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
    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
    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.
    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.
    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.
    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.
    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
    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.
    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.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four power supply units (NSN 6120017072521) intended for delivery to the USS Abraham Lincoln (CVN 72) within 20 days after order. This procurement is a source-controlled drawing item, and the approved source for the item is identified as 0D0D0 8561976-1, ensuring compliance with specific military specifications and standards. The solicitation is categorized as a Total Small Business Set-Aside, encouraging participation from small businesses in the power distribution and specialty transformer manufacturing industry. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a power supply, specifically NSN 6130012926971, with a requirement for four units to be delivered to DLA Distribution Cherry Point within 180 days after order. This procurement is critical for ensuring the operational readiness of military equipment that relies on reliable power supply systems. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received in a timely manner. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    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 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.
    UPS Battery Replacement & Installation Services, QTY2EA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for UPS Battery Replacement and Installation Services at the VA Puget Sound Health Care System in Seattle, Washington. The contractor will be responsible for procuring, removing, and installing two new UPS batteries, ensuring compliance with manufacturer specifications, industry standards, and VA codes, while also adhering to environmental regulations for battery disposal. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238210, emphasizing the importance of reliable power systems in healthcare settings. Interested parties must submit their offers by December 22, 2025, at 14:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    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.
    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.