UPS Preventative and Emergency Maintenance
ID: 2033H624R00017Type: Special Notice
Overview

Buyer

TREASURY, DEPARTMENT OF THEBUREAU OF THE FISCAL SERVICE

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 22, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 3, 2024, 12:00 AM UTC
  3. 3
    Due Dec 5, 2024, 7:00 PM UTC
Description

The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking proposals for UPS Preventative and Emergency Maintenance services, with a focus on small business participation as this opportunity is set aside for total small business engagement. The procurement aims to establish a firm-fixed price purchase order for maintenance services covering a contract period from December 1, 2024, to November 30, 2029, which includes one base year and four optional years, ensuring the reliability of critical power systems across federal facilities. Interested contractors must comply with federal regulations, including the prohibition of certain telecommunications equipment, and submit their proposals by December 5, 2024, at 2:00 PM ET, with a total contract value for emergency repairs capped at $25,000. For further inquiries, potential bidders can contact the purchasing department via email at purchasing@fiscal.treasury.gov.

Point(s) of Contact
Files
Title
Posted
Dec 3, 2024, 3:15 PM UTC
The Bureau of the Fiscal Service is issuing a solicitation for UPS Preventative and Emergency Maintenance services, designated as a total Small Business set-aside. The RFP (2033H624R00017) outlines the expected procurement will lead to a single firm-fixed price purchase order with a performance duration spanning from December 1, 2024, to November 30, 2029, encompassing one base year and four optional years. In addition to submitting pricing, interested contractors are expected to comply with various federal regulations and contractual clauses outlined in the document. The submission must include the required representations about covered telecommunications equipment, ensuring compliance with federal laws prohibiting the use of such equipment in contracts. The offeror must also provide their tax identification and the necessary security requirements as stipulated in the attached performance work statement and pricing documents. This document serves to guide the procurement process within the framework of federal contracting standards, emphasizing the importance of small business participation while ensuring regulatory compliance during contract execution. Overall, it reflects the government’s commitment to supporting small enterprises in fulfilling essential service contracts.
Dec 3, 2024, 3:15 PM UTC
The document outlines a pricing proposal for various uninterruptible power supply (UPS) systems, batteries, and associated equipment, intended for federal usage from December 1, 2024, to November 30, 2029. It details specific units, including models from Liebert, Powerware, and Schneider/APC, encompassing KVA ratings, battery types, and locations for multiple option years. The base contract covers a period of one year, with four option periods available for subsequent renewals. Each section enumerates equipment specifications and quantities, with a total contract value set at $25,000, comprising funds allocated for emergency repairs over the contract duration. This well-structured pricing document serves as a formal response to a government RFP, aligning with federal and local procurement standards while ensuring equipment reliability and compliance for critical operations.
Dec 3, 2024, 3:15 PM UTC
The document outlines a pricing structure for multiple uninterruptible power supply (UPS) units and associated batteries, detailing their specifications, quantities, and contract periods. The pricing is broken down into a base period from December 1, 2024, to November 30, 2025, extending into four option periods until November 30, 2029. Key manufacturers involved include Liebert, Powerware, and Schneider/APC, with specific models and the corresponding number of batteries specified for each location. The total contract value for emergency repairs is capped at $25,000 and applies over the entire contract duration. All provided equipment is designated for various locations, such as Avery Street and the Warehouse in Washington, D.C. Notably, the summary stresses the importance of maintaining electrical infrastructure readiness and reliability for federal facilities, supporting the government's overarching goal of ensuring uninterrupted power during critical operations. The outline is structured chronologically by contract periods, clearly identifying hardware, specifications, and pricing elements, which are essential for potential suppliers participating in the government’s RFP process.
Dec 3, 2024, 3:15 PM UTC
The document outlines a revised pricing proposal for UPS systems and associated batteries covering a contract period from December 1, 2024, to November 30, 2029. The proposal details multiple equipment models, their specifications, battery types, locations, and the corresponding timeframes for various option periods, all scheduled for acquisition or maintenance. Each section includes a base period and optional subsequent periods, with a total contract value of $25,000 for emergency repairs, capped at this amount, over the five-year span. Key equipment includes various models from Liebert, Powerware, and Schneider/APC, with power ratings ranging from 10 kVA to 300 kVA. Locations for these systems include multiple sites in Washington, DC, and Hyattsville, MD. Batteries used include modular types and other specified models, each identified with serial numbers and quantity. The purpose of this document is to propose and provide a structured overview for government entities issuing RFPs that require reliable power support systems, thus ensuring operational continuity through adequate backup solutions across designated sites. The proposal aims to fulfill the requirements of federal and state contracting processes, aligning with compliance and budgetary constraints.
