Bldg 1003 UPS Head Unit Install
ID: N0025325Q0014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL UNDERSEA WARFARE CENTERKEYPORT, WA, 98345-7610, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) in Keyport, Washington, is soliciting proposals for the installation of Uninterruptible Power Supply (UPS) head units at Building 1003. The project involves the removal of two existing UPS power heads and the installation of two new government-provided units, along with necessary modifications to electrical conduits and conductors. This procurement is critical for maintaining operational reliability and power continuity at the facility, with an estimated contract value between $75,000 and $150,000. Interested small businesses must submit their proposals by July 18, 2025, and can direct inquiries to Michelle Farrales at michelle.a.farrales.civ@us.navy.mil or James Wasson at james.k.wasson.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines the Department of the Navy's timeline for definitizing change order proposals under construction contracts. It details the number of proposals based on the time taken for definitization, indicating that 12 proposals were definitized within 30 days, while 22 took more than 181 days, with 13 exceeding 365 days. Additionally, 56 cases were addressed after the completion of contract performance through contract modifications for equitable adjustments. This information is critical for understanding the efficiency and responsiveness of the Department of the Navy in managing contract modifications and responding to changes during contract execution, which is a vital aspect of government contracting processes involving RFPs and grants. The data reflects a diverse range of timelines for definitization, highlighting areas in need of improvement to increase operational efficiency and expedite contract management within federal guidelines.
    The document outlines the wage determination for building construction projects in Kitsap County, Washington, governed by the Davis-Bacon Act. It specifies applicable minimum wage rates under Executive Orders 14026 and 13658, which mandate hourly wage payments of at least $17.75 or $13.30 for covered contracts based on their effective dates. The text enumerates various construction job classifications, providing respective wage rates and fringe benefits for each role, including specialized positions like electricians, roofers, and heavy equipment operators. Additionally, it addresses contractor obligations concerning paid sick leave under Executive Order 13706 and procedures for disputes over wage determinations. The document's structure includes a detailed breakdown of wage classifications, relevant identifiers, and an appeals process for interested parties, aligning with federal guidelines for labor standards in public construction contracting. This comprehensive wage determination serves to ensure fair compensation for labor in federally funded construction efforts, contributing to compliance and worker protection across contractual agreements in the state.
    The document outlines the requirements for past performance references required from an offeror in response to a government Request for Proposal (RFP). It dictates the format for providing information on major subcontractors and relevant contract experiences. Each reference must include critical details such as contract number, title, agency, type of contract, period of performance, values at award and current status, and primary points of contact for program management and contracting officers. Offerors are also instructed to describe the work performed, its relevance to the proposed effort, and any issues encountered along with corrective actions taken. The framework aims to facilitate the evaluation of an offeror's reliability and capability based on previous experiences in similar contract scenarios, supporting the government’s selection process by ensuring a comprehensive assessment of the proposed contractors and subcontractors.
    The document outlines the requirements and procedures for installing a UPS head unit and related construction projects, specifically for the replacement of breathing air filters and carpet installation. It emphasizes the need for separate line items for each asset when applicable and details the inclusion of labor and material costs for both the removal of old assets and the installation of new ones. The contractor must submit a spreadsheet containing details about the new and removed equipment, including descriptions, serial numbers, and installation dates. There is guidance on documenting the asset's replacement costs and contact information for suppliers. The organization responsible for the project, referred to as FMS, will assign asset numbers upon receipt of the contractor's spreadsheet. This document serves as a crucial reference for contractors and stakeholders involved in government-related projects, ensuring compliance with specifications and standards for asset management within federal and local engagements. It underscores the structured approach necessary for procurement and installation processes in government projects, facilitating effective project management and asset tracking.
