Uninterrupted Power Supply (UPS) Systems Repair
ID: FA812525Q0061Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Uninterruptible Power Supply (UPS) systems at Tinker Air Force Base in Oklahoma. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to repair EATON operating systems, including the replacement of capacitors and fans as specified in the Performance Work Statement. This procurement is critical for maintaining operational continuity and reliability of power supply systems essential for government operations. Interested contractors must be EATON Authorized Representatives and comply with safety and environmental regulations, with a total contract value of $34 million over a base year and four option years. Proposals are due by July 11, 2025, at 1:00 PM CST, and inquiries can be directed to Tran Tran at Tran.Tran.1@us.af.mil or Chelsie Hannah at chelsie.hannah@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for the Contractor to provide maintenance and repair services for the Uninterrupted Power Supply (UPS) System at Tinker Air Force Base (AFB). Key responsibilities include the replacement of capacitors and fans, remedial maintenance procedures, and the requirement for all parts and materials to meet Original Equipment Manufacturer (OEM) specifications. The Contractor must coordinate with government points of contact and submit work requests for approval, ensuring timely responses to any equipment malfunctions within specified deadlines. Compliance with environmental, safety, and occupational health regulations is critical, including procedures related to hazardous materials and waste management. The PWS also underscores the importance of maintaining a skilled workforce and the necessity for Contractor personnel to undergo required safety and operational training. It specifies crucial emergency procedures and mandates adherence to security protocols, while emphasizing the primary goal of ensuring safety at Tinker AFB. Overall, this document establishes a structured framework for the effective and compliant execution of maintenance services, reflecting the federal government's commitment to operational readiness and safety standards.
    The provided document is a inventory listing of Uninterruptible Power Supply (UPS) equipment, detailing specific units along with their specifications and contact information for responsible personnel. It lists five UPS units, primarily of 500KVA capacity, produced by manufacturers PowerWare and Eaton-PowerWare, with model numbers and corresponding serial numbers. Each listing includes additional information such as the location within the facility and the point of contact (POC) for inquiries related to the equipment. This inventory serves as a crucial resource for accountability and maintenance management, highlighting the necessary information for staff overseeing the UPS systems. Its purpose aligns with government efforts to ensure operational continuity and reliability in power supply systems, likely in compliance with RFPs and grant conditions related to technology and infrastructure management. The document underscores the importance of maintaining critical infrastructure for government operations.
    The document outlines the safety requirements for contractors engaged in work at Tinker Air Force Base (AFB), emphasizing the paramount importance of safety for all personnel. It introduces the Commander’s Safety Intent and the "Speak Out for Safety" (SOS) initiative, encouraging proactive hazard identification and reporting. The contractor must notify the Government Contract Official Representative (COR) within one hour of any mishap, including detailed information regarding the incident. General safety requirements stipulate that contractors are responsible for compliance with all relevant laws, ensuring personnel are properly trained, and maintaining safe working conditions. Contractors must create a written site-specific Safety and Occupational Health (SOH) plan within ten days of contract award, addressing potential hazards and establishing responsibilities. The requirement includes continuous safety training, regular compliance checks, and documentation of safety performance. The document references specific OSHA standards and provisions aimed at ensuring a safe environment for both contractor and government personnel, revealing a commitment to a comprehensive safety program within the federal contracting framework. This emphasizes the government’s role in promoting safety through structured protocols while holding contractors accountable for their compliance.
    The document outlines a solicitation for services related to the Uninterrupted Power Supply (UPS) System Maintenance and Repair under the Women-Owned Small Business (WOSB) initiative. The solicitation (FA812525Q0061) issued by Tinker Air Force Base includes the requirements for performance, delivery schedules, and detailed clauses that govern the contract. It specifies the total award amount of $34 million, the quantity and types of services required, including capacitor and fan replacements, and the service period extending from mid-2025 to mid-2030 with multiple option periods. Key compliance requirements include adherence to Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions, including those related to cybersecurity, labor standards, and environmental concerns. Additionally, specific delivery instructions emphasize the use of designated gates for entry to Tinker AFB and contractor identification requirements. The solicitation aims to enhance the capabilities of small businesses, particularly those owned by women, to engage in government contracting, reflecting a commitment to promote equal opportunities in federal procurement processes.
    The document is an amendment to a solicitation identified as FA812525Q0061, issued to extend the closing date for offers from June 16, 2025, to July 11, 2025, at 1:00 PM CST. It specifies the procedures for bidders to acknowledge receipt of the amendment, including methods for submitting acknowledgment or changes to offers. The amendment emphasizes that all other terms and conditions of the original solicitation and any previous amendments remain unchanged. Sections detail the responsibilities of contractors and the contracting officer, including necessary signatures and timelines. This modification aims to provide additional time for potential offerors to submit their bids, facilitating participation in the procurement process. Overall, the document reflects standard practices in government contracting, ensuring compliance and clarity in the solicitation process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.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. 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.
    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.
    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.
    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.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Overhead Door Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an overhead door at Tinker Air Force Base, Oklahoma. The project involves a one-time repair of a southwest overhead roll-up door, requiring the contractor to provide all necessary labor, tools, equipment, materials, and transportation to replace specific components while adhering to OEM specifications and safety regulations. This repair is crucial for maintaining operational functionality at the facility, and contractors must submit their quotes by the specified closing date, ensuring compliance with detailed submission requirements. For inquiries, interested parties can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.