Eaton UPS Service Life Extension Program
ID: N0018925Q0270Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is soliciting proposals for the Eaton UPS Service Life Extension Program, aimed at providing essential services for the Eaton 9395 UPS systems at TUSC Atlantic. This procurement includes the acquisition of specific equipment, such as UPM Electronics Replacement and a 550 kVA ISBM/IOM Portion, to ensure the operational longevity and reliability of critical power systems. The contract is primarily targeted at small businesses, reflecting the government's commitment to fostering small business participation while ensuring compliance with federal regulations, including wage determinations that mandate minimum wage rates for workers. Interested vendors must submit their proposals by 5:00 PM on May 30, 2025, and can direct inquiries to Amy Barnes at amy.m.barnes14.civ@us.navy.mil or by phone at (564) 226-1893.

    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) from the federal government, specifically for the acquisition of equipment and services related to the Eaton 9395 UPS Service Life Extension Program. The solicitation number is N0018925Q0270, with offers due by 05:00 PM on May 30, 2025. It invites vendors to provide two types of equipment—UPM Electronics Replacement and a 550 kVA ISBM/IOM Portion—in accordance with specified requirements and conditions. The contract is intended primarily for small businesses, particularly those eligible under several small business programs. The submission guidelines include necessary representations and certifications regarding the offeror’s eligibility, compliance with federal regulations, and appropriateness of the pricing. The contract stipulates firm fixed pricing and intends to evaluate the offers based on total price and value to the government. Clauses regarding various compliance points, including telecommunications regulations, labor standards, and ethical conduct, are included. The document emphasizes strict adherence to guidelines preventing contracting with certain entities, ensuring the integrity of federal transactions. This solicitation reflects the government's commitment to fostering opportunities for small businesses while securing necessary services for operational continuance.
    On May 5, 2025, TUSC Atlantic published a Request for Proposal (RFP) for the position of Facility Manager. This RFP outlines the responsibilities associated with managing their facilities, focusing on operational efficiency, maintenance protocols, and compliance with regulatory standards. The selected Facility Manager will be tasked with overseeing daily operations, coordinating with staff and contractors, and implementing best practices for safety and sustainability. Vendor qualifications include relevant experience, the ability to manage budgets effectively, and familiarity with local regulations. This initiative underscores TUSC Atlantic's objective to enhance its facility management capabilities while ensuring operational excellence and regulatory adherence.
    The document outlines the Wage Determination No. 2015-4341, issued by the U.S. Department of Labor under the Service Contract Act. It establishes minimum wage rates for workers on federal contracts in North Carolina and Virginia, significantly focusing on two primary executive orders. For contracts initiated or renewed after January 30, 2022, a minimum wage of $17.75 per hour is mandated (under Executive Order 14026); for contracts between January 1, 2015, and January 29, 2022, the minimum is $13.30 per hour (under Executive Order 13658). Additional details provide specific wage rates for various occupations across several job classifications, with overall benefits standardization including health and welfare provisions, paid leave, and holiday entitlements. Importantly, contractors are required to compensate employees adequately without deductions for uniform maintenance costs and adhere to specific classifications pertaining to unlisted job roles. The document emphasizes compliance with regulations set by the Wage and Hour Division and contains a structured guide for conformance requests regarding unlisted classifications, ensuring that wage standards are met consistently across federal contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    open inspect and report
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of a Power Supply (Stock Number: 6130-01-615-0193, Part Number: UPS1-2.4K-1G-SRNDTI-F2E) used in their SEAWATCH systems. The procurement involves detailed inspection, repair, testing, and packaging of 37 units, adhering to specific SFLC R-400-299 rev M specifications, with a warranty guaranteeing the items against defects for up to two years post-delivery. This equipment is critical for maintaining operational readiness in Coast Guard operations, ensuring reliability and safety in their systems. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    NAWCAD WOLF-UPS and PDU
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting bids for brand-name tactical uninterruptible power supply (UPS) units and related cables from AJ's Power Source, Inc. This procurement is a firm fixed-price contract, strictly requiring authorized distributors/resellers who are TAA compliant, with no substitutions accepted for the specified items. The goods are critical for ensuring reliable power supply in military operations, emphasizing the importance of quality and compliance in the procurement process. Quotes must be submitted by December 22, 2025, with delivery expected by July 21, 2026, to the Naval Air Warfare Center in St. Inigoes, Maryland. Interested vendors should contact Gabrielle McKee at gabrielle.l.mckee2.civ@us.navy.mil for further details.
    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.
    J061--UPS Maintenance - NWI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 23, is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa VA Healthcare System located in Omaha, NE. The procurement includes semiannual preventive maintenance, battery replacement, and full-service repair for various UPS units across multiple VA facilities, with a contract period starting from January 1, 2026, to December 31, 2030. This service is critical for ensuring the reliability of power supply systems that support healthcare operations, particularly in maintaining uninterrupted service during power outages. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their quotes via email to Contract Specialist James Miller at james.miller4@va.gov by the extended deadline of December 18, 2025, at 5:00 PM CST.
    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.
    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.
    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.
    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.
    UPS ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the procurement of UPS Assembly, specifically under the NAICS code 335931, which pertains to Current-Carrying Wiring Device Manufacturing. The contract will encompass the manufacture and quality assurance requirements for the UPS Assembly, which is critical for ensuring reliable power supply systems within defense operations. Interested vendors are advised that all contractual documents will be considered issued upon transmission by electronic means, and they must provide detailed compliance with inspection and acceptance criteria as outlined in the solicitation. For further inquiries, potential bidders can contact Nicholas Birbeck at NICHOLAS.BIRBECK@DLA.MIL.