    The document outlines the safety requirements for contractors and subcontractors working with the Naval Undersea Warfare Center (NUWC) Division Keyport. Its purpose is to ensure a safe work environment by mandating compliance with federal, state, and Navy safety regulations. Key responsibilities include providing a healthful workplace, training employees on safety hazards, conducting daily hazard assessments, and maintaining thorough documentation, including reporting injuries as per OSHA requirements. Major sections define contractor obligations including hazard communication, ergonomics, PPE provision, and accident reporting procedures. It emphasizes the importance of training and assessment in a blended workforce context, where contractor employees work alongside federal employees. Specific program requirements address various safety aspects such as explosives handling, weight management, and confined spaces. The document serves as a comprehensive guide that highlights the contractor's sole responsibility for safety while ensuring adherence to necessary regulatory frameworks, reflecting the government’s commitment to workplace safety in its contracting processes. Emphasizing proactive management of risks, it is integral to the fulfillment of government contracts, ensuring contractors understand their critical role in promoting safety and compliance at all operational levels.
    The "Guide to Environmental Compliance Requirements for Contractors and Subcontractors" outlines essential environmental regulations and protocols for contractors working at the Naval Undersea Warfare Center (NUWC) Division, Keyport. Contractors must adhere to federal, state, and local environmental laws, ensuring compliance through proper training and procedures. The guide emphasizes awareness of emergency response protocols, hazardous material management, waste disposal, and spill prevention. Key components include the requirement for contractors to develop an environmental protection plan for significant projects, manage hazardous waste according to specific regulations, and understand stormwater management practices. Emergency situations necessitate immediate notification to designated contacts, with distinct procedures for non-emergency and emergency spill events. The document aims to facilitate contractors' compliance while promoting environmental stewardship in alignment with the Department of Navy's policies. By providing comprehensive oversight and guidance, the guide assists contractors in meeting environmental commitments, thus ensuring that operational activities do not negatively impact natural resources. Adherence to these guidelines not only complies with legal obligations but also enhances the relationship between contractors and local communities, ultimately supporting successful project execution.
    The Operations Security (OPSEC) Guide for Defense Contractors, developed by the Naval Undersea Warfare Center Division Keyport, outlines essential security protocols for contractors working with sensitive government information. Its primary purpose is to ensure compliance with operational security regulations to protect national security interests. The document includes definitions and applicability of OPSEC, explicit contractor requirements, and training expectations, focusing on safeguarding critical information from adversaries. It specifies that contractors must implement OPSEC measures based on the nature of their access—ranging from limited short-term access to continuous involvement on government sites. Additionally, contractors are required to develop and adhere to OPSEC plans that include awareness training for employees. Key provisions include restrictions on electronic devices and communication to prevent unauthorized disclosures, strict regulations around handling sensitive information, and protocols for reporting breaches. Overall, the guide emphasizes the importance of maintaining security during the execution of government contracts, detailing both general and specific OPSEC requirements vital for successful mission execution. This document serves not only as an operational manual but also as a compliance guideline within the context of federal grants and Requests for Proposals (RFPs).
    The document outlines the performance statement and pricing schedule for a project titled "UPS Head Unit Installation" at Building 1003. It lists various expenses related to labor, materials, equipment, and insurance, all currently recorded at zero dollars, indicating no financial transactions have occurred to date. Additionally, it displays percentages of completion for each line item, uniformly showing zero completion status across all activities. The structure includes activity identifiers, descriptions, budget values, and cumulative totals, indicating a meticulous plan for project execution without any actual progress reported. Given its context within federal contract procedures, the document serves as a preliminary record for tracking financial and operational aspects of a government request for proposals (RFP), emphasizing proper oversight in expenditure within project management frameworks. This highlights the importance of documentation in the bidding and grant management processes by ensuring compliance and fiscal responsibility in government-funded projects.
