Annual UPS Service/Maintenance Agreement
ID: RFP-A25-0184Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFAMES LABORATORY - DOE CONTRACTORAmes, IA, 50011, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 9:00 PM UTC
Description

The Department of Energy, through the Ames National Laboratory, is soliciting proposals for an Annual UPS Service/Maintenance Agreement under RFP No. A25-0184. This procurement aims to establish a reliable maintenance contract for uninterruptible power supply (UPS) systems, ensuring operational integrity and compliance with safety standards at the laboratory. The selected contractor will provide 24/7 emergency response, semi-annual preventative maintenance, and corrective maintenance at no additional cost, with a focus on maintaining critical power infrastructure. Proposals are due by April 22, 2025, with an anticipated award date of April 30, 2025. Interested parties should direct inquiries to Trevor Gunderson at trevorg1@ameslab.gov or Nicole Howe at nhowe@ameslab.gov.

Point(s) of Contact
Files
Title
Posted
The document outlines the terms and conditions for fixed-price commercial products and services provided under a subcontract with Iowa State University for the U.S. Department of Energy (DOE). It includes various clauses ranging from definitions, acceptance, and dispute resolution to environmental protection and export controls. Significant points cover the contractor's responsibilities for compliance with laws, warranties on services and supplies, liability and indemnification, payment processes, and conditions for termination. The subcontractor must also ensure the quality of materials, conduct employee management, and follow guidelines for non-U.S. national access to laboratory sites. Additionally, it emphasizes the importance of adhering to federal regulations and standards, including those related to labor practices and safety. The document's structure is organized into clauses, each detailing specific obligations and rights of both the subcontractor and the laboratory, thereby ensuring clarity and legal compliance in government contracting.
Apr 18, 2025, 3:06 PM UTC
The Ames National Laboratory's Facilities and Engineering Services Department seeks a contractor for 24/7 emergency response and semi-annual preventative maintenance of their uninterruptible power supply (UPS) units. This one-year contract, extendable for three additional years, requires comprehensive emergency and preventative maintenance coverage, including corrective maintenance at no extra cost, parts replacement, and compliance with safety standards such as NFPA 70E. The contractor must provide scheduled onsite visits, with field engineers who are factory-trained and equipped with necessary tools. The scope includes minor and major preventive maintenance tasks like checking battery health, visual inspections, and calibrating equipment. Additionally, all work must adhere to stringent safety protocols due to the energized nature of UPS maintenance. Compliance with the Service Contract Act is also mandated. This contract emphasizes the importance of reliable UPS systems in maintaining operational integrity at the laboratory.
The document outlines the supplemental conditions for contractors working at Ames Laboratory, operated by Iowa State University for the U.S. Department of Energy. Key aspects include the necessity of obtaining written approval to begin work, comprehensive indemnity protections for the Laboratory, and stringent insurance requirements, including general and automobile liability coverage. Contractors must prioritize safety and health compliance, adhere to environmental regulations, and promptly report any incidents. The contractor is responsible for educating all personnel on safety standards and ensuring all equipment meets compliance standards before use. A disciplinary program must be implemented to address employee misconduct, with potential consequences for poor safety performance impacting future opportunities. The document also emphasizes the ownership and maintenance of government records and underscores the importance of fulfilling all contractual obligations. Overall, the document serves to enforce strict guidelines for contractors, prioritizing safety, liability, environmental considerations, and ensuring proper conduct and compliance on-site, reflecting the rigor typical in government RFP and grant contracts.
The Ames Laboratory Contractor Safety and Quality Assurance Information Questionnaire is a form required for contractor pre-qualification in a federal request for proposals (RFP). It seeks information on a contractor’s safety record and quality assurance practices over the past three years, including their Experience Modification Rate (EMR) and data from OSHA logs, such as recordable cases, lost workday cases, work hours, and fatalities. Contractors must detail their safety policies, training programs, and the qualifications of personnel responsible for safety. Furthermore, the form inquires about the frequency of safety inspections and meetings, orientation for new hires, and whether the contractor has a documented quality assurance program. Contractors must classify their level of quality assurance documentation and indicate if the work will be performed by them or subcontractors across various construction trades. This document emphasizes the importance of maintaining high safety and quality standards in accordance with federal guidelines, ensuring that contractors are equipped to manage risks effectively while meeting project specifications at the Ames Laboratory. It is crucial for evaluating contractor eligibility, aiming to uphold safety and quality in governmental projects and compliance with OSHA regulations.
