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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    J061--UPS IT Battery Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide UPS IT Battery Maintenance Services under solicitation number 36C25626Q0210. The contract encompasses preventive maintenance and emergency services for UPS systems located in Biloxi, MS, and Pensacola, FL, including 24/7 emergency support with a four-hour response time, labor, travel, and two annual preventative maintenance inspections. This service is critical for ensuring the reliability and functionality of IT infrastructure, which supports the operations of the Veterans Health Care System. Interested parties must submit their offers by December 19, 2025, at 10:00 AM CST, and can direct inquiries to Contract Supervisor John L. Walker at John.Walker15@va.gov or Rene' Impey at rene.impey@va.gov.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals 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 critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.
    BRAND NAME ONLY-Toshiba Corporation; Uninterrupted Power System (UPS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Firm Fixed Price supply contract for a Toshiba Corporation Uninterrupted Power System (UPS). This procurement is classified as a Brand Name Only requirement, emphasizing the necessity for specific Toshiba products, and will be conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13. The UPS is critical for ensuring reliable power supply in military operations, and the government will evaluate offers based on best value, considering price, delivery, and past performance. Interested vendors must submit their proposals through the designated UNISON link by the specified deadline and ensure they have an active registration in the System for Award Management (SAM). For further inquiries, vendors can contact Kristen Zigmont at kristen.zigmont.civ@army.mil or by phone at 570-615-7645.
    SOLE SOURCE - UPS MAINTENANCE
    Dept Of Defense
    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.
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Dept Of Defense
    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.
    J030--UPS Preventative Maintenance Inspections Portland HCS Base Plus Four
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a presolicitation notice for UPS Preventative Maintenance Inspections at the Portland Health Care System, with a focus on engaging Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The procurement aims to secure qualified businesses to provide essential preventative maintenance services for Uninterruptible Power Supply (UPS) systems, which are critical for ensuring uninterrupted power to medical equipment and facilities. Interested parties should note that the response deadline for this opportunity is December 29, 2025, at 12 PM Pacific Time, and inquiries can be directed to Contract Specialist Robert B Weeks at robert.weeks@va.gov.
    RFP - Corrective Repair and Preventative Maintenance Overhead Door Services
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for corrective repair and preventative maintenance services for overhead doors, revolving doors, automatic pedestrian doors, fire doors, and dock levelers at its Batavia, Illinois campus. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Firm-Fixed-Price (FFP) and Firm-Fixed Unit Price (FFUP) rates, requiring the selected contractor to provide all necessary labor, materials, tools, and equipment while adhering to strict environmental, safety, and health regulations. Proposals are due by December 17, 2025, with questions accepted until December 10, 2025; interested parties should contact Brittany Hopkins at bhopkins@fnal.gov or 630-840-3708 for further information.
    Facilities Maintenance and Management Services
    Energy, Department Of
    The Department of Energy is seeking qualified contractors to provide Facilities Maintenance and Management Services at its Headquarters Complexes located in Washington, DC, and Germantown, MD. The procurement encompasses a range of services including recurring work and preventative maintenance, daily operations management, limited Energy Management Control System (EMCS) operations, service calls, safety and fire outage management, work control permit management, and hazardous materials management. These services are crucial for ensuring the efficient operation and safety of the facilities, which support the Department's mission. Interested parties can contact Dremayne T. Doyle at dremayne.doyle@hq.doe.gov or by phone at 240-220-1498 for further details.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.