UPS Maintenance
ID: FA521524Q0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5215 766 ESS PKPJBPHH, HI, 96860-4928, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

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

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 soliciting proposals for maintenance services of Uninterruptible Power Supply (UPS) systems at Joint Base Pearl Harbor-Hickam in Hawaii. The contract requires comprehensive maintenance, including preventative measures, emergency repairs, and a one-time battery replacement, with a focus on utilizing Lithium-Ion batteries for enhanced performance. This procurement is critical for ensuring reliable power support for sensitive electronic equipment, thereby maintaining operational integrity within the Department of Defense. Interested small businesses must submit their quotes by September 25, 2024, and can direct inquiries to Mr. Jeremy Morrill at jeremy.morrill.2@us.af.mil or Angel Liu at angel.liu@us.af.mil.

    Files
    Title
    Posted
    The document outlines a Sole Source Justification for the acquisition of a Preventive Maintenance Service Contract for the Schneider Electric APC Galaxy 5000 Uninterruptible Power Supply (UPS) system at Joint Base Pearl Harbor–Hickam. This system provides essential support for Sensitive Electronic Equipment Systems and requires factory-trained personnel for servicing due to proprietary technology rights held by Schneider Electric. The current service provider is Innovative Power LLC, previously Schneider Electric APC/MGE. The justification cites the unique qualifications of the contractor and the necessity for specialized service due to liability concerns with non-certified personnel handling proprietary equipment. Efforts to enhance competition have been initiated through a Request For Quote on the Government Point of Entry and a previous Request For Information to gauge available service providers while adhering to proprietary rights. The Contracting Officer asserts that the expected costs will be fair and reasonable, with plans for soliciting offers from multiple sources to ensure competitive pricing. Overall, the document emphasizes the need for specialized services in maintaining critical equipment while promoting a commitment to fair procurement practices within the framework of government contracts.
    The document is a combined synopsis/solicitation for UPS (Uninterruptible Power Supply) maintenance services, structured as a Request for Quotes (RFQ) under reference number FA521524Q0003. This procurement is exclusively set aside for Small Businesses, aligning with the NAICS code 811210. The services specified include maintenance for multiple units over a contract period from September 30, 2024, to September 29, 2025, with options for up to five additional years. Key evaluation criteria for offers include pricing and technical acceptability, requiring the presence of a certified Schneider Electric Technician in bids. Offerors must also provide proof of eligibility via FAR 52.212-3 and adhere to various clauses related to labor standards and subcontracting. Questions regarding the solicitation are to be submitted by September 19, 2024, with quotes due by the close of business on September 25, 2024. The document emphasizes compliance with federal regulations and encourages small business participation, reflecting the government's commitment to fostering competition and ensuring operational readiness through reliable UPS services. Contact details for inquiries are also provided for interested vendors.
    The Performance Work Statement (PWS) outlines the requirements for a service contract concerning the maintenance of Uninterruptible Power Supply (UPS) systems at the 613th Air Operations Center, Joint Base Pearl Harbor-Hickam. The contractor is responsible for preventative maintenance, emergency repairs, and a one-time complete replacement of UPS batteries, ensuring compliance with accepted standards and manufacturer guidelines. Key requirements include quarterly inspections, timely communication with facility management, and provision of trained personnel for servicing proprietary equipment. The contract spans one year with a possible five-year extension and mandates 24/7 emergency service. Additionally, the document emphasizes security protocols, worker safety, and compliance with federal regulations regarding personnel access. The ultimate goal is to maintain reliable power support for sensitive electronic equipment, safeguarding operational integrity across the Department of Defense.
    The document pertains to a government Request for Proposals (RFP) concerning the maintenance of existing Uninterruptible Power Supply (UPS) systems. The key details specify the models and serial numbers of four UPS units, with an emphasis on two newer units that have been installed but are not currently included in any service contract due to the expiration of a previous agreement. The previous contract, awarded to Schneider Electric IT, had a value of approximately $230,738.14. The document clarifies that there is no incumbent service provider and outlines expectations for battery replacements, favoring Lithium-Ion batteries over older Ni-Cad types for their longevity and performance. The contractor is asked whether servicing will cover all parts and labor, albeit excluding battery replacements for the newer systems, as these are performing adequately. Concerns regarding government funding inefficiencies are also noted, advocating for a focused maintenance plan that postpones unnecessary battery replacements. This RFP demonstrates a commitment to maintaining operational efficiency and cost-effectiveness in government spending on critical infrastructure.
    Lifecycle
    Title
    Type
    UPS Maintenance
    Currently viewing
    Solicitation
    Similar Opportunities
    UPS Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for Uninterruptible Power Supply (UPS) maintenance services at the Sierra Army Depot in Herlong, California. The procurement involves providing personnel, equipment, and services for quarterly preventive maintenance and battery replacements for UPS systems, with a contract duration of one base year and two optional one-year extensions. This maintenance is crucial for ensuring reliable backup power for critical network infrastructure, thereby supporting operational efficiency and security. Interested parties can reach out to Heidi Young at heidi.m.young.civ@army.mil or Melissa Kaarbo at melissa.m.kaarbo.civ@army.mil for further details, and proposals must adhere to the updated solicitation guidelines that now allow for a broader range of certified technicians.
    Uninterruptable Power Supply Maintenance Renewal
