NEC-Gregg-Adams Uninterrupted Power Supply (UPS) and Generator
ID: W91QF524R2000Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT GREGG-ADAMSFORT GREGG ADAMS, VA, 23801-0000, USA

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Uninterrupted Power Supply (UPS) and Generator Maintenance Services for the Network Enterprise Center (NEC) at Fort Gregg-Adams, Virginia. The procurement aims to ensure the maintenance and emergency repair of mission-critical equipment, including various generators and UPS systems, to uphold operational efficiency and emergency preparedness. This contract, set aside entirely for small businesses under NAICS code 561210, has a total funding ceiling of $47 million and includes a base year with two optional years for continued service. Interested vendors must submit their proposals via email by 3:00 P.M. Eastern Time on September 19, 2024, and direct any questions to the Contract Specialist, Marie McFadden, at marie.a.mcfadden.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document is a Request for Proposal (RFP) detailing supplies and services required for the inspection, maintenance, and emergency repair of various base buildings and facilities. It specifies a range of tasks, including annual maintenance for generators and battery systems, routine inspections, and emergency service protocols. Each item listed includes a job description, with emphasis on fixed-priced services (FFP) and destination point of delivery (FOB: Destination). Key components include the requirement of specific generators (Caterpillar, Generac, Kohler, etc.), batteries, cooling units, and maintenance personnel. An annual budget ceiling of $100,000 is established for emergency repairs, covering mobilization, labor, and parts, which must be pre-approved if exceeding $500. The document also outlines warranties for replacement parts, ensuring compliance with quality standards. This RFP highlights the government's commitment to maintaining operational efficiency for essential facilities, indicating a structured approach towards long-term facility management and emergency preparedness while following federal guidelines on procurement.
    The document outlines the specifications and equipment requirements for the Main NEC Facility Building 8045, focusing on various generator models. It lists two Generac generators, a new Caterpillar generator, and additional generators identified by DCMA and ALU, which include models from Onan and Olympian. Furthermore, it details generators associated with the TA5 (ADN) and SCoE projects, specifying Kohler models for both. This summary suggests that the document is tied to federal Requests for Proposals (RFPs) or grants related to facility energy needs, highlighting a focus on securing reliable power through specific equipment procurement. The overall structure categorizes the generators by associated facilities and models, indicative of an organized approach toward fulfilling energy demands in government facilities.
    This document outlines the instructions and requirements for a federal Request for Proposal (RFP) pertaining to commercial items and services. Key provisions include modified solicitation clauses, which dictate the evaluation criteria based on technical capability and price, and emphasize that past performance will be assessed to verify offeror responsibility. Offerors must comply with various federal regulations, including FAR clauses related to service contracts, representations, and certifications, and ensure they are registered in the System for Award Management (SAM). The document also emphasizes compliance with specific accessibility, labor, and anti-trafficking laws, along with requirements for the electronic submission of payment requests through the Wide Area Workflow (WAWF) system. Additional stipulations address prohibited activities involving telecommunications related to national security and foreign engagement. This comprehensive set of guidelines underlines the commitment to fair competition, diligence, and transparency in the federal procurement process, aiming to procure quality services while ensuring compliance with relevant laws and standards.
    The document serves as an inventory of emergency generators and associated equipment used in various facilities, specifically the NEC Communication Room and facilities at the 8045 location. It includes details for each generator such as fuel type (diesel or natural gas), building location, generator ratings, and manufacturing details. For example, it lists several diesel generators with specifications including model numbers and installation dates. Additionally, the equipment inventory section outlines critical mechanical systems, including UPS systems, chillers, and heating units, confirming the quantity of each item in the 8045 building. Notably, it lists various Liebert and Powerware Plus systems, emphasizing the facility's infrastructure for uninterrupted power supply. This document could support requests for proposals (RFPs) or grants related to facility maintenance, upgrades, or emergency preparedness within government operations, highlighting infrastructure capabilities and resource management. Overall, it provides essential data for assessing operational resilience and system readiness.
