61--XP POWER SUPPLIES (Model No. HPT5K0TS048)
ID: 140R8125Q0097Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONDENVER FED CENTERDENVER, CO, 80225, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

CONVERTERS, ELECTRICAL, NONROTATING (6130)
Timeline
    Description

    The Bureau of Reclamation, part of the U.S. Department of the Interior, is seeking to procure 40 XP Power supplies, specifically the model HPT5K0TS048, through solicitation number 140R8125Q0097. This procurement is essential for the efficiency of hydropower diagnostics, as the specified model is the only one that meets the technical requirements necessary for compatibility with the existing Rotor Turning Test Suite (RTTS) system. The selected power supplies will enhance operational capabilities and ensure compliance with federal regulations, with a delivery requirement of 190 days post-order. Interested vendors must submit their quotes by May 2, 2025, at 11:00 AM EST, and can contact Savanna Manning at smanning@usbr.gov or 303-445-2432 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Solicitation Number 140R8125Q0097 is a request for quotes for the acquisition of 40 brand-name power supplies, specifically the XP Power model HPT5K0TS048, along with associated shipping and handling. This procurement falls under the NAICS code 335999 and is open to all contractors. The total price must encompass all applicable fees and taxes, with delivery required within 190 days after receipt of order. The evaluation criterion for selection is solely based on price, with quotes due by 5:00 PM EST on April 25, 2025, submitted via email. The document provides detailed specifications for the power supply, including performance characteristics, wiring requirements, and control signal details. It emphasizes the prohibition of used or refurbished items, requiring only new Original Equipment Manufacturer products. Additionally, it outlines necessary compliance with various federal regulations and acquisition clauses applicable to commercial products. Overall, this solicitation demonstrates the government’s intent to procure specific and high-quality electrical components, ensuring that the suppliers comply with regulatory standards and that the bidding process remains competitive and transparent. The vendors must also utilize the Invoice Processing Platform for payment requests.
    The document represents an amendment to a federal solicitation, specifically modifying the submission timeline for offers related to a contract. The amendment extends the deadline for submissions from April 25, 2025, to April 29, 2025, at 5:00 PM EST. Offerors are required to acknowledge receipt of the amendment by including a reference to the solicitation and amendment numbers in their submissions. Various methods for acknowledgment are provided, and failure to do so may result in rejection of the offer. The amendment also allows for changes to previously submitted offers, which must be communicated before the new deadline. While the amendment alters the submission timeline, all other terms and conditions of the solicitation remain unchanged. The document emphasizes compliance and procedural clarity, critical for maintaining the integrity of the procurement process within federal contracting.
    The document is an amendment to a solicitation identified as 140R8125Q0097, issued by the Bureau of Reclamation, which modifies the original contract and specifies changes relevant to the contractor. It extends the closing date for submissions from April 29, 2025, to May 2, 2025, at 11:00 AM EST. The amendment includes updates to various clauses and provisions, mandating that all responses must demonstrate proof of authorization to sell XP Power products. Key updates include the addition of several standard clauses and amendments to pricing stipulations, focusing on price only for evaluations. Offerors must acknowledge receipt of the amendment to avoid rejection of their offers, either by including acknowledgment in their submissions or via separate communication. All previously established terms remain in full effect unless expressly modified by this document. This procedural update illustrates the government's ongoing processes in managing solicitations and ensuring compliance in contractor engagements.
    The document outlines Solicitation Number 140R8125Q0097, which is a request for quotation (RFQ) concerning the procurement of 40 brand-name power supplies (XP Power: HPT5K0TS048) for the Bureau of Reclamation. This RFQ is formatted in accordance with subpart 12.6 of the Federal Acquisition Regulations and invites vendors to submit their best and final offers via email by a specified deadline. Key details include the price structure, shipping requirements, evaluation criteria based solely on price, and the necessary compliance with a variety of federal acquisition regulations. It details a 190-day delivery requirement, inspection protocols at the destination, and payment procedures through the U.S. Department of the Treasury's Invoice Processing Platform. The document underscores that each quote must adhere to specific technical specifications outlined for the power supplies, emphasizing their operational capabilities and mounting specifications. The procurement process also mandates that vendors must be authorized to sell XP Power products and provides information on required certifications and representations. This solicitation reflects the government's emphasis on compliance, competitive pricing, and vendor qualifications in the procurement of commercial items.
