The National Weather Service (NWS) is issuing an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the supply of replacement Uninterruptable Power Supply (UPS) batteries across its Central, Western, Southern, Eastern, Alaska, and Pacific Regions. This initiative ensures uninterrupted power for critical NWS operations. The contract will have a five-year ordering period, with orders placed as needed for specific UPS units, including Eaton, Mitsubishi, Toshiba, Riello, and APC models. Contractors must provide quotes inclusive of shipping and potentially installation costs, with a 30-day delivery window. Key conditions include secure palleting, providing local pickup sites, performing a baseline parallel float for 24 hours, and labeling batteries with internal resistance, static voltage, and date readings. Shipping requires small vehicles with lift gates, and customer pickup is mandatory in Kansas City, with optional sites in other regions. Installation costs will be negotiated per order. The batteries must meet specific technical requirements for each UPS model, including voltage, discharge rating, design life, and construction materials.
The document outlines a five-year procurement plan for various uninterruptible power supply (UPS) units from manufacturers like Eaton, Mitsubishi, Toshiba, Riello, and APC. For each year, the plan specifies the estimated quantity, unit price (listed as $0.00, implying pricing is to be determined or provided separately), and total amount (also $0.00) for each UPS model. Key models include Eaton Powerware 9315-50, Eaton 9390-50, Eaton 93PM-50-1, Eaton 93PM-L-60, Mitsubishi 2033A (50KVA and 75KVA), Mitsubishi 1133A 50KVA, Toshiba 4400F3F (50KVA and 80KVA), Riello MHT 250 250KVA, APC Galaxy VS 50KVA, APC Symmetra PX 50KVA, and APC Symmetra PX 80KVA. The document also requests information on equivalent alternatives, origin (if foreign), and content details for each unit, indicating a request for proposal (RFP) or a similar procurement document where vendors would provide pricing and product specifics for these UPS systems over a multi-year period.
This government solicitation amendment (Amendment 0001 to 1305M325Q0229) updates instructions for a firm-fixed-price (FFP) indefinite delivery indefinite quantity (IDIQ) contract, 100% set aside for small businesses. Key changes include updated pricing sheets, a revised PWS with highlighted modifications, and new submission instructions. Quotes are due by August 18, 2025, at 2:00 PM Pacific Time and must be submitted via a Google Form, holding prices firm for 90 days. Questions must be submitted via a separate Google Form by August 12, 2025. Evaluation criteria include Technical Capability (self-certification of UPS availability, capability summary, and delivery/pick-up) and Price. The government will award based on a best value tradeoff analysis, with non-price factors moderately more important than price. An AbilityOne Utilization Plan is required but not rated.
The National Weather Service (NWS) is seeking an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to supply replacement Uninterruptible Power Supply (UPS) batteries across its Central, Western, Southern, Eastern, Alaska, and Pacific Regions. This Performance Work Statement (PWS) outlines the need for a continuous power supply to support the NWS's mission of issuing watches, warnings, forecasts, and advisories. The contract will cover various UPS brands and sizes, allowing flexibility to overcome supply disruptions. The five-year ordering period requires the contractor to provide quotes, including shipping and installation, with a 30-day delivery window after order receipt. Specific battery types for UPS models from Eaton, Mitsubishi, Toshiba, Riello, and APC are detailed, each requiring specific electrical characteristics, design life, and pre-shipping testing, including a 24-hour baseline parallel float and labeling with internal resistance, static voltage, and date readings. Shipping requires small vehicles with lift gates, and customer pickup options are available in Kansas City and optionally in the Southern, Eastern, and Western Regions. Installation costs will be negotiated per order.
This government file details a five-year procurement plan for various uninterruptible power supply (UPS) units from manufacturers like Eaton, Mitsubishi, Toshiba, Riello, and APC. The document lists estimated quantities for each UPS model across five years, with all unit prices and total amounts currently listed as $0.00, indicating a request for pricing. The file also includes sections for noting equivalent items, their country of origin (if foreign), and whether they exceed 55% domestic content for each year. Additionally, there's a section to list compatible unit types/numbers and their corresponding prices for each year. The overall purpose of this document is to solicit bids for UPS units and their equivalents over a five-year period, requiring detailed pricing and compliance information.
