UPS Upgrade Bldg 4
ID: SPS-USCG-250003Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE SEATTLE(00033)SEATTLE, WA, 98134, USA

NAICS

Battery Manufacturing (33591)

PSC

INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (N061)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to replace two Uninterruptible Power Supply (UPS) systems at Base Seattle, Washington. The project requires the contractor to provide all necessary personnel, materials, and equipment to remove existing UPS systems and install new units with lithium-ion batteries, ensuring compliance with applicable federal, state, and local regulations. This procurement is critical for enhancing operational reliability and ensuring continuous power supply for essential equipment. Interested small businesses must submit their proposals by February 10, 2025, at 1:00 PM PDT, and can direct inquiries to Elizabeth Meister at elizabeth.a.meister@uscg.mil or by phone at 206-217-6145.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    UPS Upgrade Bldg 4
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Buyer not available
    The Department of Defense, through 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 project cost ranging from $1 million to $5 million and a performance period of approximately 540 calendar days starting from 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. For further inquiries, contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil.
    47 FT Motor Lifeboat 47290
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide services for the maintenance and repair of the 47 FT Motor Lifeboat 47290 at Station Cape Disappointment in Ilwaco, Washington. The contractor will be responsible for general labor, equipment, and facilities to haul out the vessel, pressure wash the hull, remove and renew the port and starboard engines, and descale the engine coolant system, with work expected to commence within 10 days of contract acceptance and completed within 21 working days. This procurement is critical for ensuring the operational readiness and safety of the Coast Guard's marine assets. Interested vendors must submit their quotes via email to SKC Bryan Duffey by February 19, 2025, at 3:00 PM Eastern, referencing solicitation number 52000PR250002324, and must comply with all applicable Federal Acquisition Regulations.
    61--ASSY, UPS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the assembly of Uninterruptible Power Supplies (UPS). The procurement aims to manufacture and deliver UPS units that meet specific technical and quality requirements outlined in the solicitation documents. These units are critical for ensuring reliable power distribution and operational continuity in defense applications. Interested vendors must submit their proposals by February 7, 2025, and can direct inquiries to Kiersten Sipe at 717-605-5729 or via email at KIERSTEN.L.SIPE.CIV@US.NAVY.MIL for further details.
    Universal Power Systems Battery Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the Universal Power Systems Battery Replacement project at Joint Base San Antonio-Fort Sam Houston, Texas. The procurement involves the purchase, delivery, unloading, and installation of 160 VRLA Sealed Lead Acid Batteries for two Uninterruptible Power Supply (UPS) systems, ensuring each system maintains a runtime of at least 30 minutes at full load. This project is critical for maintaining operational reliability during power outages and emphasizes the importance of regular maintenance for UPS systems. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by 11:00 AM CDT on February 12, 2025, and can direct inquiries to Umar A. Thomas at umar.thomas.1@us.af.mil or Jill Van Plew at jill.vanplew@us.af.mil.
    UPS Batteries
    Buyer not available
    The Department of Defense, specifically the Utah Army National Guard, is soliciting proposals for the procurement of UPS batteries and related services under a total small business set-aside. The requirement includes one string of 24 batteries that must provide power backup for information systems for a duration of 30 minutes, along with installation and preventive maintenance services. This procurement is crucial for ensuring the operational reliability of the information systems at the 640th Regiment's facility in Bluffdale, Utah. Interested vendors must submit their quotes by 12:00 PM MST on February 17, 2025, and should direct inquiries to Kris Braun at kristinna.a.braun.civ@army.mil or by phone at 801-432-4145.
    B409 UPS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a Sources Sought notice to identify potential sources for the procurement of UPS power modules and battery upgrades for the EATON 93PM-200 UPS system at the 179th CW/MSC in Mansfield, Ohio. The requirements include the replacement of one UPS power module and the upgrade of two battery backup systems, totaling 144 compatible 12V 500W batteries. This procurement is critical for ensuring the reliability and efficiency of power supply systems essential for military operations. Interested vendors must submit their capabilities and relevant information by 10:00 AM EST on February 11, 2025, to the primary contacts, Jeffrey Snyder and Casity Schag, via the provided email addresses.
    Uninterruptible Power Supplies (UPS) Maintenance Services
    Buyer not available
    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Eustis, Virginia, is seeking proposals for Uninterruptible Power Supplies (UPS) Maintenance Services for the Training and Doctrine Command (TRADOC) Headquarters. The procurement aims to ensure the operational reliability of UPS systems through preventive maintenance, emergency repairs, and continuous support, which are critical for preventing data loss during power disruptions. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a base period of 12 months starting on April 27, 2025, with the option for four additional years. Interested vendors must submit their proposals by February 10, 2025, and can direct inquiries to Hunter Langdon at hunter.m.langdon.civ@army.mil or Curtis M. Arthur at curtis.m.arthur.civ@army.mil.
    61--UNINTERRUPTIBLE POW
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of Uninterruptible Power supplies. The contract requires the manufacture and delivery of these electrical devices, which are critical for ensuring continuous power supply in various military applications. The procurement is governed by specific quality assurance and inspection requirements, with an emphasis on compliance with military standards and traceability of materials. Interested vendors should submit their quotes by January 24, 2025, and can direct inquiries to Rachael Costanzo at 717-605-2462 or via email at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL.
    61--RUGGEDISED AC UNINT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four units of the Ruggedised AC Uninterruptible Power Supply (NSN 6130016486752). The objective of this solicitation is to deliver the specified equipment to LCSRON 1 DET MPSF NBVC within 20 days after the order is placed. This equipment is crucial for ensuring reliable power distribution in various military applications, highlighting its importance in maintaining operational readiness. Interested vendors, particularly those certified under the SBA Women-Owned Small Business (WOSB) Program, must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Generator service maintenance agreement
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a generator service maintenance agreement at its Port Aransas, Texas location. The procurement involves preventive maintenance and testing services for generator equipment, with the contract set aside for small businesses under NAICS code 811310. This service is crucial for ensuring operational reliability and safety of the Coast Guard's facilities. Interested vendors must submit their quotes by 12:00 pm CST on February 7, 2025, to the designated email address, and are encouraged to conduct a site visit to understand the local conditions affecting contract performance. For further inquiries, vendors can contact Clarence Henshaw Jr. at clarence.henshawjr@uscg.mil or Wesley Hanna at Wesley.K.Hanna@uscg.mil.