EATON 3930 UPS SYSTEM BATTERY REPLACEMENT MUOS CHESAPEAKE
ID: N7027224Q0030Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNCTAMS LANTNORFOLK, VA, 23511-2784, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMSLANT), is soliciting quotes for the replacement of batteries in two Eaton 9395 Uninterruptible Power Supply (UPS) systems located at the NAVSATCOMMFAC in Chesapeake, Virginia. The procurement aims to enhance the reliability of critical power systems that support military operations, requiring the contractor to isolate, remove, replace, and test the UPS batteries while ensuring minimal disruption to government business operations. This initiative underscores the importance of maintaining mission readiness through essential infrastructure support, with the project scheduled to take place from September 30, 2024, to September 29, 2025. Interested contractors must submit their quotes by September 25, 2024, and can contact Nancy Purvis at nancy.purvis.civ@us.navy.mil or Robert Joas at robert.p.joas.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    This memorandum outlines the rationale for utilizing other than full and open competition for an acquisition related to Eaton UPS Units under the simplified acquisition threshold, as permitted by FAR 13.106-1. The document asserts that only one source, Chesapeake Mission Critical, will be solicited for UPS battery replacements due to several factors. Firstly, Eaton Corporation serves as the Original Equipment Manufacturer (OEM) with exclusive licensing rights and proprietary designs, making them the sole source for these units. The UPS units are identified as critical equipment necessary for operational safety and mission success, emphasizing that any interruption or failure could jeopardize ongoing operations. The anticipated period of performance for the delivery is from September 30, 2024, to September 29, 2025. Additionally, the memorandum notes the overwhelming urgency of the requirement, highlighting the potential adverse impact on mission operations if the items are not delivered within the specified timeframe. The anticipated dollar value of the procurement is mentioned but not specified. This document emphasizes compliance with federal acquisition regulations while addressing specific operational needs.
    The Naval Computer and Telecommunications Area Master Station is soliciting quotes through a Request for Quotes (RFQ), identified as solicitation number N7027224Q0030. This procurement, which is primarily aimed at small businesses, involves providing commercial items with an expected performance period from September 30, 2024, to September 29, 2025. The items required include Eaton 9395 Power Xpert equipment and specific battery quantities. Quotes must be submitted by September 25, 2024, and must follow specific guidelines outlined in the solicitation documents, including technical and pricing information. The evaluation process will prioritize the technical capability and pricing, with awards made to the lowest priced technically acceptable offer. Compliance with numerous federal acquisition regulations is necessary, including FAR clauses related to terms, conditions, and contractor conduct. Contractors are also informed about the new Defense Biometric Identification System (DBIDS) for base access, requiring registration for credentialing, replacing previous access systems. The solicitation emphasizes the importance of adhering to submission deadlines and accurate compliance to avoid potential disqualification. This procurement process demonstrates the government's ongoing efforts to engage and support small businesses in federal contracting.
    The document outlines a Performance Work Statement for the Naval Computer and Telecommunications Area Master Station Atlantic (NCTAMSLANT), detailing the requirement for replacing batteries in two Eaton 9395 UPS systems located at the NAVSATCOMMFAC in Chesapeake, VA. The initiative aims to enhance the reliability of critical power systems supporting military operations. The scope includes isolation, removal, replacement, and testing of the UPS batteries, along with coordination with Navy representatives to ensure minimal disruption to government business. The contractor is responsible for all relevant materials, safety compliance, and waste disposal. The project is scheduled to take place from September 30, 2024, to September 29, 2025, with specific work hours and reporting requirements outlined. The document also emphasizes strict security protocols and contractor personnel conduct for those accessing restricted areas, reflecting the need for coordination with military oversight regarding operational efficiency and adherence to safety regulations. This initiative exemplifies the government's commitment to maintaining mission readiness through essential infrastructure support.
