National Weather Service (NWS) – Regional Uninterrupted Power Supply (UPS) Battery Replacement Indefinite Delivery, Indefinite Quantity (IDIQ)
ID: 1305M325Q0229Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Battery Manufacturing (335910)

PSC

ELECTRICAL HARDWARE AND SUPPLIES (5975)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide replacement Uninterruptible Power Supply (UPS) batteries through an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This procurement aims to ensure a continuous power supply across various regions, including Central, Western, Southern, Eastern, Alaska, and Pacific, which is critical for the National Weather Service's operations in issuing forecasts and warnings. The contract spans five years and requires contractors to deliver specific UPS battery models from manufacturers such as Eaton, Mitsubishi, Toshiba, Riello, and APC, with a focus on compliance with federal regulations and technical specifications. Interested parties must submit their quotes by August 20, 2025, at 2:00 PM PST, and can reach out to primary contact Hannah Hartman at hannah.hartman@noaa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Similar Opportunities
    UPS Battery Replacement & Installation Services, QTY2EA
    Buyer not available
    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 the disposal of old batteries. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS code 238210, highlighting the importance of supporting veteran-owned enterprises in the contracting process. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    J061--UPS Maintenance - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa Healthcare System. This procurement, identified by solicitation number 36C26326Q0162, requires comprehensive maintenance, including semiannual preventive services, battery replacements, and full-service repairs for various UPS units across multiple VA facilities in Nebraska and Iowa. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a firm fixed-price base contract with four option years, covering the period from January 1, 2027, to December 31, 2030. Interested contractors must submit their quotes via email to James Miller at james.miller4@va.gov by December 11, 2025, and ensure they are registered in the System for Award Management (SAM) database. Technical questions are due by December 4, 2025.
    61--BATTERY POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130015669043. The contract includes the delivery of four units to the USS Kansas City (LCS 22) and one unit each to the USS Carl M. Levin (DDG 120) and USS Wayne E. Meyer (DDG 108), all required within 60 days after order (ADO). These battery power supplies are critical for the operational readiness of naval vessels, ensuring reliable power distribution for various electrical equipment. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and inquiries can be directed to the DLA at DibbsBSM@dla.mil.
    Li Ion Battery and Charging Station
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), is seeking proposals from qualified small businesses for the procurement of Li-Ion batteries and associated services, as outlined in the combined synopsis/solicitation (RFQ N66604-26-Q-0008). The requirements include a deep ocean rechargeable Li-Ion battery with specific technical specifications, a compatible charging station, and services for US Navy battery certification, with an emphasis on adherence to safety standards and documentation as per the Lithium Battery Safety Certification Program. Proposals must be submitted by December 10, 2025, at 2:00 PM EST, and should include detailed pricing, shipping terms, and compliance with federal regulations, including active SAM registration. Interested parties can contact Teresa Michael at teresa.m.michael2.civ@us.navy.mil for further information.
    61--BATTERY POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Battery Power Supplies, specifically NSN 6130015669043. The contract includes the delivery of four units to the USS Kansas City (LCS 22) and one unit each to the USS Carl M. Levin (DDG 120) and USS Wayne E. Meyer (DDG 108), all required within 60 days after order (ADO). These power supplies are critical components for naval operations, ensuring reliable power distribution for various electrical equipment. Interested vendors are encouraged to submit their quotes electronically, with further inquiries directed to the DLA at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    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.
    Southeast Fisheries Observer Programs
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through a total small business set-aside contract. The procurement involves providing qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts, with a focus on compliance with various regulations. This indefinite delivery indefinite quantity contract has a maximum order limit of $24,837,381.52 and includes both Firm Fixed Price and Time and Materials components, with a performance period spanning five years from April 1, 2026, to March 31, 2031. Interested parties should direct inquiries to Carina Topasna at Carina.Topasna@noaa.gov, and must submit past performance questionnaires by January 10, 2026, at 2:00 PM Pacific time.
    SOLE SOURCE - UPS MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure maintenance services for Uninterruptible Power Supplies (UPS) on a sole source basis. This procurement is justified under the category of maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational continuity. The maintenance of UPS systems is vital for ensuring reliable power supply in various defense operations, thereby supporting mission readiness. Interested parties can reach out to Christina Staggs at christina.l.staggs.civ@us.navy.mil for further details regarding this opportunity.
    Hardware-UPS
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for the procurement of hardware and services related to Uninterruptible Power Supply (UPS) systems, specifically under RFQ CORHQ-25-Q-0474. The initiative aims to replace aging, mission-critical hardware nearing the end of its life, including HPE servers, Data Center Expert software, and various hardware components, while also providing extensive support services across multiple FDIC locations. This procurement is crucial for enhancing the reliability of critical applications and mitigating hardware failures. Interested offerors must submit their proposals by December 12, 2025, at 2:00 PM ET, and can direct inquiries to Kacie Lynch at klynch@fdic.gov or by phone at 703-562-2472.
    FTG267 R and C 80KVA UPS Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors 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 crucial for ensuring reliable power supply and operational readiness within the facility. The procurement is set aside for small businesses under the SBA guidelines, and interested parties must request a copy of the solicitation and any amendments by contacting Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil. For further inquiries, Brittney Morrison can also be reached at 907-753-2894.