    The document provides an inventory of emergency generators used within various facilities, detailing specifications such as fuel type, generator ratings, and maintenance requirements. It includes information on several generators, primarily diesel and natural gas, and their installation dates, along with the manufacturers. For example, a 12,500 kW emergency generator from 1999 is situated in the NEC Communication Room, while various other models, including those from Kohler and Generac, support other areas like the SCoE buildings and DCMA facilities. Furthermore, various essential building equipment and UPS systems are listed, including specific quantities for Liebert cooling units, control cabinets, and multiple UPS batteries. This inventory is crucial for assessing the reliability and readiness of critical backup systems in government operations, reflecting adherence to emergency preparedness and operational efficiency standards. It serves as a foundation for future RFPs and grant applications focused on maintaining or upgrading emergency response capabilities across federal and state facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    UPS maintenance and replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the maintenance and replacement of Uninterruptible Power Supplies (UPS) and Direct Current (DC) Power Plants at the Joint Interoperability Test Command (JITC) located in Fort Huachuca, Arizona. The contract encompasses scheduled preventive maintenance, emergency repairs, and battery replacements, ensuring the continuous and efficient operation of critical power systems. This procurement is vital for maintaining operational excellence and security, with a contract structure that includes a base year and four optional years, while adhering to strict security protocols requiring personnel to be U.S. citizens. Interested vendors must submit their proposals by September 23, 2024, and can direct inquiries to Gabe Zuccarelli at gabriel.f.zuccarelli.civ@mail.mil or Haylee Wheat at haylee.p.wheat.civ@mail.mil.
    UPS BATTERY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of UPS battery systems. The primary objective of this procurement is to ensure the availability of reliable power supply systems, which are critical for various military operations and equipment. These UPS batteries will be utilized in applications requiring uninterrupted power, thereby supporting the operational readiness of naval forces. Interested vendors should note that this opportunity is set aside for small businesses, and they can direct inquiries to Breanne R. Clippinger at 717-605-4893 or via email at BREANNE.R.CLIPPINGER.CIV@US.NAVY.MIL. The solicitation includes specific requirements for inspection, acceptance, and compliance with various technical standards, with proposals due within 60 days of the closing date indicated in the solicitation.
    UPS Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center (NAVSUP FLC) Puget Sound, is soliciting quotes for a firm fixed price contract to provide Schneider Electric Certified Technician services for the maintenance of Symmetra LX 16K Uninterruptible Power Supply (UPS) units at NCTS Far East Detachment Okinawa, Japan. The procurement aims to secure on-site warranty services for these critical UPS units, which are essential for protecting electronic equipment from power disturbances and ensuring operational continuity for Navy-supported commands. This contract, set as a Total Small Business Set-Aside, will cover warranty services for up to five years, including parts and labor, with a maximum response time of three business days for service requests. Interested vendors must submit their electronic quotes by 10:00 AM EST on September 21, 2024, to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    UPS Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for maintenance services of Uninterruptible Power Supply (UPS) systems at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The contract, designated under solicitation number FA521524Q0003, requires the contractor to provide preventive maintenance, battery replacement, and 24/7 emergency support for Schneider Electric APC UPS units, ensuring the reliability of power for Sensitive Electronic Equipment Systems (SEES). This procurement is critical for maintaining operational capabilities at the 613th Air Operations Center, with a contract duration from September 30, 2024, to September 29, 2025, and options for up to five additional years. Interested small businesses must submit their quotes by September 23, 2024, and may direct inquiries to Joshua Ziegler at joshua.ziegler.3@us.af.mil or Daniel Callahan at daniel.callahan.7@us.af.mil.