    The document outlines the proposal evaluation factors for a Request for Quotation (RFQ) regarding the technical requirements specified in the Performance Work Statement (PWS) or Statement of Work (SOW). The contractor's offer will be assessed based on compliance with a series of requirements, primarily involving the removal of old batteries, installation of new batteries, testing of Uninterruptible Power Supply (UPS) systems with the new batteries, proper disposal of the old batteries, and provision of reports for each UPS unit (totaling two). The evaluation will determine whether the contractor meets the compliance (C) or non-compliance (NC) criteria for each requirement, ensuring that the selected vendor can adequately fulfill the technical needs of the project. This evaluation is essential for effective selection of contractors in federal and state/local RFP initiatives, focusing on compliance with essential operational and safety standards.
    The document outlines a pricing structure for a government request for proposals (RFP), specifically focusing on various cost categories associated with a project. It includes sections for airfare, lodging, materials and supplies inventory, labor costs, travel expenses, and overall totals for each category. All monetary values are currently listed as placeholders, indicating that specific pricing and quantity details have yet to be filled in. The format presents a clear breakdown of anticipated expenses, which is essential for budgeting and proposal review purposes in the federal grant and RFP context. The structured approach emphasizes transparency and accountability in financial planning for projects that require government funding or resources. It aligns with best practices in procurement processes by ensuring comprehensive documentation of all projected costs, facilitating decision-making for project approvals.
    Lifecycle
    Title
    Type
    Similar Opportunities
    UPS BATTERY REPLACEMENT NORFOLK VA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Computer and Telecommunications Area Master Station, Atlantic (NCTAMS LANT), is soliciting proposals for the replacement of Uninterruptible Power Supply (UPS) Eaton batteries in Norfolk, Virginia. The procurement involves a Firm-Fixed Price contract for the replacement of batteries in two Eaton 9395 Power Xpert UPS systems, which are critical for maintaining continuous power supply to support military operations. This initiative is essential for ensuring the reliability of power systems that are vital for U.S. military communications, with the contract performance period set from September 30, 2024, to September 29, 2025. Interested contractors must submit their proposals, including technical capabilities and pricing, by September 25, 2024, and can contact Nancy Purvis at nancy.purvis.civ@us.navy.mil or Robert Joas at robert.p.joas.civ@us.navy.mil for further information.
    UPS BATTERY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of UPS battery systems. The primary objective of this procurement is to ensure the availability of reliable power supply systems, which are critical for various military operations and equipment. These UPS batteries will be utilized in applications requiring uninterrupted power, thereby supporting the operational readiness of naval forces. Interested vendors should note that this opportunity is set aside for small businesses, and they can direct inquiries to Breanne R. Clippinger at 717-605-4893 or via email at BREANNE.R.CLIPPINGER.CIV@US.NAVY.MIL. The solicitation includes specific requirements for inspection, acceptance, and compliance with various technical standards, with proposals due within 60 days of the closing date indicated in the solicitation.
    UPS Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center (NAVSUP FLC) Puget Sound, is soliciting quotes for a firm fixed price contract to provide Schneider Electric Certified Technician services for the maintenance of Symmetra LX 16K Uninterruptible Power Supply (UPS) units at NCTS Far East Detachment Okinawa, Japan. The procurement aims to secure on-site warranty services for these critical UPS units, which are essential for protecting electronic equipment from power disturbances and ensuring operational continuity for Navy-supported commands. This contract, set as a Total Small Business Set-Aside, will cover warranty services for up to five years, including parts and labor, with a maximum response time of three business days for service requests. Interested vendors must submit their electronic quotes by 10:00 AM EST on September 21, 2024, to Amanda Cordell at amanda.j.cordell.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    1.5KVA UPS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a 1.5KVA Uninterruptible Power Supply (UPS). The contract requires the manufacture and design of the UPS to meet specific technical requirements, including compliance with military specifications and the exclusion of mercury in the materials used. This UPS is critical for ensuring reliable power supply in defense operations, highlighting its importance in maintaining operational readiness. Interested vendors should direct inquiries to Kelly L. Slagle at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-quotation submission.
