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
    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 Missile Defense Complex in Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the Readiness and Control building. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, potential offerors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with proposals due by the specified deadline.
    Generator Semi-Annual Preventive Maintenance (PM), Emergency Repair Services (ERS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Generator Semi-Annual Preventive Maintenance (PM) and Emergency Repair Services (ERS) for six diesel standby generators located at the U.S. Army ALTESS Enduring Data Center in Radford, Virginia. The contract encompasses a range of services including semi-annual maintenance, emergency repairs, annual extended service coverage certification inspections, load bank testing, battery replacements, and fluid sampling and testing, structured over a base year and four option years from March 2026 to March 2031. This procurement is critical for ensuring the operational readiness and reliability of the generator systems, which are vital for supporting military operations. Interested small businesses must submit their proposals by January 19, 2026, at 3:00 P.M. EST, and direct any questions to Myrisha L. Mullen at myrisha.l.mullen2.civ@army.mil by January 9, 2026.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    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, Montana. The project entails comprehensive electrical upgrades, including the replacement of 125V DC Station Boards, Preferred AC Panels, Emergency Lighting Panels, and associated transfer switches, with an estimated construction cost ranging from $1,000,000 to $5,000,000. This procurement is a total small business set-aside, emphasizing the importance of compliance with federal regulations and safety standards throughout the construction process. Interested contractors must submit their proposals electronically by January 22, 2026, and can direct inquiries to Marc Proietto or Brandie Murphy via the provided email addresses.
    UPS ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for the procurement of UPS Assembly, specifically under the NAICS code 335931, which pertains to Current-Carrying Wiring Device Manufacturing. The contract will encompass the manufacture and quality assurance requirements for the UPS Assembly, which is critical for ensuring reliable power supply systems within defense operations. Interested vendors are advised that all contractual documents will be considered issued upon transmission by electronic means, and they must provide detailed compliance with inspection and acceptance criteria as outlined in the solicitation. For further inquiries, potential bidders can contact Nicholas Birbeck at NICHOLAS.BIRBECK@DLA.MIL.
    Market Survey for Procurement of NSN’s 6130-01-707-1839, CyberPower (CAGE 450Z1) Model EC750GTAA ECOLOGIC Uninterruptible Power Supply (UPS)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) at Aberdeen, is conducting a market survey to identify potential sources for the procurement of the CyberPower Model EC750GTAA ECOLOGIC Uninterruptible Power Supply (UPS), designated by NSN 6130-01-707-1839. The UPS is required to support specific military applications, providing reliable battery backup and surge protection for critical electronic devices, with a capacity of 759VA/450W and various features aimed at energy efficiency and operational reliability. Interested manufacturers or suppliers are invited to respond with their capabilities and relevant documentation by January 29, 2026, to the designated points of contact, Kenneth Vereb and Kenneth Mitchell, via the provided email addresses. This opportunity is part of the government's planning and market research efforts and does not constitute a request for proposals or quotes.
    SOLE SOURCE NOTIFICATION: Ruggedized Uninterrupted Power Supply (UPS) for Shipboard Applications and Jonathan Slides
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Air Division (NAWCAD), is seeking to procure a Ruggedized Uninterrupted Power Supply (UPS) for shipboard applications, with the intention to negotiate a sole source contract with NOVA Power Solutions, Inc. This procurement is critical for ensuring reliable power supply systems in naval operations, emphasizing the importance of uninterrupted power for various shipboard applications. Interested vendors must be registered in the System for Award Management (SAM) and provide specific information regarding their capabilities by the deadline of January 14, 2026, with a delivery date expected by June 19, 2026. For inquiries, vendors can contact Cathleen Emmart at cathleen.m.emmart.civ@us.navy.mil or by phone at 240-256-4016.
    POWER SUPPLY
    Dept Of Defense
    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.
    FTQW 20 0504 2 CHPP Electrical Upgrades
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for electrical upgrades at the Central Heat Power Plant (CHPP) located at Eielson Air Force Base in Alaska. The project aims to enhance and modify the low voltage electrical and lighting systems, which includes the removal and replacement of outdated electrical panels, transformers, and lighting fixtures to meet current standards. This upgrade is critical for maintaining operational efficiency and safety within the facility, which is essential for military operations. Interested small businesses must submit their electronic bids by January 20, 2026, with a project magnitude estimated between $1 million and $5 million. For further inquiries, contact SrA Christopher Blackburn at 907-377-3841 or via email at 354CONS.PKA.MonitorConstruction@us.af.mil.
    J030--UPS Preventative Maintenance Inspections Portland HCS Base Plus Four
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a UPS Preventative Maintenance service contract for the Portland Health Care System, covering both Portland and Vancouver campuses. The contract entails semiannual preventative maintenance, inspections, software upgrades, parts, and labor for 648 UPS systems, with corrective maintenance provided as needed. This service is crucial for ensuring the reliability and functionality of power backup systems that support critical healthcare operations. Interested vendors should note that the offer receipt deadline has been extended to January 6, 2026, at 12:00 PST, and inquiries can be directed to Contract Specialist Robert B Weeks at robert.weeks@va.gov.
    N40085-25-R-2511 DESIGN-BUILD (DB), P-1401 REPLACE BACKUP POWER GENERATION UPS, PLC'S, Naval Support Activity Hampton Roads Norfolk, Virginia
    Dept Of Defense
    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.