Uninterrupted Power Supply (UPS) Maintenance Support Services
ID: W91151-24-Q-0030Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT CAVAZOSFORT CAVAZOS, TX, 76544-0000, 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 vendors to provide Uninterrupted Power Supply (UPS) Maintenance Support Services at Fort Cavazos, Texas. The procurement involves a Firm-Fixed-Price contract for comprehensive maintenance services, including initial preventive maintenance, essential services, semi-annual inspections, and annual service for various UPS systems across multiple buildings. These services are critical for ensuring operational continuity and reliability of power systems that support military operations. Interested small businesses must submit their quotes by September 10, 2024, with the contract period commencing on September 23, 2024, and lasting until September 22, 2025. For inquiries, potential contractors can contact Nelva March at nelva.l.march.civ@army.mil or SFC Michelle Royall at michelle.royall.mil@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation W91151-24-Q-0030 entails a request for quotes from vendors for Uninterrupted Power Supply (UPS) Maintenance Support Services at Fort Cavazos, TX. The MICC Fort Hood is seeking to award a Firm-Fixed-Price contract adhering to the Federal Acquisition Regulations (FAR) and relevant provisions. The procurement falls under NAICS code 811310, classified as a small business acquisition with a size standard of $12.5 million. Interested parties must submit quotes by September 5, 2024, with a contract period spanning from September 23, 2024, to September 22, 2025. The statement of work outlines requirements for maintenance services, including initial, semi-annual, and annual support for various UPS models identified by their tag and configuration numbers. Specific clauses and provisions relevant to commercial services closely regulate this solicitation, emphasizing compliance, small business considerations, and contractor responsibilities. The document serves as a clear guideline for businesses to prepare their submissions while ensuring adherence to federal regulations surrounding government contracts. Overall, it represents a structured effort to secure reliable UPS maintenance services essential for government operations.
    The document is a combined synopsis and solicitation (W91151-24-Q-0030) issued by MICC Fort Hood for Uninterrupted Power Supply (UPS) Maintenance Support Services. The federal government seeks vendors to provide these services at Fort Cavazos, TX, under a Firm-Fixed-Price contract. It is categorized as a small business acquisition, and the relevant NAICS code is 811310. The solicitation will close on September 10, 2024, with a period of performance from September 23, 2024, to September 22, 2025. Potential contractors must submit quotes that comply with detailed specifications outlined in the Statement of Work. The document details various Contract Line-Item Numbers (CLINs) for different UPS units needing maintenance. Offerors are required to address specific provisions and clauses from the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. Questions regarding the solicitation must be submitted via email by September 4, 2024. The evaluation criteria emphasize technical capability and price, with no discussions anticipated unless deemed beneficial. The document emphasizes compliance with provisions relevant to small businesses, bidders' representations and certification, and other federal contract requirements to ensure a transparent and competitive procurement process.
    The government document W91151-24-Q-0030 outlines a combined synopsis and solicitation for Uninterrupted Power Supply (UPS) Maintenance Support Services, issued by the MICC Fort Hood. This Firm-Fixed-Price Contract aims to solicit quotes from small businesses in compliance with federal guidelines, specifically under NAICS code 811310 for Repair and Maintenance of Commercial and Industrial Machinery. The period of performance begins on September 24, 2024, with options for four subsequent years until September 23, 2029. Service support is required for UPS systems located in Fort Cavazos, TX, detailed in the attached Statement of Work. Interested parties must submit their quotes by 10:00 AM Central Time on September 13, 2024. The evaluation of submissions will primarily focus on the technical capability and price, with additional review of compliance with various federal acquisition regulations included in the solicitation. Participants are encouraged to direct inquiries to the designated Contract Specialist and Officer before the submission deadline. This solicitation emphasizes the government's ongoing commitment to secure reliable power systems and support local small businesses in fulfilling these essential service requirements.
    The provided document addresses responses from the government concerning industry questions related to UPS (Uninterruptible Power Supply) units as part of a solicitation process. Key questions pertain to specifications such as the number of battery strings, battery models, kVA ratings, and the identification of each UPS unit by make and model. It confirms that each specified UPS runs on a single battery string and does not operate in parallel, with no existing external maintenance bypass systems. Details on battery cabinets and quantities are shared, and the document clarifies that full battery replacements are to be invoiced separately. The current solicitation represents a new requirement, indicating no incumbent service provider. Additionally, technical information such as manufacturer numbers and serial numbers for each UPS unit is provided to facilitate the understanding of equipment specifications. The overall purpose of the document is to clarify and finalize requirements for potential bidders to foster accurate proposals in the government RFP process while ensuring clarity and precision in equipment specifications and pricing structures.
    This document addresses industry questions regarding a government solicitation mandating a 4-hour on-site emergency response time for UPS systems. The inquiry highlights that this timeframe poses logistical challenges due to the specialized nature of UPS systems and the need for qualified personnel. A request was made to extend the emergency response time to between 8 to 12 hours to improve efficiency and maintain service quality. However, the government firmly responded that it requires adherence to the original 4-hour response requirement. This exchange underscores the government's emphasis on immediate response capabilities in emergency situations, reflecting its intent to ensure reliability and readiness in service delivery for critical infrastructure.
