FTG247 Replace UPS at IDT1, Fort Greely, Alaska
ID: W911KB25R0032Type: Presolicitation
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 MISSILE SYSTEM FACILITIES (Y1BF)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Army Engineer District in Alaska is issuing a Sources Sought Announcement for a project to replace Uninterruptable Power Systems (UPS) at IDT1, Fort Greely, Alaska. The aim is to gather information for the acquisition strategy regarding a Design Bid Build Construction Project expected in FY25, with an estimated cost of around $4 million and a performance period of approximately 540 days. Interested contractors must demonstrate their capability, providing management, tools, and trained labor necessary for replacing the existing 80KVA UPS with 75 KVA redundant units, updating panelboards, Emergency Power Off systems, and extending monitoring capabilities. Responses are required by December 18, 2024, and interested firms must submit a capabilities package detailing their experience and resources. The suitability of firms will guide the government’s acquisition approach, and participants must be registered in the System for Award Management (SAM) to be eligible for award. This announcement is specifically aimed at qualified prime contractor firms under NAICS code 237130.
    The presolicitation notice outlines a Request for Proposal (RFP) for the replacement of existing Uninterruptable Power Systems (UPSs) at Fort Greely, Alaska. This project targets small businesses and will involve replacing 80KVA UPSs with distributed redundant 75KVA UPSs. Key upgrades will include new UPS panelboards, enhanced Emergency Power Off systems, and extended Power Control and Monitoring Systems. The estimated project cost ranges from $1 million to $5 million, with an anticipated contract period of approximately 540 calendar days starting on June 13, 2025. Evaluation criteria for proposals will focus on past performance, technical approach, milestone schedules, and pricing information. Interested parties must register with the System for Award Management (SAM) and submit proposals electronically via the PIEE Solicitation Module. The solicitation is set to be available for download around March 31, 2025, and all amendments will be issued online. The document emphasizes the importance of compliance with specific procurement procedures and the Davis Bacon Act, ensuring proper project execution standards are met. Overall, the notice aims to engage qualified contractors for critical infrastructural upgrades at a military installation.
    Lifecycle
    Similar Opportunities
    FTG267 R and C 80KVA UPS Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors 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 crucial for ensuring reliable power supply and operational readiness within the facility. The procurement is set aside for small businesses under the SBA guidelines, and interested parties must request a copy of the solicitation and any amendments by contacting Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil. For further inquiries, Brittney Morrison can also be reached at 907-753-2894.
    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.
    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.
    UPS Battery Replacement & Installation Services, QTY2EA
    Buyer not available
    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 the disposal of old batteries. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS code 238210, highlighting the importance of supporting veteran-owned enterprises in the contracting process. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    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.
    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.
    Installation of Electrical Base Feeds & Power Whips
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the installation of electrical base feeds and power whips at the Headquarters United States Military Entrance Processing Command (USMEPCOM) in North Chicago, Illinois. The project requires the contractor to install 32 new 120V electrical base feeds and 6 power whips, ensuring compliance with various electrical codes and standards, while providing all necessary labor, materials, and supervision. This procurement is a total small business set-aside, with an anticipated firm-fixed-price contract value of up to $19 million, and offers are due by December 8, 2025, at 11:00 AM EST. Interested contractors should contact Adam Buchert at adam.p.buchert.civ@army.mil for further details and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    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.
    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.