document is an amendment to a solicitation by the U.S. Army Corps of Engineers concerning a contract identified as W912DS25R0003. The amendment responds to contractor requests for information (RFIs) associated with the solicitation. It outlines the protocol for acknowledgment of the amendment and clarifies that failure to acknowledge it may lead to rejection of an offer. Key points include the clarification that the contractor needs to perform maintenance on the existing power supply rather than providing a new one. This includes specific maintenance tasks as outlined in the Statement of Work, which prescribes annual and semi-annual maintenance schedules. Additional information is provided regarding the current power supply specifications, vendor details, and the process for scheduling site visits. The document emphasizes clear communication between contractors and the government, ensuring that any queries regarding the project are addressed promptly. Overall, the amendment serves to provide necessary clarity and facilitate a transparent bidding process as part of the federal RFP framework.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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
    Dept Of Defense
    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.
    SOLE SOURCE - UPS MAINTENANCE
    Dept Of Defense
    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.
    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.
    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.
    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.
    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.
    USNS MEGAR EVERS 2026 MTA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.