FTG247 Replace UPS at IDT1
ID: W911KB26RA011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST ALASKAANCHORAGE, AK, 99506-0898, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of the Uninterruptable Power Systems (UPS) at IDT1, located at Fort Greely, Alaska. The project aims to replace the existing 80KVA UPS with distributed redundant 75 KVA systems, enhance emergency power off capabilities, and extend power monitoring systems to improve operational efficiency and reliability for mission-critical equipment. This procurement is vital for maintaining the integrity of power systems within a high-altitude electromagnetic pulse (HEMP)-shielded environment, ensuring continued support for military operations. Interested small businesses must submit their proposals by October 31, 2025, at 2:00 PM AKDT, and are encouraged to acknowledge receipt of the solicitation amendment, which includes updated requirements and evaluation criteria. For further details, contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil.

    Files
    Title
    Posted
    This government solicitation amendment, W911KB26RA011, for the FTG247-Replace UPS at IDT1, Fort Greely, Alaska, outlines critical changes and requirements for offerors. Key updates include revisions to instructions for offerors (Section 00 21 00) with a corrected site visit date of October 16, 2025, at 10:00 AM Alaska Time, and modifications to proposal submission requirements and evaluation criteria (Section 00 22 11). The amendment clarifies past performance relevancy, emphasizing projects between $1M and $5M, and updates the technical approach for construction to define "impact to the warfighter." It also specifies that schedules should demonstrate phasing for Uninterruptable Power Systems (UPS) rather than automatic transfer switches. The proposal due date remains October 31, 2025, by 2:00 PM AKDT, and offerors must acknowledge receipt of this amendment. This ensures all proposals align with the updated scope and evaluation standards for this critical infrastructure project.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FTG247 Replace UPS at IDT1, Fort Greely, Alaska
    Buyer not available
    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.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC panel boards at Powerhouse 1 and 2 located at Fort Peck Dam in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.
    Ft. Buchanan Microgrid
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is conducting a market survey for the construction of a microgrid at Fort Buchanan, Puerto Rico. This project involves the design and installation of a microgrid system featuring twelve 570 KW diesel generators, a battery energy storage system, and various supporting infrastructure, aimed at enhancing energy resilience and operational continuity. The estimated contract duration is approximately 1,141 calendar days, with a projected cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran-Owned, must submit their responses by December 8, 2025, at 2:00 PM Eastern Time, to Henry Caldera at henry.c.caldera@usace.army.mil.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the acquisition of 40 units of a Power Supply, specifically identified by NSN: 6130-01-661-4955 and Part Number: RFP-L3500-750-1G1B, from the sole source Ametek Programmable Power, Inc. This procurement is critical for ensuring the availability of reliable electrical equipment, which plays a vital role in various defense operations. Proposals must be submitted electronically by December 8, 2025, at 4:30 PM EST, with delivery expected to Texarkana, TX, within 180 days after contract award. Interested parties can contact Muhammad Kah at Muhammad.kah@dla.mil or by phone at 586-467-1203 for further information.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM MID-ATLANTIC), is soliciting proposals for a Design-Build (DB) project titled "P-1401 Replace Backup Power Generation UPS, PLCs" at the Naval Support Activity Hampton Roads in Norfolk, Virginia. The project aims to replace existing backup power generation systems, including uninterruptible power supplies (UPS) and programmable logic controllers (PLCs), which are critical for maintaining operational readiness and infrastructure resilience. This procurement is particularly significant as it involves compliance with various construction and safety standards, including the International Green Construction Code (IgCC) and specific electrical engineering requirements. Interested contractors must submit their revised proposals by January 15, 2026, with all submissions directed to Kristy Gerrek at kristy.gerrek@navy.mil. The project is restricted to holders of the Small Business Multiple Award Construction Contract (MACC) in the Hampton Roads area, and the total duration of the task order is expected to be 741 calendar days from the date of award.
    EL-00241-5J, Power and Data for Workstations, Building P10110
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of power and data systems for workstations at Building P10110, located at Fort Drum, NY. This project falls under the Commercial and Institutional Building Construction category and is classified as a HUBZone Set Aside, indicating a preference for small businesses located in historically underutilized business zones. The work involves the repair or alteration of real property, which is crucial for maintaining operational efficiency within military facilities. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W911S226Q4988. For inquiries, Stephen Murray can be contacted via email at stephen.n.murray.mil@army.mil or by phone at 315-772-1977.
    POWER SUPPLY
    Buyer not available
    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.
    Power Distribution Box Assembly
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of seven Power Distribution Box Assembly units (NSN: 6110-01-608-7660, Part No.: 17-3-3470-2) under a firm fixed-price contract. This opportunity is set aside exclusively for small businesses and includes an option for an additional seven units, with specific requirements for military packaging and preservation, as well as compliance with export control regulations. The goods are critical for military operations, necessitating adherence to strict inspection and acceptance protocols at the origin, with delivery to the Blue Grass Army Depot in Richmond, KY. Interested parties must submit their offers electronically by December 4, 2025, at 12:00 PM EST, and can direct inquiries to Contract Specialists George Campbell and Catherine Castonguay via their provided email addresses.
    IEE Set Aside - Uninterruptable Power Supply for the Red Lake Hospital
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for the provision of Uninterruptable Power Supply (UPS) equipment for the Red Lake Hospital in Minnesota. This procurement is a 100% Indian Economic Enterprise (IEE) set-aside, aimed at supporting small businesses that qualify under the Buy Indian Act. The UPS units are critical for ensuring reliable power supply in healthcare settings, and the solicitation includes detailed technical specifications regarding the equipment's dimensions, electrical output, and communication features. Proposals are due by December 10, 2025, at 2:00 PM CST, and interested parties should contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further information.
    J061--UPS Maintenance - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa Healthcare System. This procurement, identified by solicitation number 36C26326Q0162, requires comprehensive maintenance, including semiannual preventive services, battery replacements, and full-service repairs for various UPS units across multiple VA facilities in Nebraska and Iowa. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a firm fixed-price base contract with four option years, covering the period from January 1, 2027, to December 31, 2030. Interested contractors must submit their quotes via email to James Miller at james.miller4@va.gov by December 11, 2025, and ensure they are registered in the System for Award Management (SAM) database. Technical questions are due by December 4, 2025.