Amendment 0002 modifies solicitation 1305M325Q0229, extending the quote submission deadline to August 20, 2025, at 2:00 PM PST. It also includes an Attachment 5 – Q&A sheet, an updated Attachment 1.2 PWS with redlined changes, and an updated Attachment 2.2 Pricing Sheet with three UPS removed from the list. This amendment emphasizes that offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or by separate letter/electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in rejection of the offer.
The National Weather Service (NWS) is seeking an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the supply of replacement Uninterruptable Power Supply (UPS) batteries across its Central, Western, Southern, Eastern, Alaska, and Pacific Regions. The NWS relies on these UPS systems to maintain an uninterrupted power supply, which is critical for its mission of issuing watches, warnings, forecasts, and advisories. The contract has a five-year ordering period and requires the contractor to provide specific types of 12-volt nominal high-rate discharge UPS batteries for various Eaton, Mitsubishi, Toshiba, Riello, and APC models. Key requirements include a baseline parallel float for 24 hours, labeling with internal resistance and static voltage readings, and secure palletized shipping. The contractor must deliver batteries within 30 days and offer local pickup sites in each region, with mandatory no-cost pickup in the Kansas City Metro Area and optional no-cost pickup in Southern, Eastern, and Western Regions. Shipping will typically be paid via government purchase card, and a Bill of Lading is required with each invoice.
The provided government file outlines a five-year procurement plan for various uninterruptible power supply (UPS) units from manufacturers such as Eaton, Mitsubishi, Toshiba, Riello, and APC. For each of the five years, the document lists the estimated quantity of specific UPS models, including Eaton Powerware 9315-50, Eaton 9390-50, Eaton 93PM-50-1, Eaton 93PM-L-60, Mitsubishi 2033A (50KVA and 75KVA), Mitsubishi 1133A 50KVA, Toshiba 4400F3F (50KVA and 80KVA), Riello MHT 250 250KVA, APC Galaxy VS 50KVA, APC Symmetra PX 50KVA, and APC Symmetra PX 80KVA. Although quantities are provided, the unit price and total amount for all items across all years are consistently listed as $0.00, suggesting this document is a preliminary listing of required equipment rather than a finalized cost proposal. The file also includes placeholders for
This document outlines the Solicitation Submission Form 1305M325Q0229, a comprehensive request for proposal (RFP) for vendors to supply various UPS models. To be compliant, vendors must provide company information, including UEI and contact email. The submission requires specific representations and certifications, such as FAR 52.204-24 and FAR 52.212-3, along with a signed SF 1449 and any applicable SF 30 amendments. A key component is the self-certification of stock availability for specific Eaton, Mitsubishi, Toshiba, Riello, and APC UPS models or their equivalents. Vendors must also submit a capability summary detailing their CONUS delivery strategy, a required no-cost pickup location in the Kansas City Metro area, suggested additional pickup locations, and warranty information. Delivery capabilities for OCONUS regions (Alaska, Hawaii, Guam, American Samoa, Micronesia) are also evaluated. Although not rated, an AbilityOne Utilization Plan is encouraged. Finally, vendors must complete and upload Attachment 2, the Pricing Sheet, detailing proposed unit prices and Buy American Certificate information. This solicitation emphasizes compliance with federal regulations and a strong supply chain for UPS equipment.
Attachment 4 – Historical Order Data Sheet provides a record of past orders under Blanket Purchase Agreement number 1305M220ANWWR0063. This document spans a five-year ordering period and is intended as an aid for quote preparation in federal government RFPs, federal grants, and state/local RFPs. It explicitly states that this historical data should not be used to predict future order volumes. The primary purpose of this attachment is to offer prospective bidders insights into previous purchasing patterns to help them formulate their quotes, while clearly cautioning against using this information as a forecast for future demand.
The Women-Owned Small Business (WOSB) solicitation outlines a federal contract for the provision of Uninterrupted Power Supply (UPS) battery replacements to various regions of the National Weather Service. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract has a guaranteed minimum value of $10,000 with a cap of $1.5 million, lasting over a five-year period. The solicitation mandates participation exclusively from small business entities and includes provisions for technical and price evaluations based on the vendors' capabilities and quote accuracy.
Key details within the solicitation cover the procurement process, including submission instructions, evaluation factors—technical capability and price, and terms associated with government payments and contract management. There are specific clauses referencing compliance with federal regulations, including various FAR and CAR requirements, ensuring all contractors adhere to standards related to labor, ethics, and subcontracting.
