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
    Description

    The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking qualified contractors to provide UPS Preventative and Emergency Maintenance services under a total Small Business set-aside. The procurement aims to establish a single firm-fixed price purchase order for maintenance services, with a performance period from December 1, 2024, to November 30, 2029, which includes one base year and four optional renewal years. This contract is crucial for ensuring the reliability and operational efficiency of uninterruptible power supply systems, which are vital for maintaining critical operations. Interested contractors must submit their proposals, including pricing and compliance with federal regulations, by contacting the Purchasing department at PURCHASING@fiscal.treasury.gov, with a total contract value estimated at $25,000 allocated for emergency repairs throughout the contract duration.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    1.5KVA UPS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and restoration of a 1.5KVA Uninterruptible Power Supply (UPS). The procurement involves necessary services, including inspection, evaluation, and repair to ensure the equipment is restored to first-class operating condition, adhering to specific manufacturing and quality standards. This UPS is critical for maintaining power supply reliability in defense operations, emphasizing the importance of timely and effective repairs. Interested contractors should direct inquiries to Carly Gassert at 717-605-5693 or via email at CARLY.GASSERT@NAVY.MIL, with proposals expected to remain valid for 60 days following submission.
    J061--1 Year Preventative Maintenance Contract for 8 Uninterruptible Power Systems (UPS) along with Two Battery Maintenance Checks for all systems
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide a 1-Year Preventative Maintenance Contract for eight Uninterruptible Power Systems (UPS) at the Hershel “Woody” Williams VA Medical Center in Huntington, West Virginia. This contract includes two battery maintenance checks and aims to ensure the reliable performance of UPS equipment, which is critical for supporting medical operations within the facility. The selected contractor will be responsible for all necessary parts, labor, and materials, conducting two preventive maintenance visits annually for both the UPS systems and batteries, which will include comprehensive inspections and firmware upgrades by factory-trained technicians. Interested businesses must submit their responses by October 31, 2024, to Contract Specialist Sylvia Honesty at sylvia.honesty@va.gov, with no telephone inquiries accepted.
    FCC BUTNER REPLACE CONTROL ROOM UPS SYSTEM
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking quotes for the replacement of the Control Room Uninterruptible Power Supply (UPS) system at the Federal Correctional Complex in Butner, North Carolina. The procurement involves acquiring a new Eaton Pw9155 15KVA UPS system, which must maintain operation for 90 minutes at 80% load, along with associated battery systems and installation guidelines. This project is critical for ensuring reliable power supply and operational continuity within the facility. Interested small businesses must submit their quotes electronically by October 30, 2024, at 12:00 PM Eastern Time, with anticipated awards expected around November 13, 2024. For inquiries, contact Casey McLean at cmclean@bop.gov or Ashley Harding at a1huffman@bop.gov.
    7J--68HE0224Q0009
    Active
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking to procure a replacement uninterruptible power supply (UPS) system for its facility located in Edison, NJ, under the contract number 68HE0224Q0009. This procurement is justified due to the current UPS being at the end of its operational life, and the agency requires a brand-name solution to ensure reliability and compliance with security standards. The UPS is critical for maintaining power continuity and protecting sensitive equipment within the agency's operations. Interested vendors can reach out to Kori Smith at SMITH.KORI@EPA.GOV or by phone at (212) 637-4127 for further details regarding this opportunity.
    Vendor Managed Inventory
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking proposals for a Vendor Managed Inventory (VMI) program aimed at acquiring low-cost, high-usage parts essential for operations at its Washington, D.C. facility. The procurement involves establishing a Blanket Purchase Agreement (BPA) for parts under $100, which includes a variety of items such as bits, blades, bolts, and connectors, with the goal of preventing stock-outs and ensuring operational reliability. This opportunity is exclusively set aside for small businesses, with a contract duration of five years, from October 1, 2024, to September 30, 2029, and interested vendors must submit their quotes by adhering to the outlined requirements and compliance standards. For further inquiries, potential bidders can contact Erica Hemphill at erica.hemphill@bep.gov.
    2.5KVA UPS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a 2.5KVA Uninterruptible Power Supply (UPS). The contract requires the manufacture and design of the UPS to meet specific technical requirements, including compliance with applicable military specifications and standards, as outlined in the solicitation documents. This equipment is critical for ensuring reliable power supply in defense operations, contributing to the overall mission readiness of the Navy. Interested vendors should direct inquiries to Jason Piechowicz at 717-605-3515 or via email at JASON.PIECHOWICZ@NAVY.MIL, with proposals due within 60 days of the solicitation closing date.
    UCC Mailinglists
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to contract with Infinite Media Concepts Inc. on a sole source basis to provide comprehensive Uniform Commercial Code (UCC) filing data essential for the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC). This procurement aims to gather critical data on collateralized lending in the U.S. from 2000 to 2022, as well as information related to SBA PPP and EIDL loans during the COVID-19 pandemic, to assess financial stability risks. The OFR's mission, established under the Dodd-Frank Act, underscores the importance of this data in promoting financial stability and standardizing financial reporting. Interested contractors must submit their capabilities by 10:00 a.m. EST on November 4, 2024, to purchasing@fiscal.treasury.gov, as no competitive solicitation will be issued for this opportunity.
    Intent to Award Sole Source
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), intends to award a sole-source contract to Buhler Inc. for the procurement of Original Equipment Manufacturer (OEM) spare parts essential for the operation of Three-Mill equipment used in currency manufacturing. The required spare parts include various components such as switches, valves, and filter elements, all of which are proprietary to Buhler Inc., and no other sources are capable of supplying these items. Interested parties who believe they can provide the listed spare parts must submit a capability statement by 4:00 PM (EDT) on November 1, 2024, to William Corley II at william.corleyII@bep.gov, as the government retains discretion over the competitive nature of this procurement.
    Sheldus Data
    Active
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, intends to contract with Arizona State University (ASU) on a sole source basis to acquire exclusive Sheldus data related to natural disasters in the United States. This data, which includes information on various events such as thunderstorms, hurricanes, and floods from 1960 to the present, is critical for the Office of Financial Research (OFR) and the Financial Stability Oversight Council (FSOC) in assessing financial stability and delivering annual evaluations of the U.S. financial system. Interested vendors may submit their qualifications by November 4, 2024, via email to purchasing@fiscal.treasury.gov, although no competitive solicitation will be issued. The contract is anticipated to have a 12-month base period with four additional option periods, and the Government retains discretion in the procurement process based on the responses received.
    Data Center UPS replacement Installation | MPD B334 | 36C26125Q0064
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the installation of uninterruptible power supply (UPS) systems at the VA Palo Alto Health Care System, specifically for the replacement of twelve VRLA UPS systems. The procurement includes the installation of essential components such as power distribution panels, modules, management software, and cabling, along with the safe migration of existing data center network devices to the new systems. This project is critical for enhancing the power infrastructure of the data center, ensuring operational continuity and compliance with security protocols. Interested Service-Disabled Veteran-Owned Small Businesses must submit their quotes to Contract Specialist Alison Weinstein at alison.weinstein@va.gov by 10:00 AM PST on November 6, 2024, and adhere to all local, state, and federal certification requirements as outlined in the scope of work.