Uninterruptible Power Supply (UPS) Purchase and Installation
ID: N6470925Q0017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSTRATEGIC WEAPONS FAC LANT FINANCIAKINGS BAY, GA, 31547-2634, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 4, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 4:00 PM UTC
Description

The Department of Defense, specifically the Strategic Weapons Facility Atlantic (SWFLANT) at Naval Submarine Base in Kings Bay, Georgia, is seeking quotations for the purchase and installation of three General Electric (GE) Digital Energy LP-11U Series Uninterruptible Power Supply (UPS) units. The procurement involves the removal and disposal of existing UPS units, ensuring that the new installations meet specific operational standards, including a minimum 15-minute runtime and compliance with environmental conditions. This project is critical for maintaining reliable power supply infrastructure, which is essential for the operational readiness of naval facilities. Interested small businesses must submit their quotes electronically by 12 PM EST on April 11, 2025, and are encouraged to attend a site visit on April 2, 2025, to assess installation logistics. For further inquiries, contact the Contracts Division at spk12contracts@swflant.navy.mil or Miguel Belardo at miguel.belardo@swflant.navy.mil.

Files
Title
Posted
Mar 25, 2025, 6:05 PM UTC
The Combined Synopsis/Solicitation outlines a request for quotation (RFQ) by the Strategic Weapons Facility, Atlantic (SWFLANT) to replace three Uninterruptible Power Supply (UPS) units at Naval Submarine Base, Kings Bay, Georgia. The solicitation, identified as N6470925Q0017, emphasizes a total small business set aside and specifies that all quotes must meet the requirements set forth, including the removal of existing units and installation of GE Digital Energy LP-11U Series UPS units. Contractors must submit a price quote, specifications, a work plan for government approval, and confirm their status as authorized resellers. A site visit is scheduled for March 13, 2025, necessitating adherence to security protocols. The evaluation will focus on technical specifications and pricing, with a firm-fixed-price purchase order to be awarded based on the lowest-priced, technically acceptable proposal. The solicitation underscores compliance with various FAR clauses and requires completion of representations and certifications relevant to federal contracting.
Mar 25, 2025, 6:05 PM UTC
The solicitation N6470925Q0017 is for the Strategic Weapons Facility, Atlantic (SWFLANT) at Naval Submarine Base, Kings Bay, Georgia, seeking quotations for the replacement of three uninterruptible power supply (UPS) units with specific General Electric (GE) models. The request includes the procurement, delivery, installation, and operational verification of the new UPS units, as well as the removal and disposal of the old units. Installation must adhere to strict safety protocols and operational scheduling due to Navy fleet operations. A facility evaluation test is required post-installation, confirming that the UPS units meet specified performance metrics. The solicitation is open to small businesses, with a size standard of 800 employees in the NAICS code 335311. Quotes are due by April 18, 2025, and must be submitted electronically. The government will evaluate offers based on the lowest-priced technically acceptable criteria, mandating that quotations include detailed pricing and specifications, proof of authorized reseller status, and a comprehensive work plan for review. The document emphasizes compliance with various federal regulations and safety requirements, reflecting the government's commitment to maintaining high operational standards at its facilities.
Mar 25, 2025, 6:05 PM UTC
The document outlines a combined synopsis/solicitation (N6470925Q0017) for the procurement of three General Electric (GE) 6kVA Uninterruptible Power Supply (UPS) units by the Strategic Weapons Facility, Atlantic (SWFLANT), located at Naval Submarine Base, Kings Bay, GA. This is a firm-fixed-price RFQ with a total small business set aside, adhering to FAR regulations. The requirements include the removal and disposal of the existing Elgar model 5006B UPS units and the installation of the new GE units, which must meet specific operational standards. The designated installation site is building 5158 during normal work hours, with specific access restrictions due to naval operations and security protocols. Quotes must include a comprehensive work plan submitted for government approval, a facility evaluation test after installation, and adherence to a series of federal clauses and certifications. Interested parties are invited to a site visit on 02 April 2025, with all personnel subject to background checks. The deadline for quote submissions is 12 PM EST on 11 April 2025. This solicitation reflects the government’s commitment to engaging small businesses while ensuring the replacement of critical power supply infrastructure.