Dec 3, 2024, 3:15 PM UTC
The document outlines key clauses and provisions for federal contracts, particularly focusing on commercial products and services within government RFPs. It emphasizes that several clauses are incorporated by reference, and that certain terms and conditions related to commercial supplier agreements (CSAs) are enforceable only under strict limitations, especially regarding indemnification and unauthorized obligations. It details procedures for contract modifications, options for extending contracts, and the importance of adherence to various federal regulations, including anti-deficiency act provisions and payment procedures. The document also mentions regulatory compliance in terms of prohibited telecommunications equipment, contract provisions for small business engagements, and the necessity for contractor adherence to social responsibility laws. Overall, the content serves to ensure that contractors understand the legal framework and compliance requirements necessary for government contracting, thereby prioritizing accountability, transparency, and quality standards in public service acquisitions.
Dec 3, 2024, 3:15 PM UTC
This document serves as a final solicitation notice for proposals related to UPS Maintenance Renewal. The solicitation process is reopening to receive the final and best offers from interested offerors, following the submission of two quotations that presented identical pricing. To participate, offerors must complete and submit Attachment E – Revised Pricing 2. The solicitation will close on December 5, 2024, at 2:00 PM ET. Proposals must be sent via email to purchasing@fiscal.treasury.gov with a specific subject line directing attention to designated individuals. This procurement process exemplifies a structured approach in government contracting, emphasizing compliance and clarity in proposal submissions while maintaining transparent communication with potential bidders.
Dec 3, 2024, 3:15 PM UTC
This document addresses inquiries related to a federal Request for Proposals (RFP). It clarifies requirements and specifications for a project, including personnel and security training. Key points include the requirement for contractors to follow the Performance Work Statement (PWS) regarding substitute key personnel for unavailability, indicating no specific training on security will be provided by the customer. Additionally, it confirms the accuracy of specifications for the Eaton Powerware UPS, including a referenced serial number for validation. This document is significant as it establishes clear expectations and responsibilities for potential bidders in compliance with federal procurement standards and processes.
Dec 3, 2024, 3:15 PM UTC
The document addresses the impending obsolescence of the Mitsubishi UPS Model 2033A, which is set to reach the end of its supported life by the end of 2024. The manufacturer will cease production of parts, which may lead to difficulty in obtaining necessary components for maintenance. The document advises that replacing the UPS is the most prudent option moving forward. Additionally, it outlines the option for clients to request only one year of preventative and emergency maintenance services for this model, implying possible modifications to proposals. The response confirms the client's acceptance of the one-year maintenance coverage. This document illustrates the need for proactive equipment management and maintenance planning within government contracts and RFPs, ensuring compliance and operational continuity.
Dec 3, 2024, 3:15 PM UTC
The document provides a request for information related to various models of Schneider/APC UPS units, indicating a need for specific unit models and serial numbers for inventory or procurement purposes. It lists models including the MGE Galaxy 3500 30 kVA, Smart-UPS RT 10000 RM XL, and two Smart-UPS VT 20 kVA units. Additionally, it specifies the serial numbers for an expansion battery cabinet associated with the Smart-UPS VT 20 kVA and another unit. This detailed enumeration suggests the context of a federal grant or RFP, where precise asset identification is critical for fulfillment and tracking in government contracts or projects. Overall, the document reflects a structured inquiry focused on equipment specifications vital for compliance in federal or state RFP initiatives.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
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.
J059--UPS Equipment Maintenance
Buyer not available
The Department of Veterans Affairs is soliciting bids for annual preventative maintenance of Uninterruptible Power Supply (UPS) devices at the Richard L. Roudebush VA Medical Center and surrounding facilities in Indianapolis, Indiana. The contractor will be responsible for ensuring the operational integrity of UPS systems through regular inspections, cleaning, and load testing, adhering to Original Equipment Manufacturer (OEM) standards. This maintenance is crucial for supporting the reliable power supply necessary for critical medical equipment, thereby enhancing the quality of healthcare services provided to veterans. Interested contractors must submit questions by April 14, 2025, and quotes are due by April 18, 2025, with the contract period commencing on May 1, 2025, and extending through April 30, 2026, with four optional renewal years. For further inquiries, contact Contract Specialist Tiera T. Sims at tiera.sims@va.gov or by phone at 216-447-8300.