The document outlines the Wage Determination No. 2015-4975 issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates for federal contractors in Iowa, particularly for various occupations including administrative support, automotive service, food preparation, and health occupations. The wage rates are linked to Executive Orders 14026 and 13658; contracts awarded on or after January 30, 2022, require a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, have a minimum of $13.30. Furthermore, all covered workers are entitled to fringe benefits, including health and welfare benefits and vacation time. The document also discusses conformance processes for unlisted classifications and additional requirements under other executive orders, such as paid sick leave for contractors. Overall, it serves as a comprehensive guide for contractors to ensure compliance with federal wage and labor standards for service contracts in Iowa.
This document outlines the regulations and standards related to Service Contract Labor Standards (SCLS) applicable to federal contracts. It defines key terms, including "Contractor" and "service employee," and emphasizes that service employees must be paid at least the minimum monetary wages and receive fringe benefits as determined by the Secretary of Labor. Key provisions include classification of unlisted service employee rates, record-keeping requirements, notification obligations to employees about wages and benefits, and the importance of maintaining safe working conditions. The document also stipulates that contractors cannot pay less than the Fair Labor Standards Act minimum wage and mandates compliance with collective bargaining agreements if they were in effect under predecessor contracts. It enforces penalties for non-compliance, including possible termination of contracts and withholding of payments. Data on employee records must be kept for three years and made available for inspection. Compliance with these standards is crucial for ensuring employee rights and fair labor practices in government contracts, reflecting the government's commitment to uphold labor rights. The document serves as a key reference for contractors involved in federal RFPs, grants, and state/local RFPs, ensuring adherence to labor laws and regulations.
Apr 18, 2025, 3:06 PM UTC
The document outlines the Representations and Certifications Supplemental required for suppliers and subcontractors wishing to do business with the Ames National Laboratory, managed by Iowa State University under a Department of Energy contract. All vendors seeking contracts valued at $10,000 or more must register in the SAM and complete specific sections concerning entity information and compliance with federal regulations, including export control laws and the Buy American Act. The document specifies additional requirements for suppliers regarding certification of non-segregated facilities and compliance with health safety protocols, as well as pre-contract registration necessities. It also enforces the prohibition of counterfeit parts usage in any work conducted under the agreement. The final certification must be signed by an authorized representative of the vendor, affirming the accuracy of all submitted information. This document serves to ensure that all proposals uphold governmental compliance standards and promote equitable business practices for federal contracts.
Apr 18, 2025, 3:06 PM UTC
The document outlines specifications and details related to various Uninterruptible Power Supply (UPS) systems and associated equipment for government applications. It consists of a structured list of equipment references, including model numbers, specifications such as power, voltage, load, and UPS manufacturer details for multiple sites. Each entry includes identifiers for maintenance records and indicates when batteries were replaced or if any issues were noted, such as lack of funding for ongoing maintenance. Key entries detail UPS models like Eaton/Powerware and APC systems, which are crucial for ensuring power reliability and continuity for sensitive operations. The document functions within the context of federal and local government requests for proposals (RFPs) and grants, emphasizing the need for well-maintained power infrastructure to support agency operations. Overall, it serves as a comprehensive overview designed to assist in evaluating equipment needs, maintenance practices, and funding requirements for UPS systems in various government facilities.
Apr 18, 2025, 3:06 PM UTC
The Addendum 1 for RFP A25-0184 addresses several inquiries related to the maintenance of uninterruptible power systems (UPS) at a laboratory. Key topics include the acceptance of additional occupation codes beyond 23183 and assurance that compliance with Service Contract Labor Standards is required. The preferred inclusion of the Emerson UPS model WI335 in pricing despite budget limitations is emphasized. The document specifies that two qualified electrical workers are needed during maintenance, scheduled for normal hours. Additionally, not all UPS units have been under a full service agreement, and while no units are currently alarmed, some components are outdated. Repairs for pre-existing conditions prior to contract execution will be billed, and some maintenance records are available but may not be exhaustive. The content reflects typical considerations in government RFPs, highlighting specific compliance and operational requirements for service contractors in the federal context.
