CS UPS & COOLING SYSTEM
ID: W50S8W25Q0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N9 USPFO ACTIVITY WYANG 153CHEYENNE, WY, 82009-4799, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

BATTERIES, RECHARGEABLE (6140)

Set Aside

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

    The Department of Defense, specifically the Wyoming Army National Guard, is seeking proposals from small businesses for the installation of a new Uninterruptible Power Supply (UPS) and cooling system at the 153d Airlift Wing located at Cheyenne Regional Airport, Wyoming. The project involves the removal of outdated equipment and the installation of eight new Chilled Water In-Row Cooling Units and a modular UPS system, which is critical for maintaining power to essential network devices during outages. This procurement is vital for ensuring operational readiness and reliability of the IT infrastructure, directly impacting mission support for both state and national defense. Interested contractors must submit their proposals, including pricing and technical capabilities, by the specified deadlines, and are encouraged to contact Kristopher W. Kahle at kristopher.kahle@us.af.mil or Christopher Davalos at christopher.davalos.1@us.af.mil for further information.

    Files
    Title
    Posted
    The government RFP outlines the requirement for contractor services at the 153d Airlift Wing located at Cheyenne Regional Airport, Wyoming. The primary goals are to remove and replace eight Chilled Water In-Row Cooling Units and an outdated Uninterrupted Power Supply (UPS) system. The UPS is crucial for maintaining power to critical network devices in the Datacenter during outages. The contractor is expected to provide all personnel and equipment necessary for these installations, working under the supervision of the Contracting Officer Representative (COR). The project scope includes ensuring compliance with performance standards, as outlined in the Performance Work Statement (PWS), with rigorous quality assurance measures. The contractor must conduct work primarily in designated areas, particularly in Building 31A, and deliver reports on completed tasks. The UPS replacement specifications include a modular system with battery backup and proper rewiring for existing connections. The successful fulfillment of these objectives will enhance uptime and reliability of critical IT infrastructure, demonstrating the government's commitment to maintaining operational readiness.
    The document W50S8W25Q0011 outlines various clauses and conditions related to federal contracts, specifically addressing requirements for the procurement of goods and services. Key elements include compliance with regulations regarding the compensation and representation of former Department of Defense (DoD) officials, whistleblower rights, and telecommunications services. It also specifies stipulations surrounding the Buy American Act, prohibitions on sourcing from certain regions and entities, and guidance for electronic payment submissions via the Wide Area WorkFlow (WAWF) system. Further, it incorporates mandatory certifications regarding compliance with labor laws, tax liabilities, and ethical operations concerning child labor and terrorist financing. The document emphasizes the necessity for vendors to maintain accurate records and adhere to guidelines ensuring all products supplied meet unique identification standards. Each contractor must complete representations and certifications that confirm their status as small businesses, veteran-owned entities, and compliance with specific acquisition regulations. This file serves as a comprehensive resource for contractors bidding on government projects, ensuring awareness of the obligations they must fulfill to align with federal requirements, promoting ethical practices in governmental contract agreements.
    The memorandum outlines the need for the repair and replacement of the Uninterruptible Power Supply (UPS) and Cooling System at the Network Control Center (NCC) for the Wyoming Air National Guard (WYANG). This procurement is critical for maintaining command and control readiness, as the current UPS is deteriorating, risking outages that could disrupt essential operations for 1,300 personnel and vital communication circuits. The previous service agreement expired due to leadership changes and funding reallocations, with the last maintenance done in February 2020. The new procurement will remain a sole-source contract, confirming that no alternate vendors meet requirements. The minimum specifications include installation of a new UPS providing 18 minutes of backup power and a Cooling Distribution Unit (CDU). Delivery is required within 30 days of the order, and quality assurance measures involve removing outdated equipment and ensuring proper installation of new systems. The contract's completion will enhance the operational reliability and readiness of the WYANG’s capabilities, directly affecting mission support for both state and national defense.
    The Wyoming Army National Guard has issued a combined synopsis/solicitation for the procurement of a commercial UPS and cooling system, specifically seeking quotes from small businesses. The acquisition is categorized under NAICS code 335999, and the proposal involves various UPS components and assembly services focused on the APC brand. All quotes must be submitted via email by specified deadlines, with a performance period of 90 days post-award. Offerors must provide two-part submissions: pricing and technical capability, demonstrating their ability to install the new systems and remove old equipment in compliance with a detailed Performance Work Statement (PWS). The evaluation of quotes will adhere to a Lowest Priced Technically Acceptable method, prioritizing technical compliance before price considerations. The announcement notes that available funding is contingent upon federal appropriations, emphasizing that no legal obligations will be incurred without proper funding. Interested contractors must also maintain active registration in the System for Award Management (SAM). This solicitation reflects the government's focus on engaged small business participation while ensuring adherence to technical and budgetary specifications for critical infrastructure upgrades.
    Lifecycle
    Title
    Type
    CS UPS & COOLING SYSTEM
    Currently viewing
    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.
    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.
    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.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Construct Ground Based Strategic Deterrent Consolidated Maintenance Facility, F.E. Warren Air Force Base, Wyoming
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Ground Based Strategic Deterrent Consolidated Maintenance Facility at F.E. Warren Air Force Base in Wyoming. This project aims to establish a facility that will support the maintenance and operational readiness of strategic deterrent systems, which are critical for national defense. The solicitation is open to both large and small businesses, and interested vendors must be registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) to access the necessary specifications and drawings. For further inquiries, potential bidders can contact Brandon Landis at brandon.p.landis@usace.army.mil, and they should ensure to follow the registration instructions outlined in the solicitation documents.
    B185 Cooling Tower Repairs
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The primary objective is to procure and replace two cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, ensuring the proper functioning and maintenance of the cooling systems. This project is critical for maintaining operational efficiency and safety at the base, with a total estimated award amount of $19 million and a performance period scheduled from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, at 11:00 AM CST, and can direct inquiries to SSgt Eyvind Boyesen or Mr. Daniel Kuchar via the provided email addresses.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    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.
    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.