Universal Power Supply
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) at Port Hueneme, California, is seeking quotes for the procurement of 23 brand-name Universal Power Supplies (UPS) from Energy Technology, Inc. These UPS units are critical for maintaining power during outages and are designed to connect to rack-mounted Power Distribution Units, ensuring mission readiness for military operations. The procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(c)(1), with the anticipated costs deemed fair and reasonable by the Contracting Officer. Interested vendors must submit their quotes by April 11, 2025, to the primary contact, Ruben A. Velasquez, at ruben.velasquez@navy.mil, with delivery required by December 31, 2025.
Ashgabat Post: UPS Maintenance Services
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Ashgabat, Turkmenistan, is seeking qualified contractors to provide Uninterruptible Power Supply (UPS) Maintenance Services. The procurement aims to ensure reliable operation of UPS equipment through semi-annual preventive maintenance over a one-year contract period, requiring bidders to supply all necessary tools, labor, and materials. This maintenance is critical for maintaining operational integrity and safety of the Embassy's infrastructure. Interested contractors must submit their quotations by April 20, 2025, at 17:00 PKT, and are encouraged to attend a pre-quotation conference on March 26, 2025. For further inquiries, contact Dana R Williams at williamsdr3@state.gov or AshgabatProcurement@state.gov.
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.
3040--UPS Replacement Pre-Solicitation
Buyer not available
The Department of Veterans Affairs is seeking contractors for the replacement of two uninterruptible power supply (UPS) units at the C.W. Bill Young VA Medical Center in Bay Pines, Florida. The selected contractor will be responsible for providing all necessary parts, labor, materials, and tools to remove the existing UPS units and install new ones, ensuring minimal disruption to hospital operations during the process. This project is critical for enhancing the reliability of power supply systems, which is vital for maintaining service continuity in healthcare services for veterans. Interested contractors should contact Contracting Officer Michael A. Shook at Michael.Shook@va.gov, with the anticipated contract period running from April 25, 2025, to June 30, 2025, and a mandatory site visit scheduled for potential bidders.
DEPARTMENT OF STATE WORLDWIDE FACILITY MAINTENANCE SUPPORT SERVICES (FMSS)
Buyer not available
The U.S. Department of State is soliciting proposals for Worldwide Facility Maintenance Support Services (FMSS) under Solicitation No. 19AQMM25R0060. The contract aims to provide technically qualified personnel to support the operation, maintenance, and repair of approximately 290 U.S. Embassies and Consulates worldwide, ensuring these facilities remain safe, secure, and functional. This initiative is critical for maintaining the operational integrity of U.S. diplomatic missions, with the selected contractor expected to deliver a range of services including engineering support, project coordination, and facility management. Interested small businesses must submit their proposals by April 11, 2025, and can direct inquiries to Jose Vasquez at vasquezj4@state.gov. The contract has a ceiling price of $50 million and will be awarded based on the best value to the government.
FTG247 Replace UPS at IDT1, Fort Greely, Alaska
Buyer not available
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.
Generator Replacement Services
Buyer not available
The Department of the Treasury, through the Bureau of the Fiscal Service, is soliciting quotes for generator replacement services at the Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. This procurement aims to secure a contractor to manage the replacement of main building generators and associated equipment, ensuring compliance with federal regulations and safety standards. The project is critical for maintaining reliable power systems for approximately 600 retired military personnel residing at the facility. Interested small businesses must submit their electronic proposals by May 2, 2025, and direct any inquiries to purchasing@fiscal.treasury.gov or kaity.eaton@fiscal.treasury.gov by February 21, 2025.
Standby Uninterrupted Power Supply (UPS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting quotes from qualified small businesses for the procurement of 503 units of Standby Uninterruptible Power Supply (UPS) systems, identified by the part number INTERNET750U. These UPS systems are essential for providing reliable power backup solutions in office environments, ensuring uninterrupted operations and protection for critical equipment. The procurement is set as a small business set-aside under NAICS code 335999, with quotes due by 11:00 PST on April 10, 2025. Interested vendors should submit their quotations electronically to the designated contacts, Denina Hudson and Karla Vazquez, at the provided email addresses.