    UPS BATTERY REPLACEMENT NORFOLK VA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station, Atlantic (NCTAMS LANT), is soliciting proposals for the replacement of Uninterruptible Power Supply (UPS) Eaton batteries in Norfolk, Virginia. The procurement involves a Firm-Fixed Price contract for the replacement of batteries in two Eaton 9395 Power Xpert UPS systems, which are critical for maintaining continuous power supply to support military operations. This initiative is essential for ensuring the reliability of power systems that are vital for U.S. military communications, with the contract performance period set from September 30, 2024, to September 29, 2025. Interested contractors must submit their proposals, including technical capabilities and pricing, by September 25, 2024, and can contact Nancy Purvis at nancy.purvis.civ@us.navy.mil or Robert Joas at robert.p.joas.civ@us.navy.mil for further information.
    1.5KVA UPS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a 1.5KVA Uninterruptible Power Supply (UPS). The contract requires the manufacture and design of the UPS to meet specific technical requirements, including compliance with military specifications and the exclusion of mercury in the materials used. This UPS is critical for ensuring reliable power supply in defense operations, highlighting its importance in maintaining operational readiness. Interested vendors should direct inquiries to Kelly L. Slagle at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-quotation submission.
    6150--Deliver and install UPS - includes removal of existing - in Pineville, LA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the delivery and installation of an Uninterruptible Power Supply (UPS) system at the Alexandria VA Medical Center in Pineville, Louisiana. This procurement includes the removal of an outdated UPS unit and the installation of a new Eaton brand UPS system, which is critical for ensuring operational reliability in healthcare facilities. The solicitation emphasizes compliance with safety regulations and small business participation, reflecting the government's commitment to maintaining effective infrastructure in its healthcare systems. Interested parties must submit their proposals by September 20, 2024, at 10 AM Central Time, and can contact Contract Specialists Tammy DeMille and Alan Scanio for further information via their provided email addresses.
    Generator Preventative Maintenance Base and 4 OYs
    Active
    Energy, Department Of
    The Department of Energy, specifically the Western Desert Southwest Region, is seeking qualified contractors for a Generator Preventative Maintenance contract, which includes a base year and four option years. The procurement aims to ensure the reliable operation and maintenance of generator systems, which are critical for power distribution and energy management. This opportunity is set aside for small businesses under the SBA guidelines, and interested parties can reach out to Joshua Griffin at jgriffin@wapa.gov or (602) 605-2607 for further details. The solicitation is categorized under NAICS code 811310, focusing on the repair and maintenance of commercial and industrial machinery and equipment.
    FA500024Q0084 - 673d Communications Squadron Uninterruptible Power Supply (UPS) Batteries
    Active
    Dept Of Defense
    The Department of Defense, through the 673d Communications Squadron, is soliciting quotes for Uninterruptible Power Supply (UPS) batteries to be delivered to Joint Base Elmendorf-Richardson in Alaska. The procurement includes specific requirements for various UPS units, including two 4kVA, three 5kVA, one 6kVA, and two 8kVA units, all of which must meet detailed specifications for power capacity and outlet configurations to ensure reliable operation of critical networking equipment. This initiative is crucial for maintaining operational reliability in military communications, with a total small business set-aside status to encourage participation from qualified vendors. Interested parties must submit their quotes by September 26, 2024, at 12:00 PM AKST, and can contact Robert Briggs at robert.briggs.13@us.af.mil or Doung Tan Nguyen at doungtan.nguyen@us.af.mil for further information.
    Prime Power Distribution Systems (PPDS) Request for Proposal (RFP)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the Prime Power Distribution Systems (PPDS) through a Request for Proposal (RFP) aimed at modernizing electric power distribution infrastructure across military operations. This procurement involves a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract that spans ten years, including a five-year base period and an optional five-year extension, with a total contract ceiling estimated at $90 million. The PPDS will consist of key components such as the Improved Primary Switching Center, Improved Secondary Distribution Centers, and Tactical Prime Power Transformers, which are critical for ensuring reliable power distribution in various operational environments. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Tony D. Adams at tony.d.adams10.civ@army.mil or Danny Lester at danny.w.lester.civ@army.mil.