2 Hour Lab UPS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, AFSC PZIMB, is soliciting proposals for the acquisition and installation of four (4) 480VAC Uninterruptible Power Supplies (UPS) and accessories for the 76 SWEG in Building 9001 at Tinker Air Force Base, OK. This is a Combined Synopsis/Solicitation for a Firm-Fixed-Price contract. Quotations are due by February 10, 2026, at 12:00 PM CDT.
Scope of Work
This effort requires the purchase, transportation, delivery, installation, and startup of four (4) 480VAC 3-phase 4-wire input/output UPS units for the 555 Systems Integration Lab (SIL) Facility. Specific requirements include varying kVA ratings (150 kVA, 120 kVA, 100 kVA) with detailed battery run times. The contractor will be responsible for the design and installation of the UPS systems, using only new commercial parts and materials, with all electronics hardware approved by a USAF Information Systems Security Manager. Deliverables must be TAA compliant, and the contractor must provide nation of origin documentation and Letters of Volatility. A pre-bid site visit is required at the contractor's expense. The scope also includes providing training to government personnel on UPS operation, start-up, shut-down, and maintenance.
Key Requirements
UPS units must fit within specified dimensions, be installed between the facility shut-off switch and transformer/PSU, and achieve 97% efficiency. They must use TAA compliant VRLA batteries (Lithium banned), respond to brownouts within 1/4th cycle, provide pure sine wave and surge protection, and allow for internal maintenance bypass. An Ethernet connection for power and status monitoring is required. The contractor must use licensed electricians in Oklahoma and be an authorized OEM distributor/installer for warranty purposes. Standard OEM warranties are required for batteries (2 years), UPS rack (1 year), and installation/workmanship (1 year), supported by a 24x7 hotline and 24-hour response time. Optional extended warranty is available.
Contract Details
- Type: Firm-Fixed-Price (FFP) contract.
- Set-Aside: This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14), designated as a 100% Small Business Set-Aside.
- Delivery Due: May 5, 2026.
- Estimated Value: The acquisition is listed with an estimated value of "$19 million".
- Place of Performance: Joint Star Drive, Building 9001 PST C47, Tinker AFB, OK 73145-3312.
Submission & Evaluation
- Quotations Due: February 10, 2026, at 12:00 PM CDT.
- Submission Method: Emailed quotations are preferred.
- Requirements: Vendors must "wet" sign/date and complete vendor information and pricing on page 2 of the solicitation. Submissions must include proof of technical evaluation criteria and adequate documentation verifying items meet SOW specifications.
- Evaluation: Award will be conducted and evaluated under FAR Part 12 (Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures).
- Eligibility: Responsible vendors must be registered in the System for Award Management (SAM).
Contact Information
- Primary: Britt Brown (Contracting Specialist) at britt.brown.2@us.af.mil or 405-413-0142.
- Secondary: Anthony Dollard (Contracting Officer) at anthony.dollard@us.af.mil.