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 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
    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 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.
    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.
    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.
    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.
    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.
    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.
    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
    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.
    J030--UPS Preventative Maintenance Inspections Portland HCS Base Plus Four
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for UPS Preventative Maintenance Inspections at the Portland Health Care System, with a focus on engaging Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The procurement aims to secure qualified businesses to provide essential preventative maintenance services for Uninterruptible Power Supply (UPS) systems, which are critical for ensuring uninterrupted power to medical equipment and facilities. Interested parties should note that the response deadline for this opportunity is December 29, 2025, at 12 PM Pacific Time, and inquiries can be directed to Contract Specialist Robert B Weeks at robert.weeks@va.gov.
    BRAND NAME ONLY-Toshiba Corporation; Uninterrupted Power System (UPS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Firm Fixed Price supply contract for a Toshiba Corporation Uninterrupted Power System (UPS). This procurement is classified as a Brand Name Only requirement, emphasizing the necessity for specific Toshiba products, and will be conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13. The UPS is critical for ensuring reliable power supply in military operations, and the government will evaluate offers based on best value, considering price, delivery, and past performance. Interested vendors must submit their proposals through the designated UNISON link by the specified deadline and ensure they have an active registration in the System for Award Management (SAM). For further inquiries, vendors can contact Kristen Zigmont at kristen.zigmont.civ@army.mil or by phone at 570-615-7645.
    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.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.
    Dell EMC maintenance and support
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide maintenance and support for Dell EMC storage, backup, and recovery products. This procurement aims to ensure the operational efficiency of these critical IT and telecom network support services, as outlined in the IRS Statement of Work entitled "Dell Storage Maintenance Solution." The solicitation (RFQ 2032L226Q00004) is expected to be released in late November or early December 2025, with a closing date anticipated in the first two weeks of December, and will be exclusively available through NASA SEWP. Interested parties should monitor the NASA SEWP site for updates and are encouraged to direct any inquiries to Christopher Monosiet at christopher.monosiet@irs.gov.
    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.
    Pit Benck Stock Forklifts parts
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is seeking to procure parts for Pit Bench Stock Forklifts through a sole source justification. The procurement is aimed at fulfilling the requirements of purchase order 2031ZA23P00185, which has been awarded to TeamGov, Inc. for these specific parts, highlighting their critical role in maintaining operational efficiency within the bureau's facilities. Interested parties can reach out to Adnan Sillah at adnan.sillah@bep.gov or call 202-874-2634 for further details regarding this opportunity.
    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.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.