Uninterruptible Power Supply (UPS)
ID: FA481425TF063Type: Combined Synopsis/Solicitation
AwardedAug 14, 2025
$83.4K$83,376
AwardeeBLUE TECH INC. San Diego CA 92110 USA
Award #:FA481425P0045
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of Uninterruptible Power Supply (UPS) systems to enhance the reliability of network switches providing AFNet and VoIP services at MacDill Air Force Base in Florida. The requirement includes 54 units of 2000VA/1800W rack-mountable UPS equipment (part number APC SMX2000RMLV2UNC) and 54 units of EATON PDUMH20 metered power distribution units, with delivery expected within 90 days of contract award. This procurement is critical for ensuring operational resilience and reliability of IT infrastructure, with proposals due by May 27, 2025, and evaluated based on the "Lowest Price Technically Acceptable" method. Interested vendors should direct inquiries to Ivan Oceguera or Melissa Biggar and must be registered in the System for Award Management (SAM) to qualify for consideration.

    Files
    Title
    Posted
    The 6th Communications Squadron (6 CS) is requesting proposals for Uninterruptible Power Supply (UPS) systems to ensure reliable power for network switches providing AFNet and VoIP services at MacDill Air Force Base. The requirement includes 54 units of 2000VA/1800W rack-mountable UPS equipment, specifically part number APC SMX2000RMLV2UNC, and 54 units of EATON PDUMH20 metered power distribution units. Essential characteristics include battery and surge outlets, with delivery expected to the designated address within 90 days of contract award. A 1-year manufacturer’s warranty is mandated for the equipment. Customer service is required during standard business hours, excluding federal holidays, and special instructions regarding delivery logistics are provided. This RFP aligns with federal procurement practices to ensure critical IT infrastructure reliability and operational resilience.
    The document **52.232-18, Availability of Funds**, is a federal regulation concerning the availability of funds for government contracts. It stipulates that the government is obligated to ensure that sufficient funds are appropriated and available for a given contract. Importantly, if funds are not available at the time of contract performance, the government can terminate the contract without liability. This provision protects the government from obligations it cannot financially fulfill and emphasizes the importance of fiscal responsibility in federal spending. This regulation serves as a critical safeguard in federal contracting, ensuring that contractors are aware that their ability to receive payment is contingent upon the availability of funds allocated by Congress. Such clarity is essential in the context of federal grants and RFPs (Request for Proposals), as it outlines potential financial risks for contractors and indicates that government funding appropriations influence the execution of contracts. Overall, this document underscores the need for financial oversight and proper planning in government procurement processes.
    The solicitation FA481425TF063 outlines the requirements for the supply of 54 Uninterruptible Power Supply (UPS) units, clarifying that installation is not the vendor's responsibility as the government will handle it internally. The UPS systems are to be plug-and-play, eliminating the need for vendor-supplied labor, specific tools, or startup testing. The delivery will be conducted during normal duty hours with access available via a loading dock, albeit without a dock leveler. While training on product operation is appreciated, it is not mandatory. Additionally, the document specifies that the vendor is not responsible for the deinstallation or disposal of the existing units, and there are no requirements for labor union involvement or prevailing wages. The solicitation does not require any mock-up drawings in the proposals, nor does it expect any specific packing materials from the vendor. Overall, the document streamlines the procurement process by outlining clear expectations for vendor responsibilities and limitations, emphasizing a straightforward supply-only framework without additional installation duties.
    The government document is a combined synopsis/solicitation to procure commercial items for the purchase, delivery, and installation of UPS equipment at MacDill AFB, Florida. This solicitation, referenced as RFQ FA481425TF063, is set aside for 100% Small Business participation, with a North American Industry Classification System (NAICS) code of 335999. Proposals must be submitted by 27 May 2025, and they should include a cover sheet, unit prices, and conceptual drawings. The total quantities specified include 54 units of APC SMX2000RMLV2UNC UPS units and 54 units of EATON PDUMH20-ISO surge protectors. Evaluation of the proposals will be based on the "Lowest Price Technically Acceptable" (LPTA) method, where the government assesses both technical capabilities and pricing. Successive proposals will be compared until a technically acceptable option is found. Key contractual provisions underline that funding must be available before an award, and the government retains the right to cancel the solicitation without obligating reimbursement. Inquiries related to the solicitation should be directed to specified contract officers and firms must be registered in the System for Award Management (SAM) to qualify for award consideration.
