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 four (4) 480VAC Uninterruptible Power Supplies (UPS) and associated services for the 76 SWEG in Building 9001 at Tinker Air Force Base, OK. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The contract will be Firm-Fixed-Price, covering procurement, transportation, delivery, installation, and startup of the UPS units. Quotations are due by February 10, 2026, at 12:00 PM CDT.
Scope of Work
This effort requires the purchase, design, and installation of four (4) 480VAC 3-phase 4-wire input UPS units with 480VAC 4-wire output for the 555 Systems Integration Lab (SIL) Facility. Specific UPS models include 93PM 100kW, 150kW, and 120kW variants, with detailed specifications outlined in the Statement of Work (SOW). Services encompass transportation, delivery, installation, startup, and comprehensive training for government personnel on UPS operation, start-up, shut-down, and maintenance. All deliverables must be TAA compliant, utilize new commercial parts, and include Letters of Volatility for security review. Key technical requirements for the UPS units include 97% efficiency, TAA compliant VRLA batteries (Lithium banned), response to brownouts within 1/4th cycle, pure sine wave output, surge protection, internal maintenance bypass, and Ethernet connectivity for monitoring. The contractor must use licensed electricians in Oklahoma and be an authorized OEM distributor/installer for warranty purposes. A pre-bid site visit is required at the contractor's expense.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- Product Service Code: 6130 (Converters, Electrical, Nonrotating).
- Place of Performance: Joint Star Drive, Building 9001 PST C47, Tinker AFB, OK 73145-3312.
- Period of Performance: Delivery of all items and completion of services are due by May 05, 2026.
- Estimated Value: The acquisition's NAICS size standard is listed as $19 million.
Submission & Evaluation
- Quotations Due: February 10, 2026, 12:00 PM CDT.
- Submission Requirements: Emailed quotations are preferred. Vendors must "wet" sign/date and complete vendor information, pricing, and CLIN Unit Pricing on page 2 of the solicitation. Submissions must include proof of technical evaluation criteria and adequate documentation verifying that proposed items meet SOW specifications.
- Evaluation Factors: Award will be conducted and evaluated under FAR Part 12 (Commercial Items) and FAR Part 13 (Simplified Acquisition Procedures). Evaluation factors include lowest price technically acceptable, technical capability, price, and past performance.
- Eligibility: Responsible vendors must be registered in the System for Award Management (SAM) database and qualify as a Service-Disabled Veteran-Owned Small Business.
Contact Information
- Primary: Britt Brown, britt.brown.2@us.af.mil, 405-413-0142
- Secondary: Anthony Dollard, anthony.dollard@us.af.mil