Overall, the document emphasizes the government's intent to engage qualified small businesses while promoting standards for quality and accountability throughout the contract duration. The focus on WOSB participation reflects federal initiatives to foster economic opportunities for women in business.
The National Weather Service (NWS) is soliciting proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to supply replacement batteries for Uninterruptable Power Supply (UPS) systems across various regions in the United States over a five-year period. The contract is vital to ensure an uninterrupted power supply for NWS operations that issue critical weather information.
The scope includes providing replacement batteries for multiple UPS units, outlining specifications such as design life, discharge ratings, and labeling requirements. Each battery set must be from a single manufacturing run and adhere to performance standards to maintain consistency and reliability. Additionally, the contractor is expected to facilitate cost-effective shipping and local pickup options.
Regions covered include Central, Southern, Western, Eastern, Alaska, and Pacific, with details on the locations of Weather Forecast Offices. The contract encourages flexibility to address supply disruptions while ensuring readiness.
Key deliverables focus on specific battery models with stringent performance requirements, emphasizing the importance of pre-shipping quality checks, including a 24-hour float period and resistance measurements. This RFP underscores NWS's commitment to operational readiness in delivering timely weather data to the public.
The document outlines a five-year procurement plan for various uninterruptible power supply (UPS) units from manufacturers such as Eaton, Mitsubishi, Toshiba, Riello, and APC. Each year specifies estimated quantities for several UPS models, including Eaton Powerware 9315-50, Mitsubishi 2033A, and APC Symmetra PX, with a total estimated cost of $0.00 for each year. This repetitive listing indicates a structured approach to planning future purchases without current pricing or budgeting details. The document also includes sections to provide manufacturer equivalence, origin, and content information. Contextually, this plan likely aligns with federal and state/local government RFPs for equipment procurement focused on ensuring reliable power for critical infrastructure. The systematic presentation of the data supports a methodical evaluation of procurement needs, preparing for potential vendor selection or funding considerations in upcoming fiscal cycles.
This document outlines the solicitation submission requirements for the quote number 1305M325Q0229, which pertains to the procurement of Uninterruptible Power Supplies (UPS). To comply, vendors must fill out the Solicitation Submission Form, including company details, necessary self-certifications, and representations regarding telecommunications equipment in SAM.gov. The submission requires evidence of maintenance of specific UPS models, including Eaton and Mitsubishi products, along with delivery strategy documentation for various U.S. regions. Additionally, vendors are encouraged to develop an AbilityOne Utilization Plan, promoting partnerships with nonprofit agencies that employ individuals with disabilities. The document specifies that vendors must complete a pricing sheet and acknowledges that proposals for alternative UPS brands must be explicitly detailed. This solicitation serves the federal government’s need for reliable UPS solutions while advocating for inclusive employment practices through the AbilityOne program. Compliance with these detailed submission elements is essential for vendors to be considered for contract awards.
The attachment provides an overview of historical order data associated with the previous Blanket Purchase Agreement (BPA) numbered 1305M220ANWWR0063, which spanned over a five-year period. This document aims to assist in quote preparation by detailing the orders placed during that time; however, it should not be interpreted as a forecast for future order volumes. The information included is intended to guide potential vendors in understanding past purchasing behaviors and trends relevant to government procurement processes. As part of broader federal, state, and local request for proposal (RFP) contexts, this data assists stakeholders in aligning their offers with historical trends, ultimately enhancing the efficiency and effectiveness of future contractual agreements.
The "UPS IDIQ Solicitation 1305M325Q0229 Amendment 0002" addresses questions regarding a federal government RFP for UPS battery replacement services. Key points include: installation and shipping costs will be negotiated at the order level, not within the solicitation; specific Eaton UPS models (9390-50, 93PM-50-1, 93PM-L-60) have been removed from the PWS and pricing sheet; all battery manufacturers are acceptable if compatible and compliant with "Buy American-Supplies" regulations. The document clarifies that contractors are not required to recycle old batteries, and a full-time employee is not mandated for delivery, though drop shipping via a third party is unacceptable. The deadline for quote submissions has been extended to August 20, 2025. This RFQ is 100% set aside for Small Businesses, and only lead-acid batteries are to be utilized. The document also provides guidance on accessing historical order data and confirms no locations have controlled access.