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors for the maintenance renewal of Uninterruptable Power Supply (UPS) systems at Fort Huachuca, Arizona, under solicitation number W91RUS25QA002. The contract requires comprehensive quarterly maintenance and inspections of existing UPS systems, including tasks such as voltage measurements, infrared thermographic imaging, and compliance checks with NFPA and IEEE standards, ensuring operational efficiency and safety. This procurement is critical for maintaining reliable electrical supply systems, with a performance period set from March 24, 2025, to March 23, 2026. Interested small businesses are encouraged to reach out to Neil Mendiola or Rosa L Rascon via email for further inquiries regarding the solicitation.
    J061--UPS Batteries Preventive Maintenance Services for CBOC, located in Green Bay WI
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventive maintenance services for UPS batteries at the Milo C. Huempfner VA Outpatient Clinic in Green Bay, WI. The objective of this procurement is to ensure the reliable operation of a Symmetra PX 50kVA UPS System and its associated battery banks through scheduled maintenance, which includes one major annual inspection and biannual checks involving system cleaning, voltage checks, and safety inspections. This contract is crucial for maintaining essential equipment that supports the clinic's operational standards and reflects the VA's commitment to efficient service delivery. Interested parties must submit their responses to the Request for Quote (RFQ) by March 4, 2025, following a site visit scheduled for March 3, 2025. For further inquiries, contact Contracting Officer Aaron J Rogers at aaron.rogers1@va.gov.
    J059--PM&R SVC for 30 Kilo-Volt Ampere Uninterrupted Power Supply
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventive maintenance services for a 30 Kilo-Volt Ampere Uninterrupted Power Supply (UPS) system, as outlined in solicitation number 36C26225Q0465. The contract aims to ensure the operational efficiency and reliability of critical power systems, which are essential for supporting various VA facilities. This procurement is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a total award amount of $19 million, covering a contract period from March 16, 2025, to March 15, 2030, with options for extensions. Interested vendors must submit their proposals by February 26, 2025, and can direct inquiries to Contract Specialist Jessica Brooks at JESSICA.BROOKS3@VA.GOV.
    J061--UPS Batteries Preventive Maintenance Green Bay CBOC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventive maintenance services for UPS batteries at the Milo C. Huempfner VA Health Care Center in Green Bay, Wisconsin. The procurement involves conducting annual and semi-annual inspections on an APC Symmetra PX, 50kVA UPS system and associated battery banks, ensuring the reliability of critical power systems in healthcare facilities. Interested parties must submit a capabilities statement detailing their qualifications, business size, and socio-economic status, with a focus on compliance with limitations on subcontracting for Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses. Responses are due by February 6, 2025, at 11:00 AM Central Time, and should be directed to Contracting Officer Aaron Rogers at aaron.rogers1@va.gov.
    61--ASSY, UPS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the assembly of Uninterruptible Power Supplies (UPS). This procurement aims to acquire essential power distribution and specialty transformer manufacturing services, which are critical for maintaining operational readiness and reliability in military applications. The goods and services sought are vital for ensuring uninterrupted power supply in various defense systems, underscoring their importance in mission-critical environments. Interested vendors can reach out to Kiersten L. Sipe at 717-605-5729 or via email at KIERSTEN.L.SIPE.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    Data Center Hawaii Fuel Line Modification
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the modification of fuel lines at the Data Center located at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. This project, designated under Solicitation No. HC102825R0007, is aimed at enhancing the infrastructure necessary for efficient operations within the facility, which plays a critical role in supporting defense communications. The procurement is set aside for small businesses, with a total small business set-aside designation under FAR 19.5, and the due date for offers has been extended to February 28, 2025, at 2:00 PM CST. Interested vendors are encouraged to participate in a pre-proposal site visit scheduled for February 5, 2025, and must coordinate access and submit a Visit Authorization Letter to ensure compliance with security protocols. For further inquiries, potential contractors can contact John M. Ross at john.m.ross138.civ@mail.mil.
    Preventive Maintenance and Repair of Fire Suppression/Fire Alarm, Automatic Chemical Wash Systems and Hoods, Ducts, Fans & Filter Cleaning
    Buyer not available
    The Department of Defense, specifically the Army, is soliciting proposals for the preventive maintenance and repair of fire suppression and fire alarm systems, as well as automatic chemical wash systems and related cleaning services at various military facilities in Hawaii. The procurement aims to ensure the safety and operational readiness of these critical systems through semi-annual inspections, routine maintenance, emergency service calls, and compliance with established safety standards. This initiative underscores the importance of maintaining fire suppression infrastructure to uphold safety regulations in military operations. Interested small businesses, particularly those owned by veterans and women, are encouraged to submit their proposals by March 14, 2025, with further inquiries directed to Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.
    POWER SUPPLY; NSN 6130-01-501-5300
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for a contract to supply a Power Supply (NSN: 6130-01-501-5300) essential for converting aircraft power. This solicitation, identified as SPRTA1-25-R-0095, is open to all businesses but encourages participation from small businesses, including service-disabled veteran-owned and women-owned enterprises. The contract includes specific requirements for quantity ranges, delivery by February 25, 2025, and compliance with federal acquisition regulations, emphasizing quality control and security in defense contracts. Proposals are due by March 3, 2025, and interested parties can contact Asaycia Clayton at asaycia.clayton.1@us.af.mil for further information.
    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 the solicitation titled "POWER SUPPLY." The procurement requires contractors to provide comprehensive repair services, including testing, inspection, and the return of items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards. These power supplies are critical components for military operations, necessitating reliable performance and compliance with specific technical requirements. Interested contractors can reach out to John Maier at 215-697-2782 or via email at JOHN.A.MAIER@NAVY.MIL for further details, with the expectation that all repairs must be completed within established turnaround times as outlined in the solicitation.