    The Statement of Work outlines service requirements for UPS Maintenance and Support for buildings at Fort Cavazos, TX. The contractor is tasked with providing initial preventive maintenance (PM), essential services, semi-annual, and annual services for Liebert, VERTIV, and EATON UPS systems within specified buildings. Key services include 24/7 emergency response, battery recycling, single jar replacements, and thorough inspection reports on deficiencies. The contract ensures scheduled services occur during weekdays, adhering to national holiday restrictions, and requires that all personnel undergo thorough security checks. Detailed service reporting aligns with federal requirements and includes compliance with Supply Chain Risk Management guidelines. This document serves as part of a federal RFP to ensure reliable UPS maintenance for critical infrastructure and emphasizes contractor accountability in reporting and security protocols.
    The Statement of Work outlines the maintenance and service support requirements for Uninterruptible Power Supply (UPS) systems located at Fort Cavazos, TX. The contractor is responsible for conducting an initial preventive maintenance (PM), essential services, semi-annual inspections, and an annual PM for several UPS units across four buildings. Key services include emergency response, detailed reporting of deficiencies, and refurbishing cell connections as necessary. The semi-annual and annual services encompass a variety of checks, measurements, and ensuring compliance with original equipment manufacturer standards. Service scheduling will adhere to specific operating hours and exclude national holidays. Security requirements stipulate that all personnel must be U.S. citizens and pass government background checks, while reporting obligations must follow federal guidelines for labor hours. The document also includes references to supply chain risk management clauses that the contractor must comply with. Overall, this contract emphasizes maintaining operational efficiency and safety standards for critical power systems to support military operations.
    The document lists various buildings, each requiring uninterruptible power supply (UPS) systems: Bldg 13, Bldg 422, Bldg 36016, and Bldg 2207. The central focus is on the need for reliable power backup solutions within these facilities, indicating a priority for maintaining operational continuity and protecting critical infrastructure. The absence of detailed specifications in the listing suggests that these buildings might be part of a larger RFP aimed at enhancing energy resilience or updating existing power systems. Ensuring adequate UPS installations could significantly contribute to the performance and safety of operations within these buildings. Thus, the document serves as a preliminary outline or checklist for potential contractors or service providers involved in bidding for UPS provision projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    UPS Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for maintenance services of Uninterruptible Power Supply (UPS) systems at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The contract, designated under solicitation number FA521524Q0003, requires the contractor to provide preventive maintenance, battery replacement, and 24/7 emergency support for Schneider Electric APC UPS units, ensuring the reliability of power for Sensitive Electronic Equipment Systems (SEES). This procurement is critical for maintaining operational capabilities at the 613th Air Operations Center, with a contract duration from September 30, 2024, to September 29, 2025, and options for up to five additional years. Interested small businesses must submit their quotes by September 23, 2024, and may direct inquiries to Joshua Ziegler at joshua.ziegler.3@us.af.mil or Daniel Callahan at daniel.callahan.7@us.af.mil.
    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.
    UPS Batteries and Capacitors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Air Station Cherry Point, is seeking quotations for the replacement of batteries and capacitors in Uninterruptible Power Supply (UPS) systems. This procurement aims to ensure the reliability of critical power supply systems, which are essential for military operations, by replacing up to 80 units in accordance with strict Department of Defense and OSHA safety standards. Interested small business contractors, particularly service-disabled veteran-owned and women-owned businesses, must submit their quotations electronically by September 19, 2024, at 11:00 AM EDT, and are encouraged to direct any inquiries to the primary contact, Jeffrey G. Penny, at jeffrey.penny@usmc.mil or by phone at 252-466-2844.
    Removal and Installation of Uninterrupted Power Supplies (UPS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is soliciting proposals for the removal and installation of Uninterruptible Power Supplies (UPS) at Camp Lejeune, North Carolina. The procurement involves the acquisition of three Eaton UPS systems (Model 9PXM12S20K) along with installation and startup services, aimed at replacing outdated systems to support critical telecommunications for Marine Corps Installations East. This initiative is vital for ensuring operational continuity and compatibility with existing infrastructure, as the selected equipment is essential for standardization and maintenance efficiency. Interested small businesses must submit their proposals, including a technical capability statement and pricing, by 10:00 AM on September 19, 2024, with inquiries directed to Robert Anderson at robert.anderson@usmc.mil or by phone at 910-451-3011.
    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.
    LAARNG UPS Battery Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Louisiana Army National Guard (LAARNG), is seeking proposals for the replacement of batteries and maintenance services for Eaton and Liebert Uninterruptible Power Supply (UPS) systems. The procurement is a total small business set-aside under NAICS code 541519, with a focus on ensuring that only certified technicians perform the required services to maintain operational integrity and minimize risks associated with system failures. This initiative is critical for maintaining uninterrupted power to IT operations across multiple locations in Louisiana, with proposals due by September 11, 2024, and awards based on the lowest priced technically acceptable offers. Interested vendors should contact Tiffany Ford at tiffany.l.ford10.mil@army.mil or Crystal Lynn Stiles at crystal.l.stiles2.civ@army.mil for further assistance.
    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.
    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.
    Preventative Maintenance for VLM's
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for preventative maintenance services for thirty-three Vertical Lift Modules (VLMs) at the Corpus Christi Army Depot in Texas. The contractor will be required to conduct one onsite visit annually, adhering to the Performance Work Statement, with the contract set aside for small businesses. These VLMs are critical for managing aircraft parts, emphasizing the need for specialized maintenance to ensure operational efficiency. Proposals are due by September 19, 2024, at 3:00 PM, and interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.