Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
ID: PAN413-25-P-0000-025387Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0413 AQ HQ RCO-HIFORT SHAFTER, HI, 96858-5025, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS), Annex A to OPORD 24-015, outlines a non-personal services contract for the preventive maintenance and repair of Automatic Transfer Switch/Generator/Uninterrupted Power Supply (ATS/Gen/UPS) systems at various U.S. Army installations on Oahu, Hawaii. The contract requires the contractor to provide all necessary personnel, equipment, and services, ensuring compliance with federal, state, and local laws, and manufacturer recommendations.Key aspects include a 60-day transition plan, specific hours of operation with provisions for federal holidays and installation closures, and emergency response procedures. The contractor is responsible for quality control through a QCP, accident reporting, and adherence to safety and environmental regulations, including proper handling of hazardous materials and spill prevention. Personnel must be U.S. residents, possess appropriate licenses, and undergo security and awareness training. Performance will be evaluated against defined standards and acceptable quality levels (AQLs) outlined in the Performance Requirements Summary Matrix, with corrective action requests issued for non-conforming services.
    The provided document is a detailed inventory of generators, automatic transfer switches (ATS), and uninterruptible power supplies (UPS) across various government installations, including fire stations, pump stations, signal battalions, and command centers. It meticulously lists equipment by installation, unit, building number, manufacturer, model, serial number, and power specifications (KW and KVA). The inventory covers a wide range of manufacturers like CAT, Cummins, Kohler, Generac, and Powerware. Key details include specific models, serial numbers, and power capacities for each piece of equipment, with some entries noting new equipment or ongoing projects. The document also identifies ATS and UPS units, often linking them to specific generators. This comprehensive listing serves as a critical reference for managing power infrastructure across federal government facilities, likely supporting maintenance, upgrade, or procurement initiatives for federal RFPs.
    Similar Opportunities
    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.
    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.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    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.
    Power Station Installation for Hangar 2418
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Sources Sought notice regarding the installation of a power station in Hangar 2418 at Fort Eustis, Virginia, to support MOS 15Y training. The project involves a non-personnel services contract for the installation of electrical components, including a 150KVA transformer, a 30KVA transformer, various disconnects, a sub-panel, a quad outlet, and an emergency stop circuit, with a focus on ensuring stable power and a clean, labeled installation. This contract is crucial for enhancing training capabilities and is expected to last for one year, from January 1, 2026, to December 31, 2026. Interested contractors must confirm their ability to perform the work by emailing Jolene A. Granger at jolene.a.granger.civ@army.mil by 12:00 PM CST on December 17, 2025, although no capability statements or questions will be accepted at this time.
    J061--636-26-1-5058-0029 - Service - UPS Maintenance - NWI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa VA Healthcare System located in Omaha, NE. This procurement, designated as a combined synopsis/solicitation (36C26326Q0162), requires contractors to provide semiannual preventive maintenance, battery replacement, and full-service repair for various UPS units, with a focus on compliance with industry standards and manufacturer recommendations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will span a base period from January 1, 2026, to December 31, 2030, with quotes due by December 17, 2025, at 5:00 PM CST. Interested parties should submit their quotes via email to Contract Specialist James Miller at james.miller4@va.gov.
    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.
    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.
    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.
    CONTRACTOR-OWNED /CONTRACTOR OPERATED AND GOVERNMENT-OWNED/ CONTRACTOR-OPERATED, AND (COCO/GOCO) FUEL OPERATIONS AT United States Army Garrison, HI (USAG-HI) for Schofield Barracks and Wheeler Army Airfield (Wheeler AAF).
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for Contractor Owned Contractor Operated (COCO) and Government-Owned Contractor Operated (GOCO) fuel operations at Schofield Barracks and Wheeler Army Airfield in Hawaii. The selected contractor will be responsible for maintaining and operating government-owned facilities and equipment at Wheeler AAF, as well as providing retail and bulk fuel services at Schofield Barracks, adhering to best commercial practices. This procurement is significant for ensuring efficient fuel operations and maintenance, with a firm fixed-price contract anticipated for a five-year base period starting April 1, 2026, and extending through various option periods until March 30, 2056. Interested parties should contact Lisa Marsh at Lisa.Marsh@dla.mil or (445) 737-4038 for further details and must register in the System for Award Management (SAM) to participate.