UPS Refresh for OIT
ID: 140A1625Q0016Type: Combined Synopsis/Solicitation
AwardedJan 27, 2025
$91K$90,995
AwardeeSYSTEMS INTELLIGENCE, LLC 2553 DULLES VIEW DR Herndon VA 20171 USA
Award #:140A1625P0004
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
    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
    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.
    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.
    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.
    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.
    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
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    Office Supplies for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Pacific Region, is seeking quotations for office supplies for the Turtle Mountain Agency in North Dakota. This procurement is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 339940, which pertains to Office Supplies Manufacturing, and includes items such as toner cartridges, folders, tape, batteries, and cleaning wipes. The supplies are essential for the operational needs of the agency, ensuring efficient administrative functions. Quotes are due by December 15, 2025, at 0900 PST, with an anticipated delivery date of January 30, 2026. Interested vendors can contact Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-426-9210 for further information.
    R--Geographic Information Systems (GIS) Modernization
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking contractor support for the Geographic Information Systems (GIS) Modernization project, aimed at enhancing IT systems through data integration and workflow improvements. The primary objectives include addressing a backlog of mapping trust lands and developing GIS applications to manage natural resources on Indian lands, with specific tasks outlined for both experienced and basic GIS support roles. This project is critical for improving the management of tribal resources and ensuring compliance with various regulations. Interested parties must acknowledge the amendment to the solicitation and submit their proposals by the specified deadlines, with the contract period set from February 1, 2026, to January 31, 2027. For further inquiries, contact Nancy Shah at Nancy.Shah@bia.gov or call 703-390-6728.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    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.
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for a firm fixed-price contract to supply propane to the Tohono O'odham Agency in Sells, Arizona. The procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE), requiring that offerors qualify as both Indian Economic Enterprises and small businesses. The propane will be utilized for heating and kitchen appliances across various facilities, including the Tohono O'odham Agency Quarters and the Adult Detention Center, ensuring uninterrupted service is maintained. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
    44--Replacement Heat Pumps for Seba Delkai Boarding Sc
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors to provide replacement heat pumps for the Seba Delkai Boarding School located in Winslow, Arizona. This procurement aims to supply heating equipment essential for maintaining a conducive learning environment at the boarding school, which serves Native American students. The solicitation is set aside for small businesses, specifically under the Indian Small Business Economic Enterprise (ISBEE) program, with a closing date for offers extended to December 16, 2025, at 5:00 PM ET. Interested parties must acknowledge receipt of the solicitation amendments and submit their proposals electronically, ensuring compliance with all applicable federal regulations.
    68--Propane for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply propane for the Turtle Mountain Agency. The procurement involves delivering a total of 41,420 gallons of propane to various Bureau facilities, including essential locations such as the Detention Center and Fire Hall, with the objective of ensuring a safe and healthy environment for the agency's operations. This opportunity is set aside for Indian Economic Enterprises (IEEs), emphasizing the importance of supporting local businesses within the community. Interested parties must submit their quotes by December 16, 2025, at 5:00 PM CST, and can reach out to Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further information.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.