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
BPES FURNITURE AND SUPPLIES
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for the procurement of office furniture and supplies for the Eastern Navajo Probate office located in Crownpoint, New Mexico. This opportunity is set aside for Indian Small Business Economic Enterprises (ISBEE) and includes a variety of items such as desks, chairs, cabinets, and other office supplies, with a delivery deadline of March 7, 2025. The procurement process emphasizes compliance with federal regulations and supports the initiative to bolster small businesses within the Indian economic community. Interested vendors must submit itemized quotes by April 4, 2025, via email to the primary contact, Elsie Begay, at Elsie.Begay@bia.gov, and ensure they are registered on the U.S. government's contractor registration site.
FY-25 Electrical Materials
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for the procurement of electrical materials under the FY-25 Electrical Materials contract. This opportunity is aimed at acquiring various electrical supplies and components, with a focus on promoting participation from Indian Economic Enterprises (IEE) and ensuring compliance with federal contracting standards. The materials will support the BIA's operational needs, particularly in projects like the San Carlos Irrigation project, enhancing efficiency and effectiveness in service delivery. Interested vendors must submit their quotes by April 7, 2025, at 9:00 AM MD time, and can direct inquiries to Randall Brown at Randall.Brown@bia.gov or by phone at 520-723-6208.
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.
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.
F5 Web App Firewall Licenses, Brand Name Only
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for F5 Web Application Firewall Licenses, with a focus on brand name products only. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to provide essential licensing and network support services for F5 technology, which is critical for enhancing cybersecurity measures within federal operations. The anticipated contract will span three years, beginning on June 2, 2025, and will be awarded as a firm-fixed-price contract. Interested parties can reach out to Jeffrey Pearson at Jeffrey.Pearson@bia.gov or call 571-560-0519 for further details and submission requirements.
19--Sonar Underwater Drone BIA Off. of Justice Service
Buyer not available
The Bureau of Indian Affairs (BIA), under the Department of the Interior, is seeking proposals for the procurement of sonar underwater drones and associated equipment specifically for the Office of Justice Services. The solicitation focuses on acquiring brand-name OceanBotics SRV-8 ROVs, along with essential components such as multibeam sonar systems, DVL navigation solutions, robotic grabbers, and spare parts, to enhance operational capabilities in aquatic environments. This initiative underscores the government's commitment to utilizing advanced technology for monitoring and emergency response, while promoting economic opportunities for Indian Small Business Economic Enterprises (ISBEEs). Proposals are due by April 4, 2025, with delivery expected within 90 days of order receipt; interested parties can contact Lara Wood at lara.wood@bia.gov for further information.
B--SCIP-IW BUILDING TRANSFER ESA/ LEAD/ASB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals from qualified Indian Economic Enterprises for a Phase I Environmental Site Assessment (ESA) and related evaluations for the transfer of three buildings to the Gila River Indian Community in Sacaton, Arizona. The project requires comprehensive assessments, including a Phase I ESA, a Comprehensive Asbestos Survey, and a Lead-Based Paint Inspection, all adhering to established ASTM standards to ensure environmental safety and regulatory compliance. This initiative underscores the BIA's commitment to responsible property management prior to transfer, with a contract anticipated to be awarded as a Firm Fixed Price Purchase Order, and proposals due by April 8th at 1700 Pacific Daylight Time. Interested vendors can contact Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566 for further details.
7A--Drilling Data Subscription for OTS DEMD
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for a Drilling Data Subscription service to support the Office of Trust Services (OTS) and its Division of Energy and Mineral Development (DEMD). This contract aims to provide comprehensive well drilling information, including real-time rig updates, well locations, production data, and permitting details, all accessible through a user-friendly web platform. The service is crucial for aiding Tribes and Tribal entities in leveraging energy and mineral resources for economic development, aligning with federal mandates under the Energy Policy Act of 1992 and the Indian Mineral Development Act of 1982. The contract is set for a base period from March 1, 2025, to February 28, 2026, with options extending through February 28, 2030. Interested small businesses must submit their proposals by April 7, 2025, and can contact Michael Furey at michael.furey@bia.gov for further information.
Book Displays for Tuba City Boarding School
Buyer not available
The U.S. Department of the Interior, Bureau of Indian Affairs, is soliciting proposals for the procurement of book displays for the Tuba City Boarding School. The project specifically seeks to acquire commercial display bins and shelving through a Firm Fixed Price purchase order, which is set aside for Indian Small Business Economic Enterprises (ISBEE). These book displays are essential for enhancing the educational environment at the boarding school, facilitating better organization and accessibility of educational materials. Interested contractors must ensure delivery within 30 days after receipt of order and comply with federal regulations, including submission of electronic invoices and adherence to labor standards. For further inquiries, potential bidders can contact Ashleigh Cleveland at Ashleigh.Cleveland@bia.gov.
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.