UPS System
ID: SLAC_354935_UPSSystemType: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFSLAC Natl Accel Lab -DOE ContractorMenlo Park, CA, 94025, USA

NAICS

Custom Computer Programming Services (541511)

PSC

GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; APPLIED RESEARCH (AJ12)
Timeline
    Description

    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking proposals for the procurement of a new Uninterruptible Power Supply (UPS) system, specifically a Toshiba 4400 Series Double Conversion UPS and associated components. The requirements include a 50 kVA UPS system with specific technical specifications, such as a 40 kW output for 6-8 minutes, seismic rating, and accessibility features for maintenance. This procurement is critical for ensuring reliable power supply to the laboratory's operations, which are vital for research and development in the field of energy. Interested vendors must submit their quotations by May 5, 2025, to Marissa Tanomrat at marissat@slac.stanford.edu, and comply with the Buy American Act Certification and other procurement terms outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Buy American Act Certification" document serves as a declaration by bidders or offerors to confirm compliance with the Buy American Act stipulations. It requires them to certify whether their products are U.S. domestic commercial products. If not, they must provide details in two sections: Section A outlines any excluded end products, while Section B mandates a certification that all components, excluding those explicitly listed, are domestically sourced and free from foreign content. Bidders must estimate the percentage of foreign content and disclose the country of origin. The certification culminates with the offeror's signature, affirming the truthfulness of the submitted information. This certification is essential in the context of federal RFPs, grants, and contracts, underscoring the federal government's commitment to supporting domestic industries and sourcing practices while ensuring transparency in procurement processes.
    This document outlines the General Terms and Conditions for Fixed Price Commercial Supplies and Services, establishing a comprehensive framework for the procurement process between the Seller and the Buyer, specifically SLAC National Accelerator Laboratory under a contract with the U.S. Department of Energy. Key sections define the roles of both parties, expectations for professionalism and quality, and guidelines for packaging, invoicing, and payments. Seller responsibilities include managing services, ensuring adherence to technical specifications, and maintaining confidentiality. Explicit terms address liability, warranties, and indemnification, requiring the Seller to bear responsibilities for defects or non-compliance. Importantly, the document incorporates federal regulations, emphasizing compliance with law, export controls, and dispute resolution procedures. With a focus on quality and accountability, these conditions aim to establish a clear and equitable framework for all transactions, reflecting the government's standards for procurement and contract management.
    Lifecycle
    Title
    Type
    UPS System
    Currently viewing
    Solicitation
    Similar Opportunities
    Inverter System
    Energy, Department Of
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking quotations for an inverter system as part of a formal solicitation. The procurement requires four units of a specific inverter model, along with various technical components and specifications, to ensure compliance with operational standards. This equipment is critical for supporting the laboratory's research and operational capabilities, emphasizing the importance of reliability and technical performance. Interested vendors must submit their best and final offers, including pricing and lead times, by COB December 27, 2025, and direct their quotations to Anthony Chin at anthonyc@slac.stanford.edu.
    open inspect and report
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of a Power Supply (Stock Number: 6130-01-615-0193, Part Number: UPS1-2.4K-1G-SRNDTI-F2E) used in their SEAWATCH systems. The procurement involves detailed inspection, repair, testing, and packaging of 37 units, adhering to specific SFLC R-400-299 rev M specifications, with a warranty guaranteeing the items against defects for up to two years post-delivery. This equipment is critical for maintaining operational readiness in Coast Guard operations, ensuring reliability and safety in their systems. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    UPS Battery, UP, N1C.L48100EBM3U and N1C LR-Series 2000VA/1800W UPS, N1C.LR2000.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking quotes for the procurement of two N1 Critical Technologies UPS Battery Modules (PN N1C.L48100EBM3U) and one N1C LR-Series 2000VA/1800W UPS Module (PN N1C.LR2000) for the Global Hawk project at the NASA Armstrong Flight Research Center in Edwards, CA. This procurement is set aside for small businesses and requires compliance with ISO 9001 and NASA Quality Document Q1-C, emphasizing the importance of quality assurance in the supply of critical aircraft parts. Quotes must be submitted by December 19, 2025, by 3:00 p.m. CT to laura.a.quave@nasa.gov, and should include the Cage Code, UEI number, anticipated delivery time, and any applicable shipping costs. Interested parties are encouraged to review the solicitation details and ensure registration at www.sam.gov to participate in this opportunity.
    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.
    UPS SERVICE
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking qualified contractors to provide servicing for Uninterrupted Power Supply (UPS) units on a John Lewis Class Ship. This procurement is a firm fixed price supply contract, anticipated to be posted around December 18, 2025, with a closing date on or about December 22, 2025. The UPS units are critical for ensuring reliable power supply on naval vessels, underscoring their importance in maintaining operational readiness. Interested parties must register on the SAM.gov website and direct any inquiries to Jeremy Wells at jeremy.a.wells.civ@us.navy.mil, as no telephone or fax requests will be accepted.
    J061--UPS Maintenance - NWI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 23, is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa VA Healthcare System located in Omaha, NE. The procurement includes semiannual preventive maintenance, battery replacement, and full-service repair for various UPS units across multiple VA facilities, with a contract period starting from January 1, 2026, to December 31, 2030. This service is critical for ensuring the reliability of power supply systems that support healthcare operations, particularly in maintaining uninterrupted service during power outages. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their quotes via email to Contract Specialist James Miller at james.miller4@va.gov by the extended deadline of December 18, 2025, at 5:00 PM CST.
    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.
    UPS Battery Replacement & Installation Services, QTY2EA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for UPS Battery Replacement and Installation Services at the VA Puget Sound Health Care System in Seattle, Washington. The contractor will be responsible for procuring, removing, and installing two new UPS batteries, ensuring compliance with manufacturer specifications, industry standards, and VA codes, while also adhering to environmental regulations for battery disposal. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238210, emphasizing the importance of reliable power systems in healthcare settings. Interested parties must submit their offers by December 22, 2025, at 14:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    Pulse cable
    Energy, Department Of
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking quotations for the procurement of 1,000 meters of high power triaxial pulse cable. The cable must meet specific technical requirements, including electrical characteristics such as a nominal characteristic impedance of 14 ohms and a maximum pulse duration of 3.7 μS, among other stringent specifications. This procurement is critical for the laboratory's operations, as the pulse cable is essential for various research and development applications in the field of general science and technology. Interested vendors must submit their best and final offers, including price and lead time, by December 20, 2025, to Anthony Chin at anthonyc@slac.stanford.edu, with adherence to the Buy American Act Certification and other specified terms and conditions.
    NAWCAD WOLF-UPS and PDU
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting bids for brand-name tactical uninterruptible power supply (UPS) units and related cables from AJ's Power Source, Inc. This procurement is a firm fixed-price contract, strictly requiring authorized distributors/resellers who are TAA compliant, with no substitutions accepted for the specified items. The goods are critical for ensuring reliable power supply in military operations, emphasizing the importance of quality and compliance in the procurement process. Quotes must be submitted by December 22, 2025, with delivery expected by July 21, 2026, to the Naval Air Warfare Center in St. Inigoes, Maryland. Interested vendors should contact Gabrielle McKee at gabrielle.l.mckee2.civ@us.navy.mil for further details.