Uninterruptible Power Supply (UPS) Unit Maintenance for USNO
ID: N0018925Q0374Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

BATTERIES, RECHARGEABLE (6140)

Set Aside

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

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified vendors to provide maintenance and battery replacement services for Eaton Uninterruptible Power Supply (UPS) units at the United States Naval Observatory (USNO). The procurement emphasizes the need for Original Equipment Manufacturer (OEM) components and requires bidders to be Eaton Qualified Providers due to the specialized nature of the UPS systems involved. This maintenance is critical for ensuring reliable power management, which supports the operational efficiency of the USNO's mission. Interested parties should review the attached solicitation documents and submit their quotes by the extended deadline of July 31, 2025, with inquiries directed to Megan Evans at megan.m.evans18.civ@us.navy.mil or by phone at 757-443-1965.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines inquiries from a contractor regarding battery specifications and maintenance requirements for UPS (Uninterrupted Power Supply) systems to be used by the United States Naval Observatory (USNO). The engineering team requests specific amp hours and clarifies that no simultaneous backup is needed for the UPS systems. The required batteries include models from Eaton, emphasizing that the contractor must be an Eaton Qualified Provider due to the specialized nature of the older units being serviced. Additionally, it corrects an earlier oversight in the Statement of Work (SOW), clarifying that service maintenance reports should be specifically for each battery, not for general maintenance. The document highlights the expertise required for working with these particular units, ensuring that qualified bidders understand the specialized nature of the equipment involved. This information is crucial for potential contractors to align their proposals with the requirements laid out in the RFP process.
    The document addresses technical specifications and service requirements for UPS batteries in a government procurement context. It includes queries from the engineering team regarding specifications for replacement batteries, providing detailed part numbers for Eaton VRLA Sealed batteries required for specific UPS models. The document specifies that backup power is not necessary as the UPS units function independently. Additionally, the document clarifies an earlier miscommunication regarding maintenance reporting for the batteries. Originally stated in the Statement of Work (SOW) as requiring maintenance for the batteries, the SOW has been revised to reflect that the contractor will provide service reports for each battery to the designated Technical Point of Contact upon completion of service. This document underscores the importance of precise technical specifications and effective communication regarding maintenance responsibilities in government contracts, ensuring both compliance and operational readiness for UPS systems.
    The document outlines a Request for Quote (RFQ) for maintenance of Uninterruptible Power Supply (UPS) systems at the United States Naval Observatory (USNO). It seeks qualified vendors, specifically for Eaton UPS units, to provide battery replacements, including all delivery, disposal costs, and warranties. The RFQ emphasizes the importance of consistent power for operational efficiency and stipulates the provision of Original Equipment Manufacturer (OEM) components. Key requirements include the delivery of specific battery types within set timelines and thorough inspection and acceptance protocols by USNO. The period of performance for the initial battery replacements concludes by July 31, 2025, with detailed delivery instructions provided. The document also contains procedural information for submission of quotes, evaluation criteria focusing on technical merit and pricing, and references applicable Federal Acquisition Regulation (FAR) clauses. This RFQ serves to support the USNO's mission by ensuring reliable power management through maintenance services, reflecting the government's emphasis on operational readiness and compliance with acquisition regulations.
    The solicitation N0018925Q0374 issued by the U.S. Naval Observatory seeks a qualified vendor to provide maintenance and battery replacements for four Eaton Uninterruptible Power Supply (UPS) units essential for operational continuity in timekeeping and navigation tasks. The contract requires the use of Original Equipment Manufacturer (OEM) components and specifies models UPS 9315-100-160 and UPS 9390-100-120, among others. The contractor must be compliant with federal regulations, including quality assurance and a rejection of refurbished products. Maintenance tasks will be performed on-site at the U.S. Naval Observatory in Washington, D.C., with all related costs included in pricing. Delivery for replacement batteries is expected no later than July 31, 2025, aligned with performance reporting to designated Technical Points of Contact at the Observatory. The solicitation emphasizes the importance of stable power supply during all operational conditions and outlines specific evaluation criteria focusing on technical capabilities and price competitiveness. The offer must comply with additional representations regarding business classification and adherence to federal contract requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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 under solicitation number 36C25626Q0210. The contract encompasses preventive maintenance and emergency services for UPS systems located in Biloxi, MS, and Pensacola, FL, including 24/7 emergency support with a four-hour response time, labor, travel, and two annual preventative maintenance inspections. This service is critical for ensuring the reliability and functionality of IT infrastructure, which supports the operations of the Veterans Health Care System. Interested parties must submit their offers by December 19, 2025, at 10:00 AM CST, and can direct inquiries to Contract Supervisor John L. Walker at John.Walker15@va.gov or Rene' Impey at rene.impey@va.gov.
    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. The procurement aims to establish a contract for the repair turnaround time (RTAT) of 90 days, with specific requirements for inspection and acceptance of supplies, as well as adherence to quality assurance standards. These power supplies are critical components for various defense systems, emphasizing the importance of timely and reliable repairs. Interested contractors should submit their quotes, including unit price and RTAT, to the primary contact, Owen M. McNamara, at 215-697-3473 or via email at OWEN.M.MCNAMARA2.CIV@US.NAVY.MIL, with the solicitation details available for review.
    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, identified by part number 0017898-01 and National Item Identification Number (NIIN) 012225185. The contract requires the successful contractor to perform repairs, testing, and inspections in accordance with specified standards, ensuring that the units are returned to a Ready for Issue (RFI) condition within a required turnaround time of 20 days after receipt. This procurement is critical for maintaining operational readiness and support for naval operations, emphasizing the importance of timely and quality repairs. Interested contractors must submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by the specified due date, and must also comply with government source approval requirements prior to award.
    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.
    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 procurement of power supply units. The contract requires the manufacture and design of power supplies that meet specific technical requirements, including compliance with standards set by Northrop Grumman Systems Corporation and exclusion of mercury in the materials used. These power supplies are critical for various defense applications, ensuring reliable power distribution and operational efficiency. Interested vendors can reach out to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL for further details, with proposals expected to remain valid for 60 days post-submission.
    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.
    61--BATTERY POWER SUPPL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130016434896. The requirement includes the delivery of multiple units to various naval vessels, including the USS Bulkeley DDG 84 and the USS Frank E. Petersen Jr. DDG 121, with a delivery timeline of 150 days after order (ADO). These battery power supplies are critical for ensuring the operational readiness of naval ships, highlighting their importance in maintaining fleet capabilities. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the primary contact at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support in Mechanicsburg, is soliciting bids for the procurement of power supply units under a fixed-price contract. The requirements include the manufacture of power supplies that meet specific quality and inspection standards, including compliance with MIL-STD-129 and ISO 9001, and the materials must be mercury-free due to their intended use on submarines and surface ships. This procurement is critical for maintaining operational readiness and safety in naval operations. Interested vendors should contact Rebecca A. Rainey at 717-605-2774 or via email at REBECCA.A.RAINEY5.CIV@US.NAVY.MIL for further details, and they must ensure they are authorized distributors of the original manufacturer’s items to be considered for the contract.
    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.