Apr 18, 2025, 3:06 PM UTC
Ames National Laboratory, managed by Iowa State University under contract with the U.S. Department of Energy, is soliciting proposals for an Annual UPS Service/Maintenance Agreement in Proposals No. A25-0184. The solicitation includes key procurement dates: questions must be submitted by April 15, 2025, and proposals by April 22, 2025, with an anticipated award date of April 30, 2025. The bid is open to all companies, encouraging participation from small businesses and minority-owned entities as subcontractors. Proposals will be evaluated on a Lowest Price, Technically Acceptable (LPTA) basis, assessing technical compliance and past performance metrics while promoting efficiency in contract performance. Offerors must register on the SAM website, provide requisite documentation, and follow specified submission guidelines to ensure acceptance. Notably, the Laboratory is authorized to purchase discounted pricing from multiple government sources, thereby enhancing the procurement's competitive landscape. The contract type will be Firm Fixed Price, ensuring defined expectations while allowing for increased quantities if needed. Offerors should indicate any exceptions to the solicitation terms, as proposals that alter terms may be deemed noncompliant. Overall, the solicitation aims to establish a reliable maintenance agreement for UPS services while fostering compliance and broad industry participation.
Apr 18, 2025, 3:06 PM UTC
The Ames Laboratory RFP A25-0184 Addendum Number 1, dated April 18, 2025, serves to modify and supplement the information from the original RFP documents released on April 8, 2025. The primary focus of this addendum is to address specific questions received concerning the proposal, providing answers in Attachment C. This document is pivotal as it contains key clarifications essential for prospective bidders to consider before submissions. The proposals for RFP A25-0184 are due on April 22, 2025, by 4:00 p.m. CST, and recipients of the addendum are required to acknowledge its receipt during their proposal submission. Overall, the addendum emphasizes transparency and effective communication between the Ames Laboratory and potential contractors, ensuring that all parties have the necessary information for a successful proposal process.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
UPS Emerson On-Site Preventive Maintenance Support Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide on-site preventive maintenance support services for Uninterrupted Power Supply (UPS) systems and related equipment at the Anniston Army Depot in Alabama. The contract will cover a one-year period of maintenance and technical support, with the possibility of annual renewals, ensuring the operational reliability of critical electrical and electronic equipment. Interested small businesses are encouraged to submit questions to the designated contract specialists by April 29, 2025, at 10 AM CDT, with contact details provided for both Katherine Fuller and Amber Burdett for further inquiries.
UPS Maintenace and battery repair
Buyer not available
The Department of Defense, specifically the Maryland Air National Guard, is conducting a sources sought notice to identify qualified vendors for annual maintenance and battery replacement services for a UPS 9395 system (PWHR12540WFR). The objective is to gather market research to assess the capacity of firms to provide these essential services, which are critical for maintaining operational readiness and reliability of power distribution equipment. Interested organizations are encouraged to submit their contact information and tailored capability statements, demonstrating their ability to meet the requirements outlined in the notice. There is currently no solicitation available, and responses will inform whether the project will be set aside for small businesses or opened for full competition. For inquiries, interested parties may contact Michael Dombkiewicz at michael.dombkiewicz.2@us.af.mil or MSgt Brandon Council at brandon.council.7@us.af.mil.
Uninterruptible Power Supply for Shipboard Alarm and Announcing System and Electronic Chart Display and Information System
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Uninterruptible Power Supplies (UPS) to support the Shipboard Alarm & Announcing System (A&AS) and the Electronic Chart Display and Information System (ECDIS). The objective is to replace obsolete UPS systems that are no longer supported by manufacturers, ensuring operational continuity during power outages for critical maritime communication and navigation systems. This procurement is vital for maintaining the functionality and safety of Coast Guard operations, with a maximum contract value of $2,500,000 over a five-year period. Interested contractors must submit their proposals by May 5, 2025, and can direct inquiries to Roberta Pluim at Roberta.f.Pluim@uscg.mil or Danielle Beavers-Rose at danielle.beavers-rose@uscg.mil.
Uninterruptable Power Supply (UPS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for the design, procurement, installation, testing, and commissioning of Uninterruptible Power Supply (UPS) systems at Al Udeid Air Base, Qatar. The project aims to provide reliable power protection for critical equipment within Buildings B5506 and B5507, with a construction magnitude estimated between $250,000 and $500,000. This initiative is essential for maintaining operational readiness and ensuring the integrity of mission-critical systems, emphasizing the need for compliance with rigorous safety and performance standards. Interested contractors must submit their proposals by April 17, 2025, with project completion expected by August 1, 2025. For further inquiries, contact Phillip Mott at phillip.mott@us.af.mil or Joseph Russell at joseph.russell.10@us.af.mil.