    The U.S. Department of the Interior's Bureau of Reclamation intends to procure 40 programmable power supplies, specifically the XP Power model HPT5K0TS048, based on a determination that this brand is the only one meeting the required specifications. The solicitation, numbered 140R8125Q0097, cites exclusive technical characteristics that ensure compatibility with the existing Rotor Turning Test Suite (RTTS) system, highlighting that alternatives would necessitate costly redesign and risk compatibility issues. Market research confirmed the HPT5K0TS048's superior performance in crucial areas such as constant current and programmable output. The procurement is essential for the efficiency of hydropower diagnostics, with plans for additional RTTS setups in the future. The contracting officer will ensure the pricing is fair and reasonable through analysis techniques consistent with federal acquisition regulations. This summary encapsulates a strategic procurement for a specialized technical requirement within federal operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a power supply, specifically NSN 6130012926971, with a requirement for four units to be delivered to DLA Distribution Cherry Point within 180 days after order. This procurement is critical for ensuring the operational readiness of military equipment that relies on reliable power supply systems. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received in a timely manner. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of power supply units. The procurement aims to establish a contract for the repair turnaround time (RTAT) of 90 days, with specific requirements for inspection and acceptance of supplies, as well as adherence to quality assurance standards. These power supplies are critical components for various defense systems, emphasizing the importance of timely and reliable repairs. Interested contractors should submit their quotes, including unit price and RTAT, to the primary contact, Owen M. McNamara, at 215-697-3473 or via email at OWEN.M.MCNAMARA2.CIV@US.NAVY.MIL, with the solicitation details available for review.
    Purchase of Turbine Runner for Unit A9
    Interior, Department Of The
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting proposals for the purchase of a vertical Francis turbine runner for Unit A9 at the Hoover Dam Office, under solicitation number 140R3025R0023. The procurement includes requirements for hydraulic design, model testing, and the fabrication of the turbine runner and associated components, emphasizing high efficiency and specific operational characteristics. This project is critical for maintaining the operational integrity of the Hoover Powerplant, which plays a vital role in energy generation and water management in the region. Proposals are due by January 9, 2026, with inquiries directed to Virginia Toledo at vtoledo@usbr.gov or by phone at 928-343-8136.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of power supply units, specifically under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The contract requires the manufacture and quality assurance of these power supplies, which are critical for various defense applications, ensuring reliability and compliance with military standards. Interested vendors must adhere to specific inspection and acceptance criteria, and the closing date for submissions has been extended to November 12, 2025. For further inquiries, potential bidders can contact Ryan Brennan at 445-737-9728 or via email at RYAN.BRENNAN@DLA.MIL.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of power supplies, specifically NSN 6130012926971, with an initial requirement of three units. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The power supplies are critical for various applications within DLA depots, both CONUS and OCONUS, ensuring reliable power distribution for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Sources Sought POWER SUPPLY, UNINTERRUPTIBLE
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking suppliers for a power supply unit, specifically the Line-Replaceable Unit (LRU) NSN 6130-01-601-8069, which is critical for the Tactical Network Transport-On The Move (TNT-OTM) configurations. The government requires parts that are identical in Form, Fit, and Function (FFF) to the original equipment manufactured by INTELLIPOWER, INC, as they do not possess the technical data package for the LRU. Interested suppliers must demonstrate their capability to manufacture and supply these parts, providing documentation on previous contracts and company qualifications. Responses are due by January 9, 2026, and should be directed to the primary contact, Biruk Shiferaw, at biruk.a.shiferaw.civ@army.mil, or the secondary contact, Darrick Kibble, at darrick.l.kibble.ctr@army.mil.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of power supply units under a fixed-price contract. The procurement aims to ensure that the repaired power supplies meet operational and functional requirements, adhering to strict quality assurance standards and inspection protocols. These power supplies are critical components for naval operations, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should direct inquiries to Ryan P. Stock via email at RYAN.P.STOCK2.CIV@US.NAVY.MIL, and must be prepared to meet the specified requirements, including a repair turnaround time of 108 days after receipt of the asset.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 28 units of a power supply, identified by NSN 6130013803102. This solicitation is a Total Small Business Set-Aside and requires that all items meet the specifications outlined in the source-controlled drawing, with an approved source being 66844 KQMB0140ZEXXXXAM14. The power supply is critical for electric wire and power distribution equipment, underscoring its importance in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the deadline for quotes being 109 days after the award date.
    open inspect and report
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of a Power Supply (Stock Number: 6130-01-615-0193, Part Number: UPS1-2.4K-1G-SRNDTI-F2E) used in their SEAWATCH systems. The procurement involves detailed inspection, repair, testing, and packaging of 37 units, adhering to specific SFLC R-400-299 rev M specifications, with a warranty guaranteeing the items against defects for up to two years post-delivery. This equipment is critical for maintaining operational readiness in Coast Guard operations, ensuring reliability and safety in their systems. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.