UPS maintenance and replacement
ID: HC102824R0073Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a request for proposal (RFP) for a service contract concerning the maintenance of critical power systems (CPS), including Uninterruptible Power Supplies (UPS) and Direct Current (DC) Power Plants at the Joint Interoperability Test Command (JITC) in Fort Huachuca, Arizona. The purpose is to ensure all CPS continue to function efficiently, covering tasks such as scheduled preventive maintenance, emergency repairs, and battery replacements. The contract includes provisions for response times, deliverable reports, and performance standards to maintain operational excellence. The contract has a base year and four optional years, with the stipulation that the contractor must be prepared to integrate additional units as they come online after construction. All work is to be conducted on-site with strict adherence to security requirements, necessitating personnel to be U.S. citizens and adhere to various clearance protocols. The document also outlines compliance with wage determinations related to the Service Contract Act, emphasizing fair compensation for labor involved in fulfilling this contract.
    The document serves as a proposal template for the Defense Information Systems Agency (DISA) to guide offerors in submitting bids for federal contracts. It emphasizes the importance of compliance with federal regulations and accurate pricing, requiring detailed completion of a CLIN (Contract Line Item Number) Summary and associated pricing sheets. Key components include structured pricing fields for labor, materials, travel, and other direct costs, with additional tabs permitted for further details. The template outlines specific CLIN descriptions and contract types, and emphasizes that all proposed pricing must have traceability for evaluation purposes. Offerors must ensure formulas are correct, avoid including pricing notes, and tailor the documentation to fit the specific RFP requirements. The proposal also outlines the necessity for additional rows as needed to capture all relevant costs. This comprehensive template is essential for the accurate and transparent submission of proposals within the federal contracting process.
    The document outlines instructions for a pre-proposal site visit regarding the UPS and DC Power Plant Maintenance project at Fort Huachuca, DISA JITC, Arizona, scheduled for August 29, 2024. Vendors are encouraged to attend to better understand the work scope and site conditions. They must submit questions in writing within two days post-visit. Access is limited to two representatives per company due to security protocols, with a Visit Authorization Letter (VAL) required for facility entry. The VAL must be submitted to the DISA JITC Security Office two days before the visit, detailing attendee information and company security clearance data. The itinerary includes a gathering at the JITC main building, followed by a project overview and tour, concluding by 2:00 pm. The instructions emphasize compliance with all contract terms and the importance of the site visit for potential contractors seeking to collaborate on the maintenance project.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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
    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.
    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.
    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.
    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.
    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.
    EATON 3930 UPS SYSTEM BATTERY REPLACEMENT MUOS CHESAPEAKE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMSLANT), is soliciting quotes for the replacement of batteries in two Eaton 9395 Uninterruptible Power Supply (UPS) systems located at the NAVSATCOMMFAC in Chesapeake, Virginia. The procurement aims to enhance the reliability of critical power systems that support military operations, requiring the contractor to isolate, remove, replace, and test the UPS batteries while ensuring minimal disruption to government business operations. This initiative underscores the importance of maintaining mission readiness through essential infrastructure support, with the project scheduled to take place from September 30, 2024, to September 29, 2025. Interested contractors must submit their quotes 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.
    POWER SUPPLY
    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 manufacture of power supply units under a federal contract. The procurement aims to fulfill specific requirements for electrical converters, classified under the PSC code 6130, and is critical for supporting military operations and ensuring the reliability of electrical systems. Interested vendors must demonstrate their capabilities through past performance evaluations and are required to comply with quality assurance standards, with the solicitation extended until March 1, 2024. For further inquiries, potential offerors can contact Stephanie R. Perez at 717-605-1306 or via email at STEPHANIE.R.PEREZ1@NAVY.MIL.
    POWER SUPPLY
    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 power supply units under a fixed-price contract. This procurement requires compliance with specific military standards for packaging and inspection, and the awarded contractor must be an authorized source for the items being supplied. The power supplies are critical components for various defense applications, ensuring reliability and performance in military operations. Interested vendors should submit their quotes, including pricing and delivery timelines, to Stephanie R. Perez at stephanie.r.perez1@navy.mil, with a minimum quote expiration of 90 days.
    Prime Power Distribution Systems (PPDS) Request for Proposal (RFP)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the Prime Power Distribution Systems (PPDS) under a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective of this procurement is to modernize and enhance the electric power distribution infrastructure across military operations, focusing on components such as the Improved Primary Switching Center, Improved Secondary Distribution Centers, and Tactical Prime Power Transformers. These systems are crucial for ensuring reliable power distribution in various operational environments, supporting military readiness and disaster relief efforts. Interested small businesses must submit their proposals by September 26, 2024, at 1 PM EST, 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. The estimated maximum contract value is $90 million, emphasizing the government's commitment to small business participation in this initiative.