UPS replacement
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the replacement of uninterruptible power supplies (UPS) at 12 sites managed by the 5th Contracting Squadron at Minot Air Force Base, North Dakota. The contractor will be responsible for removing existing UPS systems and providing new 9PXM UPS models along with all necessary components, ensuring compliance with established standards and regulations. This initiative is crucial for enhancing power reliability and operational readiness at the base, reflecting the government's commitment to engaging small businesses in federal procurement. Interested parties must submit their quotes by April 14, 2025, with inquiries directed to Colton Snyder at colton.snyder@us.af.mil or TSgt Bryon Mordhorst at bryon.mordhorst@us.af.mil by April 10, 2025.
DEVCOM AC, QESA Uninterruptible Power Supply (UPS) Maintenance
Buyer not available
The Department of Defense, through the Army Contracting Command-New Jersey, is seeking sources for the maintenance of General Electric's TLE 50kVA Uninterruptible Power Supply (UPS) systems. The procurement aims to identify contractors capable of providing both scheduled and unscheduled maintenance, which includes necessary travel, parts (excluding batteries), and labor in compliance with manufacturer specifications. This maintenance is critical for ensuring the operational integrity of essential electrical systems, with scheduled maintenance requiring two visits during standard operating hours and unscheduled maintenance necessitating a four-hour response time, available 24/7. Interested contractors must submit their capability statements and organizational details electronically to the designated Contract Specialist, Darby J Quinones, at darby.j.quinones.civ@army.mil by the specified deadline, as this request serves informational purposes only with no obligation for contract awards.
RFP SC-25-664 Fire Alarm Replacement Phase 2
Buyer not available
The Department of Energy, through the Ames Laboratory, is soliciting proposals for the Fire Alarm Replacement Phase 2 project, aimed at upgrading fire alarm systems across multiple buildings on the Iowa State University campus in Ames, Iowa. This project requires contractors to adhere to specific safety and quality assurance standards, as outlined in the project specifications, and to comply with federal wage determinations under the Davis-Bacon Act. The successful contractor will be responsible for ensuring all work meets regulatory standards and is completed by the deadline of March 31, 2025. Interested bidders should contact Andrew Saxton at saxton@ameslab.gov or call 515-294-4191 for further details, and must submit their proposals by April 30, 2025, following the guidelines provided in the RFP and its addendum.
RFP#366727KMW - APS-TD CRYO IB1 MYCOM 3 Electrical Work
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for electrical work associated with the APS-TD CRYO IB1 MYCOM 3 project, specifically under RFP366727KMW. Contractors are required to provide labor, materials, and equipment necessary to complete the project in compliance with specified guidelines, including adherence to safety standards such as NFPA 70E and OSHA regulations. This procurement is particularly significant as it emphasizes the involvement of small businesses, with a total small business set-aside designation, and aims to enhance operational safety and efficiency at Fermilab in Batavia, Illinois. Interested parties must submit their proposals by 5 PM Central Time on May 9, 2025, and are encouraged to attend a pre-proposal meeting on April 30, 2025, for further clarification on project requirements. For inquiries, contact Kody M Whittington at kwhittin@fnal.gov or call 630-840-6898.
61--UPS BATTERY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of UPS batteries. This procurement aims to ensure the operational readiness and reliability of critical electrical converters, which are essential for various defense applications. The selected contractor will be responsible for providing a firm fixed-price purchase order, with specific requirements for inspection, acceptance, and quality assurance outlined in the solicitation. Interested parties should direct inquiries to Carly Gassert at 717-605-5693 or via email at CARLY.GASSERT@NAVY.MIL, and must submit their quotations within 60 days of the solicitation date.
POWER SUPPLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of power supply units under a firm-fixed-price contract. The procurement aims to ensure that the repaired units meet operational and functional requirements, adhering to specified quality standards and inspection protocols. These power supplies are critical components for various defense systems, emphasizing the importance of reliability and compliance in their repair processes. Interested vendors must submit their proposals by April 30, 2025, and can direct inquiries to Benjamin Speros at 717-605-5150 or via email at BENJAMIN.G.SPEROS.CIV@US.NAVY.MIL.