    The document outlines the Bid Form for a project located at Naval Base Kitsap in Keyport, WA, focusing on the scope of work related to HVAC system installation. It specifies various tasks, such as labor and equipment necessary for the installation of air handlers, site mobilization, and demobilization. The contractor is required to detail all tasks with sufficient information for technical and price evaluations. The form allows for additional rows to be added as needed and emphasizes the use of formulas for total calculations. Key components of the proposal include itemized costs for labor, materials, and equipment, as well as sections for overhead and profit margins, culminating in a firm fixed-price proposal amount. The document serves as a critical tool for contractors wishing to respond to this government solicitation, ensuring compliance with specifications set forth in the accompanying Statement of Work.
    The document presents a Pre-Proposal Inquiry Form related to a specific government solicitation. It outlines the procedure for submitting inquiries regarding the solicitation, which includes providing contact details such as name, email, and phone number. The form emphasizes that any questions must be emailed to specified Navy officials, ensuring that all inquiries are channeled appropriately. The main purpose of this procedure is to maintain clarity and facilitate communication between potential proposers and the government regarding the solicitation process. By providing a structured approach to inquiry submission, the government aims to streamline responses and manage expectations effectively for all parties involved in the proposal submission process.
    The Safety Data Sheet (SDS) serves as a crucial component for offerors submitting federal or state/local Requests for Proposals (RFPs). It requires detailed safety information to assess the safety performance of the bidding entities and their subcontractors. Offerors must provide their names, insurance carrier details, and safety data for the last five complete calendar years, specifically focusing on OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) and Total Recordable Case (TCR) rates. Offerors are asked to clarify any missing data and provide explanations for any negative trends that exceed specified risk thresholds. Additionally, the form mandates a concise Safety Narrative outlining the Offeror's approach to implementing a Safety Management System (SMS), including aspects like management involvement, hazard prevention, and training. It also requires details on subcontractor selection processes and compliance oversight throughout contract performance. This structured approach underscores the federal government's emphasis on safety and health standards in contractor performance, ensuring that all involved parties maintain high safety practices throughout project execution.
    The provided document from the Occupational Safety and Health Administration (OSHA) outlines the recording requirements for work-related injuries and illnesses. Certain employers, particularly those with fewer than ten employees or in exempt industries, may not need to complete OSHA forms; however, all must report severe incidents, such as fatalities or amputations, via various reporting methods. Employers must maintain accurate logs (Form 300) and annual summaries (Form 300A) for recordable incidents and are obligated to post summaries in their workplaces annually by February 1st. The document details the definitions of work-related injuries and illnesses, specifies what constitutes a recordable case, and instructs on filling out the required forms. It emphasizes employee rights to access these records and the need for confidentiality in privacy concern cases. Employers must retain records for five years and may be required to electronically submit information to OSHA. Accurate recordkeeping aids in improving workplace safety and health standards, aligning with OSHA’s goal of injury prevention in various industries.
    The document is an amendment of a solicitation related to a government contract, primarily concerning the installation and management of Uninterruptible Power Supply (UPS) systems by the Naval Undersea Warfare Center. It announces an extension of the proposal deadline from July 16, 2025, to July 18, 2025, and addresses queries about the technical specifications and responsibilities associated with the UPS installation. Key clarifications include: the new UPS units' compatibility with existing systems, the responsibility for testing, and requirements for disposal of the old units in compliance with environmental regulations. Additionally, it outlines the scheduling of outages for installation, stating that work will occur after hours or on weekends. The anticipated delivery date for the new UPS units is mid-September 2025. Changes to ancillary documents and attachments related to the solicitation are also summarized, reflecting updates that may impact bidders. This amendment is a critical component in the contracting process, ensuring that all potential offers reflect the latest requirements and deadlines, thus facilitating an equitable and informed proposal submission.
