UPS Battery Removal and Disposal
ID: FA487725QA366Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

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 seeking qualified contractors for the removal and disposal of Uninterruptible Power Supply (UPS) batteries at Davis-Monthan Air Force Base in Tucson, Arizona. The procurement involves managing the complete process, including disassembly, hazardous material handling, and safe disposal, with a firm-fixed price purchase order anticipated for the project. This initiative is crucial for ensuring the safe and efficient removal of outdated infrastructure while adhering to security and operational protocols. Interested small businesses must submit their quotations by June 18, 2025, and can direct inquiries to Andrew Johnson at andrew.johnson.162@us.af.mil or Joshua Miao at joshua.miao.1@us.af.mil.

    Files
    Title
    Posted
    The document is a Wage Determination Notice issued by the U.S. Department of Labor detailing wage rates and fringe benefits for workers under contracts subject to the Service Contract Act (SCA) in Pima County, Arizona. It specifies two minimum wage thresholds based on the contract's execution date: $17.75 per hour under Executive Order 14026 (for contracts post-January 30, 2022) and $13.30 per hour under Executive Order 13658 (for contracts awarded between 2015 and January 29, 2022). The document includes an extensive list of occupations, their respective wage rates, and required fringe benefits, such as health and welfare benefits and paid sick leave provisions established under Executive Order 13706. The notice emphasizes contractor obligations regarding employee compensation and protections, with detailed guidelines on wage adjustments, vacation, holidays, and uniform allowances. It provides a conformance process for unlisted job classifications, ensuring compliance with federal labor standards. This notice is crucial for federal contractors, fostering fair labor practices and establishing minimum compensation standards across various occupations within government contracts.
    The document outlines various federal acquisition regulations (FAR) clauses pertinent to Department of Defense (DoD) contracts, particularly focusing on compliance requirements for contractors. It includes sections on whistleblower rights, safeguarding defense information, and procurement restrictions related to specific countries, such as the Maduro regime and the Xinjiang Uyghur Autonomous Region. Essential clauses mandate unique identification for deliverables exceeding $5,000, ensuring traceability throughout the supply chain. The document also specifies electronic submission protocols via the Wide Area Workflow (WAWF) system for payment requests and reporting. Additionally, it enumerates various clauses that implement statutes or executive orders related to federal procurement, emphasizing small business engagement and labor standards. Overall, this document serves as a comprehensive guideline for contractors, detailing their obligations under federal regulations and ensuring adherence to legal and procedural standards in government contracting. The emphasis on unique item identification reinforces the DoD's commitment to accountability and traceability in procurement operations.
    The document outlines the requirements for the removal of an Uninterruptible Power Supply (UPS) from Building 5010 at Davis-Monthan Air Force Base in Arizona. Contractors are required to manage the complete process, including disassembly, hazardous material handling, and safe disposal of equipment. A detailed Statement of Work (SOW) must be submitted, outlining the project timeline and procedures for approval. Key responsibilities include providing necessary safety equipment, ensuring compliance with base regulations, and obtaining security clearances for personnel. Contractor employees must adhere to traffic laws, undergo random searches, and refrain from possessing weapons on the base. Work will occur primarily Monday through Friday during standard hours, with potential for extended hours upon request. Contractors are accountable for maintaining quality control throughout the project, reporting any security threats to authorities, and conducting proper cleanup after work. The document emphasizes the need for familiarity with contract specifications and conditions prior to work commencement, alongside a requirement for operational checks of installed equipment post-removal. This project reflects a focused governmental effort to ensure safe and efficient removal of outdated infrastructure while adhering to security and operational protocols.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NAWCAD WOLF-UPS and PDU
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting bids for brand-name tactical uninterruptible power supply (UPS) units and related cables from AJ's Power Source, Inc. This procurement is a firm fixed-price contract, strictly requiring authorized distributors/resellers who are TAA compliant, with no substitutions accepted for the specified items. The goods are critical for ensuring reliable power supply in military operations, emphasizing the importance of quality and compliance in the procurement process. Quotes must be submitted by December 22, 2025, with delivery expected by July 21, 2026, to the Naval Air Warfare Center in St. Inigoes, Maryland. Interested vendors should contact Gabrielle McKee at gabrielle.l.mckee2.civ@us.navy.mil for further details.
    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.
    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.
    Sources Sought: Bat Guano Remediation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a bat guano remediation project at Ellsworth Air Force Base in South Dakota. The project involves the removal of bat guano from the attics of dormitory areas, disinfection of affected spaces, and replacement of insulation to ensure a safe environment. This initiative is critical for maintaining health and safety standards within the facilities, and contractors must adhere to building and fire codes while completing the work within 45 days of contract award. Interested businesses are encouraged to submit their capabilities and relevant experience by December 17, 2025, to the designated contacts, SrA Vaishali Upadhyay and Jason Wright, via email.
    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.
    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.
    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.
    J061--UPS IT Battery Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide UPS IT Battery Maintenance Services for the Gulf Coast Veterans Health Care System, specifically in Biloxi, MS, and Pensacola, FL. The contract encompasses preventive maintenance and emergency services for UPS systems, including 24/7 support with a four-hour response time, and requires two annual IEEE-450 Preventative Maintenance Inspections. This service is crucial for ensuring the reliability of power distribution equipment that supports critical healthcare operations for veterans. Interested parties must attend a mandatory site visit on December 18, 2025, at 10:00 a.m. CT, with offers due by December 19, 2025, at 10:00 a.m. CT. For inquiries, contact Contracting Officer Danette R. Impey at Rene.Impey@va.gov.
    Turkey Electronic Hazardous Waste
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the removal, transportation, and disposal of electronic hazardous waste generated at the Incirlik Air Base in Turkey. This procurement involves the environmentally responsible disposal of approximately 13,600 KG of electronic waste, including computers and smartphones, with strict adherence to Turkish, EU, and international environmental regulations. The contract will be a firm-fixed-price, indefinite delivery/indefinite quantity (IDIQ) agreement lasting 30 months, starting from January 1, 2026, and proposals are due by the specified deadline, with all inquiries directed to Annette Graham at Annette.Graham@dla.mil.