Mar 25, 2025, 6:05 PM UTC
The file presents an image depicting three Elgar units currently installed in room 212 of building 5158. While the document lacks detailed descriptions, the presence of these units suggests their role in ongoing operational processes. Although no specific context regarding federal or state-local RFPs or grants is provided, such installations can be relevant to requests for proposals or grants related to facility upgrades, equipment maintenance, or technological enhancements within government settings. These units likely serve a function that aligns with federal standards in infrastructure management or technical support. The succinct nature of the content indicates that it may serve as a visual reference in a broader documentation or submission relevant to projects seeking funding or approval under government initiatives.
Mar 25, 2025, 6:05 PM UTC
Mar 25, 2025, 6:05 PM UTC
The document pertains to a Request for Proposal (RFP) regarding the procurement and installation of Uninterruptible Power Supply (UPS) units. The RFP outlines specifications such as a minimum 15-minute runtime for the UPS, confirmation of hardwired connections, and the environmental conditions necessary for operation, specifically a temperature not exceeding 104°F. It is specified that the units should be new and that the installation will follow a one-for-one replacement model with no upgrades to wiring anticipated. Access to the installation site requires submission of specific forms, although no escorts are needed if these are properly completed. A site visit is highly recommended to assess spatial limitations due to existing installations. The document emphasizes the disposal of existing equipment and clarifies that extended maintenance during the warranty period is not required. The expected timeframe for shipping and installation post-award is 60 days. Overall, this document emphasizes careful planning around equipment specifications, installation logistics, and compliance with access protocols, reflecting the structured approach typical in government RFPs.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
DEVCOM AC, QESA Uninterruptible Power Supply (UPS) Maintenance
Buyer not available
The Department of Defense, through the Army Contracting Command-New Jersey, is seeking sources for the maintenance of General Electric's TLE 50kVA Uninterruptible Power Supply (UPS) systems. The procurement aims to identify contractors capable of providing both scheduled and unscheduled maintenance, which includes necessary travel, parts (excluding batteries), and labor in compliance with manufacturer specifications. This maintenance is critical for ensuring the operational integrity of essential electrical systems, with scheduled maintenance requiring two visits during standard operating hours and unscheduled maintenance necessitating a four-hour response time, available 24/7. Interested contractors must submit their capability statements and organizational details electronically to the designated Contract Specialist, Darby J Quinones, at darby.j.quinones.civ@army.mil by the specified deadline, as this request serves informational purposes only with no obligation for contract awards.
Uninterruptable Power Supply (UPS) Equipment.
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Uninterruptible Power Supply (UPS) equipment for MacDill Air Force Base in Florida. The procurement includes fifty-four 2000VA/1800W UPS units and fifty-four meterable power distribution units (PDU) to ensure continuous power for network switches that support AFNet and VoIP services, which are critical for maintaining operational reliability during power disruptions. Interested small businesses are encouraged to submit a capabilities package detailing their qualifications, including DUNS, Cage Code, and SAM registration, by May 5, 2025, to facilitate the government’s market research and support its commitment to engaging small businesses. For further inquiries, vendors may contact Ivan Oceguera at ivan.oceguera@us.af.mil or Melissa Biggar at melissa.Biggar@us.af.mil.
Uninterruptible Power Supply for Shipboard Alarm and Announcing System and Electronic Chart Display and Information System
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Uninterruptible Power Supplies (UPS) to support the Shipboard Alarm & Announcing System (A&AS) and the Electronic Chart Display and Information System (ECDIS). The objective is to replace obsolete UPS systems that are no longer supported by manufacturers, ensuring operational continuity during power outages for critical maritime communication and navigation systems. This procurement is vital for maintaining the functionality and safety of Coast Guard operations, with a maximum contract value of $2,500,000 over a five-year period. Interested contractors must submit their proposals by May 5, 2025, and can direct inquiries to Roberta Pluim at Roberta.f.Pluim@uscg.mil or Danielle Beavers-Rose at danielle.beavers-rose@uscg.mil.