    The document outlines a Request for Proposal (RFP) for the installation of a UPS head unit at Building 1003, managed by the Naval Undersea Warfare Center in Keyport, WA. This is a firm fixed-price contract aimed primarily at small businesses, with a project estimated between $75,000 and $150,000. The contractor is expected to remove existing UPS units, install new government-provided units, and modify related electrical installations, all while adhering to specific safety, quality, and environmental regulations. Key proposal requirements include a cover letter, completed forms, technical capabilities, and submission of necessary bonds and insurance documentation. A site visit is mandated for contractors to assess job conditions, and all work must comply with state and local licensing requirements. The document stresses the contractor's responsibility for safety and environmental compliance throughout the project lifecycle, while emphasizing the use of American-made materials and the importance of incorporating quality control measures. Clear guidelines for proposal submissions, project execution, and utility management are detailed to ensure organizational efficiency and contractor accountability during the installation process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    Lease of Small Craft
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Keyport (NUWC Keyport), is seeking information on the availability and cost of small boats and qualified operators to support underwater research and development activities in the Puget Sound region. Specifically, NUWC Keyport is interested in acquiring two 32-foot crafts and one 55-foot craft, each meeting defined technical specifications, along with experienced operators for deployment in the Strait of Juan de Fuca, Hood Canal, and Puget Sound. This initiative is part of market research to inform future procurement decisions for an anticipated Firm-Fixed Price (FFP) contract, emphasizing the importance of reliable and capable vessels for undersea warfare system evaluations. Interested parties must submit their responses, including cost estimates and operator qualifications, by 4:00 PM PDT on December 24, 2025, to Andrew Hilyard at andrew.c.hilyard.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    SOLE SOURCE - UPS MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure maintenance services for Uninterruptible Power Supplies (UPS) on a sole source basis. This procurement is justified under the category of maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational continuity. The maintenance of UPS systems is vital for ensuring reliable power supply in various defense operations, thereby supporting mission readiness. Interested parties can reach out to Christina Staggs at christina.l.staggs.civ@us.navy.mil for further details regarding this opportunity.
    NUWC Keyport Acoustic Trial and Range Sustainment Support Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking proposals for Acoustic Trial and Range Sustainment Support Services under solicitation RFP N6572625R3001 in Seaport NXG. The objective of this procurement is to provide essential engineering services that support the operational capabilities of acoustic trials and range sustainment activities. These services are critical for maintaining the effectiveness and reliability of naval undersea warfare systems. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with Indiana Bolger as the primary contact for inquiries at indiana.r.bolger.civ@us.navy.mil or by phone at 717-605-1723.
    POWER SUPPLY
    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 power supply units. The contract requires the manufacture and design of power supplies that meet specific technical requirements, including compliance with standards set by Northrop Grumman Systems Corporation and exclusion of mercury in the materials used. These power supplies are critical for various defense applications, ensuring reliable power distribution and operational efficiency. Interested vendors can reach out to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL for further details, with proposals expected to remain valid for 60 days post-submission.
    BRAND NAME ONLY-Toshiba Corporation; Uninterrupted Power System (UPS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Firm Fixed Price supply contract for a Toshiba Corporation Uninterrupted Power System (UPS). This procurement is classified as a Brand Name Only requirement, emphasizing the necessity for specific Toshiba products, and will be conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13. The UPS is critical for ensuring reliable power supply in military operations, and the government will evaluate offers based on best value, considering price, delivery, and past performance. Interested vendors must submit their proposals through the designated UNISON link by the specified deadline and ensure they have an active registration in the System for Award Management (SAM). For further inquiries, vendors can contact Kristen Zigmont at kristen.zigmont.civ@army.mil or by phone at 570-615-7645.
    J061--636-26-1-5058-0029 - Service - UPS Maintenance - NWI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa VA Healthcare System located in Omaha, NE. This procurement, designated as a combined synopsis/solicitation (36C26326Q0162), requires contractors to provide semiannual preventive maintenance, battery replacement, and full-service repair for various UPS units, with a focus on compliance with industry standards and manufacturer recommendations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will span a base period from January 1, 2026, to December 31, 2030, with quotes due by December 17, 2025, at 5:00 PM CST. Interested parties should submit their quotes via email to Contract Specialist James Miller at james.miller4@va.gov.