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 (AF SC/PZIMB) is seeking proposals for the acquisition, transportation, delivery, installation, and startup of four (4) 480VAC Uninterruptible Power Supplies (UPS) and associated accessories. This Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity is for the 555 Systems Integration Lab (SIL) Facility, Building 9001, at Tinker Air Force Base, OK. The contract will be Firm-Fixed-Price, with an estimated value of $19 million. Quotations are due by February 17, 2026.
Scope of Work
The effort involves the purchase, design, and installation of SIL Facility UPS systems. Key requirements include:
- Four (4) 480VAC 3-phase 4-wire input/output UPS units, specifically 93PM 100kW, 150kW, and 120kW variants, with battery run times between 101-142 minutes.
- UPS units must fit specified dimensions, be installed between the facility shut-off switch and transformer/PSU, and achieve 97% efficiency.
- Use of TAA compliant VRLA batteries (Lithium batteries are prohibited).
- Features such as brownout response within 1/4th cycle, pure sine wave output, surge protection, internal maintenance bypass, and Ethernet connectivity for monitoring.
- Services include transportation, delivery, installation, startup, full charge verification, configuration, error correction, power switch-over verification, and training for government personnel.
- Contractor must use licensed Oklahoma electricians and be an authorized OEM distributor/installer for warranty purposes. All parts must be new and commercial.
Contract & Timeline
- Contract Type: Firm-Fixed-Price.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- Period of Performance: Installation and startup are anticipated between January 30 and February 28, 2026. Delivery is due by May 5, 2026.
- Estimated Value: $19 million (SIZE STD).
- Site Visit: A site visit will be held on February 10, 2026, at 0900. Registration for the site visit closes on February 6, 2026, at 1200. Interested parties must provide First Name, Last Name, Driver's License #, and State of Issue to the POC, and must possess a REAL ID to access the base.
- Quotations Due: February 17, 2026, by 18:00:00Z.
Submission & Evaluation
- Vendors must "wet" sign/date and complete vendor information, pricing, and CLIN Unit Pricing on page 2 of the solicitation.
- Submit proof of technical evaluation criteria and adequate documentation verifying compliance with SOW specifications.
- Emailed quotations are preferred.
- Award will be based on a Lowest Price Technically Acceptable (LPTA) approach, considering technical capability, price, and past performance.
- Eligibility: Offerors must be a Service-Disabled Veteran-Owned Small Business (SDVOSB) and registered in the System for Award Management (SAM).
Contact Information
- Primary POC: Britt Brown (Contracting Specialist) at britt.brown.2@us.af.mil or 405-413-0142.
- Secondary POC: Anthony Dollard (Contracting Officer) at anthony.dollard@us.af.mil.