UPS Maintenace and battery repair
Buyer not available
The Department of Defense, specifically the Maryland Air National Guard, is conducting a sources sought notice to identify qualified vendors for annual maintenance and battery replacement services for a UPS 9395 system (PWHR12540WFR). The objective is to gather market research to assess the capacity of firms to provide these essential services, which are critical for maintaining operational readiness and reliability of power distribution equipment. Interested organizations are encouraged to submit their contact information and tailored capability statements, demonstrating their ability to meet the requirements outlined in the notice. There is currently no solicitation available, and responses will inform whether the project will be set aside for small businesses or opened for full competition. For inquiries, interested parties may contact Michael Dombkiewicz at michael.dombkiewicz.2@us.af.mil or MSgt Brandon Council at brandon.council.7@us.af.mil.
ASSY, UPS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of ASSY, UPS, which involves inspection, evaluation, repair, and restoration of government-owned equipment. The contract will be a firm fixed-price purchase order, with specific requirements for turnaround time and throughput constraints for the repair services. This procurement is critical for maintaining operational readiness and ensuring the functionality of electrical control equipment, as categorized under NAICS code 335312. Interested vendors should direct inquiries to Carly Gassert via email at CARLY.GASSERT@NAVY.MIL, with the due date for proposals extended to April 28, 2025.
ELECTRICAL SERVICE
Buyer not available
The Department of Defense, through the Strategic Weapons Facility Atlantic (SWFLANT), is soliciting proposals for electrical services at the Dynamic Hoist Test Facility (DHTF) located in Kings Bay, Georgia. This procurement aims to update aging electrical systems and accommodate new power requirements as part of a technology refresh initiative, with a focus on compliance with safety and electrical standards. The contract is set aside for small businesses and includes one base period along with four optional periods, requiring licensed electrical contractors to supply and install necessary equipment while adhering to strict regulatory guidelines. Proposals must be submitted by May 2, 2025, and interested contractors are encouraged to contact the SPK12 Contracts/Procurement Division at SPK12CONTRACTS@SWFLANT.NAVY.MIL or Yvette Tullock at YVETTE.TULLOCK@SWFLANT.NAVY.MIL for further details.
61--UPS BATTERY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of UPS batteries. This procurement aims to ensure the operational readiness and reliability of critical electrical converters, which are essential for various defense applications. The selected contractor will be responsible for providing a firm fixed-price purchase order, with specific requirements for inspection, acceptance, and quality assurance outlined in the solicitation. Interested parties should direct inquiries to Carly Gassert at 717-605-5693 or via email at CARLY.GASSERT@NAVY.MIL, and must submit their quotations within 60 days of the solicitation date.
UPS replacement
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the replacement of uninterruptible power supplies (UPS) at 12 sites managed by the 5th Contracting Squadron at Minot Air Force Base, North Dakota. The contractor will be responsible for removing existing UPS systems and providing new 9PXM UPS models along with all necessary components, ensuring compliance with established standards and regulations. This initiative is crucial for enhancing power reliability and operational readiness at the base, reflecting the government's commitment to engaging small businesses in federal procurement. Interested parties must submit their quotes by April 14, 2025, with inquiries directed to Colton Snyder at colton.snyder@us.af.mil or TSgt Bryon Mordhorst at bryon.mordhorst@us.af.mil by April 10, 2025.
UPS System
Buyer not available
The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking proposals for the procurement of a new Uninterruptible Power Supply (UPS) system, specifically a Toshiba 4400 Series Double Conversion UPS and associated components. The requirements include a 50 kVA UPS system with specific technical specifications, such as a 40 kW output for 6-8 minutes, seismic rating, and accessibility features for maintenance. This procurement is critical for ensuring reliable power supply to the laboratory's operations, which are vital for research and development in the field of energy. Interested vendors must submit their quotations by May 5, 2025, to Marissa Tanomrat at marissat@slac.stanford.edu, and comply with the Buy American Act Certification and other procurement terms outlined in the solicitation documents.
Uninterruptable Power Supply (UPS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for the design, procurement, installation, testing, and commissioning of Uninterruptible Power Supply (UPS) systems at Al Udeid Air Base, Qatar. The project aims to provide reliable power protection for critical equipment within Buildings B5506 and B5507, with a construction magnitude estimated between $250,000 and $500,000. This initiative is essential for maintaining operational readiness and ensuring the integrity of mission-critical systems, emphasizing the need for compliance with rigorous safety and performance standards. Interested contractors must submit their proposals by April 17, 2025, with project completion expected by August 1, 2025. For further inquiries, contact Phillip Mott at phillip.mott@us.af.mil or Joseph Russell at joseph.russell.10@us.af.mil.