    The 6 Communications Squadron (CS) at MacDill Air Force Base requires procurement of Uninterruptible Power Supply (UPS) equipment to ensure continuous power for network switches supporting AFNet and VoIP services. The RFP specifies the need for fifty-four 2000VA/1800W UPS units and fifty-four meterable power distribution units (PDU), emphasizing that offered products must meet specific functional and performance criteria, though alternatives to the specified brands are acceptable. Delivery details are stipulated, requiring the equipment to arrive within 90 days post-contract award to a designated building on the base, with outlined procedures for access and installation services. The procurement includes a 1-year manufacturer’s warranty and provisions for customer service during standard operating hours, excluding federal holidays. This document serves to solicit bids to enhance the base's network reliability and infrastructure, ensuring critical services are maintained during power disruptions.
    The document serves as a Sources Sought notice from MacDill Air Force Base, indicating an anticipated requirement for Uninterruptible Power Supply (UPS) equipment under a small business set-aside program. The Request for Quotation (RFQ) number FA481425TF063 is referenced for responses, which must detail the interested parties' business size, status, capabilities, including example sales and product specifications. Interested vendors are encouraged to submit a capabilities package that specifies whether they are suppliers or manufacturers and outlines any teaming arrangements for fulfilling the contract. Respondents must also provide their DUNS, Cage Code, and System for Award Management (SAM) registration details, with a deadline for responses set for May 5, 2025. This market research aims to gauge interest and capability while supporting the small business program. Future acquisition information will be disseminated via GSA or SAM.gov, and it emphasizes the need for potential contractors to stay updated throughout the bidding process. The notice underscores the government’s commitment to engaging small businesses and highlights the importance of infrastructure to support operations at the base.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    J061--UPS IT Battery Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide UPS IT Battery Maintenance Services under solicitation number 36C25626Q0210. The contract encompasses preventive maintenance and emergency services for UPS systems located in Biloxi, MS, and Pensacola, FL, including 24/7 emergency support with a four-hour response time, labor, travel, and two annual preventative maintenance inspections. This service is critical for ensuring the reliability and functionality of IT infrastructure, which supports the operations of the Veterans Health Care System. Interested parties must submit their offers by December 19, 2025, at 10:00 AM CST, and can direct inquiries to Contract Supervisor John L. Walker at John.Walker15@va.gov or Rene' Impey at rene.impey@va.gov.
    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.
    VDATS POWER SUPPLIES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of HPC-4K Power Supplies for VDATS Equipment Block 2, intended for the Electronics Maintenance Group at Robins Air Force Base in Georgia. The contract requires the delivery of five units each of upper and lower power supply kits, with strict compliance to security and supply chain risk management protocols to ensure the integrity of the equipment. This procurement is critical for maintaining operational capabilities and preventing counterfeit parts, with a delivery timeline of 12 months post-award. Interested vendors should direct inquiries to Gwendalh Sealey at gwendalh.sealey@us.af.mil or Amanda Ruffin at amanda.ruffin@us.af.mil, as this opportunity is being solicited as a single source requirement to Tracewell Technology.
    UPS Battery Replacement & Installation Services, QTY2EA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for UPS Battery Replacement and Installation Services at the VA Puget Sound Health Care System in Seattle, Washington. The contractor will be responsible for procuring, removing, and installing two new UPS batteries, ensuring compliance with manufacturer specifications, industry standards, and VA codes, while also adhering to environmental regulations for battery disposal. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238210, emphasizing the importance of reliable power systems in healthcare settings. Interested parties must submit their offers by December 22, 2025, at 14:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of power supplies under solicitation number NSN 6130014923067. The requirement includes a total quantity of 37 units, with delivery expected within 127 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $350,000. These power supplies are critical for various military applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    J061--636-26-1-5058-0029 - Service - UPS Maintenance - NWI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa VA Healthcare System located in Omaha, NE. This procurement, designated as a combined synopsis/solicitation (36C26326Q0162), requires contractors to provide semiannual preventive maintenance, battery replacement, and full-service repair for various UPS units, with a focus on compliance with industry standards and manufacturer recommendations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will span a base period from January 1, 2026, to December 31, 2030, with quotes due by December 17, 2025, at 5:00 PM CST. Interested parties should submit their quotes via email to Contract Specialist James Miller at james.miller4@va.gov.
    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.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of power supply units, specifically categorized under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The contract will require compliance with various inspection and acceptance standards, including fixed-price terms and specific quality assurance measures, as the items are intended for use in critical defense applications. This procurement is particularly significant as it supports national defense and emergency preparedness efforts, emphasizing the need for reliable electrical converters. Interested vendors should direct inquiries to Austin Shatto at AUSTIN.SHATTO@DLA.MIL and ensure they meet the requirements for small business set-asides, with proposals due by the specified deadline.