Uninterrupted Power Supply (UPS) Maintenance - NAS JRB NOLA
ID: N6883625QS085Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for Uninterrupted Power Supply (UPS) Maintenance services at Naval Air Station Joint Reserve Base (JRB) New Orleans, Louisiana. The procurement includes preventive and corrective maintenance for two UPS units, requiring a 4-hour on-site response time and 24/7 service availability, with the contract structured to span a base year from August 18, 2025, to August 17, 2026, followed by four optional 12-month periods. These services are critical for ensuring the reliability of power supply for essential military communications and radar systems, emphasizing the need for certified technicians to perform regular inspections and battery replacements while adhering to stringent safety and operational standards. Interested vendors should refer to the attached Request for Quote (RFQ) and Amendment 0001 for detailed requirements and must contact Maria Brophy or Lindita Sirri for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for preventive and corrective maintenance services for two Uninterruptible Power Supply (UPS) units at the Naval Air Station Joint Reserve Base New Orleans. It outlines specific requirements for maintenance, including a 4-hour on-site response time and 24/7 service availability. The contract is structured with a base year and four option years, extending from August 2025 through August 2030. The maintenance tasks include regular inspections, service records, and battery replacements performed by certified technicians to ensure uninterrupted power supply for critical communications and radar equipment. It establishes performance requirements, points of contact for technical and financial matters, and compliance with federal regulations, including security access protocols for contractors needing access to the facility. The document emphasizes meticulous adherence to safety and operational standards, given the critical nature of the UPS systems in supporting vital military operations. This solicitation exemplifies a government Request for Proposal (RFP) focused on engaging qualified service providers while ensuring robust operational continuity.
    This document serves as an amendment to a federal solicitation, specifically addressing the receipt of offers and any modifications needed to the original contract or solicitation. It states that vendors must acknowledge receipt of the amendment before the specified deadline using particular methods outlined in the document. The amendment also details a specific change regarding the Sealed Valve Regulated Lead Acid (VRLA) Battery Service Preventive Maintenance, including a response to a question about the quantity and specifications of battery units associated with different UPS (Uninterruptible Power Supply) models. The response to the inquiry clarifies that there are 35 batteries for the ABB / DPA 120 UL 80kVA and 24 batteries for the GE / LP33 Series 20 UL S1 20kVA models. The text makes it clear that all other terms and conditions of the solicitation remain unchanged. Overall, this amendment ensures clarity and further defines the scope of the project while reiterating the necessary procedural requirements for vendors to submit offers.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J061--UPS IT Battery Maintenance Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 16, is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide UPS IT Battery Maintenance Services for the Gulf Coast Veterans Health Care System located in Biloxi, Mississippi. This presolicitation notice indicates a requirement for service, maintenance, and repairs of UPS IT equipment, emphasizing the importance of these services in supporting the healthcare system's operational integrity. A solicitation package will be released following this notice, and interested parties must be registered and verified in SAM, SBA VetCert, and comply with Vet 4212 reporting requirements to be eligible for award. For inquiries, contact D. Rene' Impey at rene.impey@va.gov or call 228-523-4747.
    SOLE SOURCE - UPS MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure maintenance services for Uninterruptible Power Supplies (UPS) on a sole source basis. This procurement is justified under the category of maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational continuity. The maintenance of UPS systems is vital for ensuring reliable power supply in various defense operations, thereby supporting mission readiness. Interested parties can reach out to Christina Staggs at christina.l.staggs.civ@us.navy.mil for further details regarding this opportunity.
    61--BATTERY POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130015669043. The contract includes the delivery of four units to the USS Kansas City (LCS 22) and one unit each to the USS Carl M. Levin (DDG 120) and USS Wayne E. Meyer (DDG 108), all required within 60 days after order (ADO). These power supplies are critical components for naval operations, ensuring reliable power distribution for various electrical equipment. Interested vendors are encouraged to submit their quotes electronically, with further inquiries directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    61--BATTERY POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130015669043. The contract includes the delivery of four units to the USS Kansas City (LCS 22) and one unit each to the USS Carl M. Levin (DDG 120) and USS Wayne E. Meyer (DDG 108), all required within 60 days after order (ADO). These battery power supplies are critical for the operational readiness of naval vessels, ensuring reliable power distribution for various electrical equipment. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the DLA at DibbsBSM@dla.mil.
    POWER SUPPLY
    Buyer not available
    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.
    POWER SUPPLY ASSEMB
    Buyer not available
    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.
    Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, FL and Outlying Areas
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFAC Southeast), is soliciting proposals for Base Operations Support (BOS) Services at Naval Air Station (NAS) Jacksonville, Florida, and its outlying areas. The procurement encompasses a wide range of services including facility management, utilities management, environmental services, and transportation, structured as a performance-based indefinite-quantity contract with a total duration of up to eight years, comprising one base year and seven option years. This contract is crucial for maintaining operational readiness and efficiency at the naval installation, ensuring compliance with various environmental and safety regulations. Interested small business concerns must submit their proposals by January 15, 2026, and can direct inquiries to Courtney Peterson at courtney.j.peterson3.civ@us.navy.mil or by phone at 904-860-5758.
    POWER SUPPLY
    Buyer not available
    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.
    POWER SUPPLY
    Buyer not available
    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.
    POWER SUPPLY
    Buyer not available
    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, identified by part number 0017898-01 and National Item Identification Number (NIIN) 012225185. The contract requires the successful contractor to perform repairs, testing, and inspections in accordance with specified standards, ensuring that the units are returned to a Ready for Issue (RFI) condition within a required turnaround time of 20 days after receipt. This procurement is critical for maintaining operational readiness and support for naval operations, emphasizing the importance of timely and quality repairs. Interested contractors must submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by the specified due date, and must also comply with government source approval requirements prior to award.