    6150--503-24-3-5225-0088 | UPS PowerWare Upgrade | NCO 4 Commodities 1 (VA-24-00087757)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is announcing a sole source contract opportunity for the upgrade of UPS PowerWare systems, specifically with EATON Corporation, under Solicitation Number 36C24424P0913. This procurement aims to enhance the reliability and efficiency of electrical power supplies critical for the VA's operational needs, as the equipment requirements are deemed unique to EATON. The contract will be a firm fixed price, with no additional option years, and interested parties may submit evidence supporting competition by the response deadline of September 19, 2024, at 1:00 PM Eastern Time. For further inquiries, interested vendors can contact Contract Specialist McDaniel Brayboy III at mcdaniel.brayboy@va.gov or by phone at 916-841-7834.
    FA500024Q0084 - 673d Communications Squadron Uninterruptible Power Supply (UPS) Batteries
    Active
    Dept Of Defense
    The Department of Defense, through the 673d Communications Squadron, is soliciting quotes for Uninterruptible Power Supply (UPS) batteries to be delivered to Joint Base Elmendorf-Richardson in Alaska. The procurement includes specific requirements for various UPS units, including two 4kVA, three 5kVA, one 6kVA, and two 8kVA units, all of which must meet detailed specifications for power capacity and outlet configurations to ensure reliable operation of critical networking equipment. This initiative is crucial for maintaining operational reliability in military communications, with a total small business set-aside status to encourage participation from qualified vendors. Interested parties must submit their quotes by September 26, 2024, at 12:00 PM AKST, and can contact Robert Briggs at robert.briggs.13@us.af.mil or Doung Tan Nguyen at doungtan.nguyen@us.af.mil for further information.
    NRP,UPS POWER SUPPL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of NRP, UPS Power Supply units. The procurement aims to fulfill specific quality and design requirements, with an increased quantity of 10 units now being sought under this contract. These power supply units are critical for various defense applications, ensuring reliable electrical power in non-rotating converter systems. Interested vendors must submit their proposals by the extended deadline of October 3, 2024, and can reach out to Jamie Kershaw at 717-605-3233 or via email at JAMIE.KERSHAW@NAVY.MIL for further information.
    NEC-Gregg-Adams Uninterrupted Power Supply (UPS) and Generator Maintenace and Emergency Call Servies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Uninterrupted Power Supply (UPS) and Generator Maintenance Services for the Network Enterprise Center (NEC) at Fort Gregg-Adams, Virginia. The procurement aims to ensure the maintenance and emergency repair of mission-critical equipment, including various generators and UPS systems, to uphold operational efficiency and emergency preparedness. This contract, set aside entirely for small businesses under NAICS code 561210, has a total funding ceiling of $47 million and includes a base year with two optional years for continued service. Interested vendors must submit their proposals via email by 3:00 P.M. Eastern Time on September 19, 2024, and direct any questions to the Contract Specialist, Marie McFadden, at marie.a.mcfadden.civ@army.mil.
    6150--Deliver and install UPS - includes removal of existing - in Pineville, LA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the delivery and installation of an Uninterruptible Power Supply (UPS) system at the Alexandria VA Medical Center in Pineville, Louisiana. This procurement includes the removal of an outdated UPS unit and the installation of a new Eaton brand UPS system, which is critical for ensuring operational reliability in healthcare facilities. The solicitation emphasizes compliance with safety regulations and small business participation, reflecting the government's commitment to maintaining effective infrastructure in its healthcare systems. Interested parties must submit their proposals by September 20, 2024, at 10 AM Central Time, and can contact Contract Specialists Tammy DeMille and Alan Scanio for further information via their provided email addresses.
    UPS maintenance and replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the maintenance and replacement of Uninterruptible Power Supplies (UPS) and Direct Current (DC) Power Plants at the Joint Interoperability Test Command (JITC) located in Fort Huachuca, Arizona. The contract encompasses scheduled preventive maintenance, emergency repairs, and battery replacements, ensuring the continuous and efficient operation of critical power systems. This procurement is vital for maintaining operational excellence and security, with a contract structure that includes a base year and four optional years, while adhering to strict security protocols requiring personnel to be U.S. citizens. Interested vendors must submit their proposals by September 23, 2024, and can direct inquiries to Gabe Zuccarelli at gabriel.f.zuccarelli.civ@mail.mil or Haylee Wheat at haylee.p.wheat.civ@mail.mil.