Procurement Summary
Country: USA
Summary: Uninterrupped Power Supply (UPS) Battery Replacement Service
Deadline: 01 May 2025
Posting Date: 30 Apr 2025
Other Information
Notice Type: Tender
TOT Ref.No.: 118453533
Document Ref. No.: F3YCEB5099A104
Financier: Self Financed
Purchaser Ownership: Public
Tender Value: Refer Document
Purchaser's Detail
Name: Login to see tender_details
Address: Login to see tender_details
Email: Login to see tender_details
Login to see detailsTender Details
Description
** THIS IS A PRE-SOLICITATION NOTICE. NO QUOTES WILL BE ACCEPTED UNTIL THE REQUEST FOR QUOTE (RFQ) IS POSTED. **
Requested Services: 76 CMXG request an annual contract for Preventative Maintenance (PM) for the Uninterrupted Power Supply (UPS) Systems every six (6) months and Battery replacement per battery replacement schedule in accordance with Appendix A. This replacement shall be coordinated with the Government Point of Contact (GPOC) prior to arriving on base.
The objective of PM is to protect the equipment capability and investment by removing causes of failure, performing routine maintenance and providing adjustment to compensate for normal wear before failure occurs. The Contractor shall perform all PM-s IAW the OEM specifications. The Contractor shall perform two (2) PM-s per year on each item listed in Appendix A. The Contractor shall provide a copy of the PM schedule to the GPOC within ten (10) business days after contract award. The Contractor shall notify the GPOC seven (7) business days prior to each scheduled PM visit.
The contractor shall inspect and test any inoperative batteries as needed during the PM function. The Contractor shall remove any dead or expired batteries and install new batteries. The Contractor shall be responsible for providing a forklift to load and unload batteries.
The government is contemplating a firm-fixed price type contract with one (1) base year and four (4) option years.
This will be 100% small business set-aside.
NAICS - 811310; Size Standard - $12.5M
Requirements for Award:
System for Award Management (SAM) is required to receive any award. Contractors can register electronically at https://sam.gov/content/home. NIST SP 800-171 DoD Assessment: Vendors/Contractors required to implement NIST SP 800-171, in accordance with the DFARS clause 252.204-7012, Safeguarding Covered Defense Information and Cyber incident Reporting, are required at the time of award to have at least a ...
Active Contract Opportunity
Notice ID : F3YCEB5099A104
Related Notice
Department/Ind. Agency : DEPT OF DEFENSE
Sub-tier : DEPT OF THE AIR FORCE
Major Command : AIR FORCE MATERIEL COMMAND
Sub Command : AIR FORCE SUSTAINMENT CENTER
Office: FA8125 AFSC PZIMA
General Information
Contract Opportunity Type: Presolicitation (Original)
Original Published Date: Apr 29, 2025 11:03 am CDT
Original Response Date: May 01, 2025 04:00 pm CDT
Inactive Policy: 15 days after response date
Original Inactive Date: May 16, 2025
Initiative: None
Classification
Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
Product Service Code: J061 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
NAICS Code: 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
Place of Performance: Tinker AFB, OK USA
Documents
Tender Notice