UPS Refresh for OIT
ID: 140A1625Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSCENTRAL OFFICERESTON, VA, 20192, USA

NAICS

Battery Manufacturing (335910)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7J20)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Jan 13, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 7:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of Uninterruptible Power Supply (UPS) systems and related components for the Office of Information Technology (OIT). The procurement includes various models of APC (American Power Conversion) products, emphasizing the need for reliable power management solutions to ensure uninterrupted service for critical operations, with specific requirements for power distribution units and a focus on compatibility with existing infrastructure. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE), reinforcing the government's commitment to promoting economic opportunities for underrepresented businesses. Interested bidders must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with further inquiries directed to Adam Lowery at Adam.Lowery@bia.gov or by phone at 571-560-0622.

Point(s) of Contact
Files
Title
Posted
Jan 21, 2025, 2:11 PM UTC
The document outlines a procurement request for various APC (American Power Conversion) products, including UPS (Uninterruptible Power Supply) systems and related components. It specifies quantities for multiple models, such as the SMTL1500RM3UC and SRTL5KRM2UT, among others, indicating the need for 5-15p and L6-30p plug types for the units. Key characteristics include a 5-year warranty for all units, encompassing battery replacements and network monitoring capabilities, with distinctions between cloud-based and non-cloud-based systems. The request highlights specific requirements for power distribution units (PDU) with varying voltage and output configurations, emphasizing the importance of compatibility within existing infrastructure. This document serves as a formal solicitation for bids from suppliers, indicating a commitment to investing in reliable power management solutions in alignment with governmental operational standards. Overall, it reflects the necessity for efficient power systems, ensuring uninterrupted service for critical operations.
Jan 21, 2025, 2:11 PM UTC
The document pertains to Solicitation 140A1625Q0016 regarding the procurement of UPS equipment for the Office of Information Technology (OIT). A query raised by APC regarding the inclusion of the AP9641 UPS Network Management Card has been addressed, confirming that this part was removed prior to posting the solicitation and is not part of the requirements. The communication highlights a specific issue related to the numbering of Contract Line Item Numbers (CLIN), transitioning from 0050 to 0070 without including the previously mentioned part. This clarification ensures that bidders have accurate and up-to-date information to guide their proposals for the project, demonstrating the diligence of the Bureau of Indian Affairs (BIA) in maintaining clarity within the solicitation process. The overall purpose is to streamline the procurement process while addressing vendor inquiries about product specifications and requirements for the project.
Jan 21, 2025, 2:11 PM UTC
The document outlines an amendment to solicitation number 140A1625Q0016, issued by the BIA Central contracting office, which modifies an existing contract. The amendment requires offerors to acknowledge its receipt for their offers to be considered, outlining acceptable methods for acknowledgment. The key purpose of this amendment is to attach updated specifications for APC brand products, highlighting specific quantities and items, including various APC Smart-UPS systems and accessories, which are deemed essential supplies. Additionally, the modification reorganizes item descriptions and quantities for clarity, maintaining focus on brand name or equal provisions. The effective date of the amendment is January 13, 2025, reinforcing the importance of timely acknowledgment to avoid rejection of offers. The document keeps the existing terms and conditions intact, emphasizing adherence to federal procurement standards. Overall, it exemplifies the oversight and structured process involved in government contracting and procurement.
Jan 21, 2025, 2:11 PM UTC
This government document pertains to the amendment of a solicitation, specifically referencing amendment number 140A1625Q0016. It outlines crucial steps for contractors to acknowledge receipt of this amendment, stating that failure to do so may lead to the rejection of their offers. It also clarifies procedures for modifying previously submitted offers by ensuring references to the solicitation and amendment numbers are included. The amendment was issued to post questions and answers related to the solicitation, addressing any clarifications necessary for potential bidders. The document emphasizes the importance of timely submission, noting that responses must be acknowledged before a specified deadline. It concludes with administrative details regarding the contract modification process and the proper channels for communication between the contracting officer and the contractor. This amendment illustrates standard practices within federal contracting processes, ensuring transparency and clarity in procurement activities while allowing potential contractors to adjust their proposals based on provided insights. The focus is on maintaining compliance with federal regulations and ensuring the integrity of the bidding process.
Jan 21, 2025, 2:11 PM UTC
The document serves as a solicitation for a Request for Proposal (RFP) related to the procurement of Uninterruptible Power Supply (UPS) units and associated equipment for the Bureau of Indian Affairs (BIA). It outlines the requirements, including the anticipated delivery date, evaluation criteria, and the eligible bidders' categories, specifically focusing on Indian Small Business Economic Enterprises (ISBEE). Key details include delivery terms of 60 days after receipt of order (ARO) to Albuquerque, NM, and a Firm-Fixed-Price (FFP) Purchase Order agreement type. The document also incorporates various Federal Acquisition Regulations (FAR) and Department of the Interior Acquisition Regulations (DIAR) clauses, emphasizing compliance and ethical standards that bidders must adhere to, such as anti-corruption and whistleblower rights. The RFP mandates electronic invoicing via the U.S. Treasury’s Invoice Processing Platform (IPP) and highlights the need for clear documentation with invoices. The emphasis on small business participation aligns with current federal initiatives to promote economic opportunities for underrepresented businesses, making this contract a significant step in engaging with the indigenous business community.
Lifecycle
Title
Type
UPS Refresh for OIT
