This document outlines a Request for Proposal (RFP) issued by the U.S. Coast Guard Regional Support Team in Seattle for the installation of an Uninterrupted Battery Supply. The RFP specifies that the proposal is open to all types of businesses, including small businesses, with 100% of the proposal set aside for small business categories such as service-disabled veteran-owned, economically disadvantaged women-owned, and women-owned businesses. The solicitation was issued on February 3, 2025, with a due date for proposals on February 10, 2025, at 1:00 PM PDT, directing inquiries to a specific contracting officer via email or telephone. The RFP includes specifications for delivery, payment processing, and conditions under which the contract would be administered, highlighting the importance of adhering to the Federal Acquisition Regulation (FAR). Overall, this solicitation provides a structured approach to procure necessary battery supply services while promoting participation from diverse business sectors. The document serves as a formal initiation of the procurement process, ensuring compliance and clarity for potential offerors.
The document outlines a request for proposal (RFP) issued by the U.S. Coast Guard for services related to the installation of an uninterrupted battery supply system at their Seattle base. The RFP, designated with the number SPS-USCG-250003, has an effective date set for January 9, 2025, with the solicitation issued on December 30, 2024. It emphasizes that the acquisition is unrestricted and encourages participation from various small business categories, including HUBZone small businesses and service-disabled veteran-owned small businesses.
The key deliverable detailed in the RFP is the installation and removal of an old battery system, requiring a single unit (JB). The document specifies the involved parties, including the contracting officer, the U.S. Coast Guard Sector Puget Sound as the administering body, and the finance center responsible for payment processing. It stipulates the completion of necessary blocks by the offeror and incorporates various federal acquisition regulations.
This procurement aims to ensure the reliability of power systems vital for Coast Guard operations, reflecting the broader context of government initiatives to enhance operational capabilities through targeted service contracts. The RFP serves as an official solicitation to engage qualified vendors in fulfilling these requirements while adhering to federal guidelines.
The U.S. Coast Guard's Statement of Work (SOW) outlines requirements for replacing two Uninterruptible Power Supply (UPS) systems at Base Seattle. The contractor is responsible for providing all necessary personnel, equipment, and materials, ensuring compliance with applicable regulations. Performance is to take place in specific rooms during designated hours, with prior notification for site access required.
Contractors must have at least five years of relevant experience, and specific technical standards, including UL codes, must be met for the new UPS installations. The contractor is to remove and dispose of existing systems, supply new UPS units with lithium-ion batteries, and conduct extensive functional and safety testing upon installation.
Quality assurance practices are stressed, alongside responsibilities for any damages incurred during the project. The contractor must submit detailed documentation of test results and operations manuals, ensuring proper disposal of hazardous materials. Emphasis is placed on security, requiring identification and background checks for all personnel accessing the Coast Guard facility. The project aims to enhance operational reliability through modernized UPS systems while adhering to strict safety and regulatory standards.
The U.S. Coast Guard is seeking a contractor to replace the Uninterruptible Power Supply (UPS) systems in Building 4 at Base Seattle. The contractor must manage all aspects of the project, including labor, materials, and compliance with applicable standards and regulations. A pre-bid site visit will be organized for interested parties to assess the work environment. The Contracting Officer (CWO Elizabeth Meister) and the Point of Contact (Kimberly Swanson) will oversee the contract and address inquiries.
Key responsibilities include removing existing UPS systems, installing new units with lithium-ion batteries, and replacing various UPS components in two designated rooms. The contractor must ensure all parts meet specified requirements and perform thorough testing to guarantee functionality. Strict security measures are outlined for personnel access to the facility, emphasizing the importance of compliance with federal security regulations.
Additionally, contractor qualifications include a minimum of five years' experience with Vertiv Liebert UPS systems. Bids will be awarded to the most cost-effective, responsive offeror, and proper invoicing protocols must be followed through the U.S. Department of Treasury’s system. Overall, this project exemplifies the Coast Guard's commitment to maintaining critical power systems while adhering to safety and regulatory standards.