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Nlyte Software Licenses for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for Nlyte Software Licenses for its Office of Information Technology (OIT), with a focus on engaging Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to secure a Firm-Fixed-Price purchase order for software licenses, along with associated support and maintenance services, emphasizing compliance with federal contracting regulations. This initiative is crucial for enhancing the Bureau's IT capabilities and ensuring efficient management of software resources. Proposals are due by April 9, 2025, and interested parties can contact Maggie Main at maggie.main@bia.gov for further information.
Network Switches for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of network switches to enhance its IT and telecom infrastructure. This opportunity is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to fulfill the Bureau's requirements for upgraded network capabilities, primarily involving Cisco Catalyst 9300 series switches and related components. The contract will be structured as a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeline of 90 days post-award, and emphasizes compliance with applicable Federal Acquisition Regulations to promote small business participation. Interested vendors can contact Maggie Main at maggie.main@bia.gov for further details, and must ensure their proposals are complete and submitted by the specified deadlines.
68--PROPANE
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking qualified Indian Economic Enterprises (IEE) to provide propane delivery services at the Truxton Canon Agency in Arizona. The procurement aims to ensure an uninterrupted supply of liquefied propane gas (LP gas) to support the operations of federally owned facilities, with responsibilities including regular tank inspections, maintenance, and repairs of associated equipment. This contract is crucial for maintaining reliable utility services at multiple locations, including Valentine, Peach Springs, and Supai, and is scheduled to run from April 1, 2025, to September 30, 2025. Interested vendors must submit their responses by April 10, 2025, at 5:00 PM Pacific Time, via email to Danielle Bitsilly at danielle.bitsilly@bia.gov, and comply with registration requirements in the System for Award Management (SAM) database.
IA OJS BUILDING 1134 & 1135 REPLACEMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the replacement of generators at the OJS Buildings 1134 and 1135 located at the Wind River Agency in Fort Washakie, Wyoming. The project aims to ensure reliable backup power for emergency services by installing a new Genrac generator and removing the existing natural gas generator, with a focus on compliance with safety and regulatory standards. This initiative is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEE), promoting participation from Native American businesses in federal contracting. Proposals are due by April 10, 2025, with the project expected to commence on May 1, 2025, and be completed by May 30, 2025. Interested parties can contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941 for further information.
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 initiative aims to replace obsolete UPS equipment that is no longer supported by manufacturers, thereby ensuring operational continuity and reliability in critical maritime communication and navigation systems. This procurement is vital for maintaining the functionality and safety of U.S. Coast Guard operations, with a maximum contract value of $2,500,000 and a delivery timeline of 90 days post-award. Interested vendors must submit their proposals by April 28, 2025, and can contact Roberta Pluim or Danielle Beavers-Rose for further information.
Uninterruptible Power Supply (UPS) Purchase and Installation
Buyer not available
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.
6130--Uninterruptible Power Supplies
Buyer not available
The Department of Veterans Affairs is seeking quotes for the procurement of Uninterruptible Power Supplies (UPS) and related equipment for the new Tulsa VA Medical Center in Oklahoma. This acquisition, classified as unrestricted, aims to establish critical power infrastructure in server and telecommunication rooms, ensuring compliance with VA standards and local regulations. The delivery of the equipment is required between September 4 and 12, 2025, coinciding with the completion of renovations at the facility, and interested vendors must submit their quotes by April 18, 2025, at 09:00 Central Time. For inquiries, potential bidders can contact Contracting Specialist Danita Webster at danita.webster1@va.gov or (469) 797-2140.
Open, Inspect, Report and Overhaul of Power Supply, UPS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the open, inspection, reporting, and potential overhaul of Uninterruptible Power Supply (UPS) units, with a total quantity of 67 units required. This procurement is critical for maintaining the operational capabilities of the U.S. Coast Guard's Medium Endurance Product Line, ensuring that essential power supply equipment is functional and reliable. Interested vendors must submit their quotes by April 14, 2025, at 10:00 AM EDT, and should direct any inquiries to Donna Scandaliato at Donna.M.Scandaliato@uscg.mil. The contract will be awarded based on the lowest price of technically acceptable offers, and all submissions must comply with the specified packaging and marking requirements as outlined in military standards.
LEAD PAINT AND ASBESTOS ASSESSMENT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for a comprehensive lead paint and asbestos assessment for 48 BIA-owned buildings located on the Hopi Indian Reservation in Arizona. The project aims to ensure safety and compliance with environmental regulations by conducting thorough inspections and assessments of hazardous materials, with a focus on public health and safety prior to any construction or renovation activities. This procurement is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs) and has a performance period of 180 days from the award date. Interested parties can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.
Thermal Monoculars BIA Office of Justice Services
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Office of Justice Services, is seeking proposals for the procurement of 30 thermal monoculars intended for use by the Missing and Murdered Unit in Albuquerque, NM. The thermal monoculars must meet specific technical requirements, including compatibility with helmet mounts, a combat-proven design, and a minimum detection range of 753 yards, ensuring they are suitable for tactical operations. This procurement is fully set aside for Indian Small Business Economic Enterprises (ISBEE), reflecting the government's commitment to supporting Indian-owned businesses in federal contracting. Interested offerors must submit their proposals, including technical specifications and compliance with federal regulations, by the specified deadline, and can contact Lara Wood at lara.wood@bia.gov for further information.