732 OG Bldg 1005 UPS Battery Replacement
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, through the 99th Contracting Squadron (FA4861 99 CONS LGC), is soliciting quotes for the purchase, delivery, and installation of 160 UPS Batteries and associated equipment for Building 1005 at Creech AFB, Indian Springs, NV. This opportunity is a Total Small Business Set-Aside. Quotes are due by April 20, 2026, at 10:00 A.M. PDT.
Scope of Work
This requirement, titled "732 OG Bldg 1005 UPS Battery Replacement," involves the procurement and installation of 160 units of "SUP ENERSYS 12HX540 UPS BATTERIES (or equal)." The scope also includes the replacement of 30 corroded jumper cables with new cables, terminals, and hardware, along with other associated materials such as THHN CU, lock washers, lugs, washers, and bolt packages. Detailed specifications are provided in Attachment 2, which highlights the "or equal" clause for the batteries, allowing for equivalent products.
Contract Details
This is a Combined Synopsis/Solicitation for commercial products and services, anticipated to result in a Firm Fixed Price (FFP) contract. The contract will include CLIN 0001 for the UPS Battery with installation equipment. Delivery is required within 60 Days After Receipt of Order (ARO) to Creech AFB, NV, with inspection and acceptance on an FOB Destination basis. The place of performance is Indian Springs, NV.
Eligibility & Submission
This Request for Quote (RFQ) is a Total Small Business Set-Aside under NAICS Code 335999 with a 600-employee size standard. Offerors must be actively registered in the System for Award Management (SAM) at the time of submission and award. Electronic offers must be submitted to TSgt Jeffrey Perkins (jeffrey.perkins.4@us.af.mil) and Capt Taylor Peeples (taylor.peeples.1@us.af.mil). Minimum submission requirements include the solicitation number, Offeror's name/address/phone, Unique Entity Identifier (UEI), TIN, CAGE code, payment/discount terms, point of contact, and proposed delivery schedule.
Evaluation & Key Dates
Award will be made to the responsible Offeror whose quote is the Lowest-Priced, Technically Acceptable (LPTA). The government reserves the right to award without discussions, so offerors should submit their best terms initially. Offerors must hold prices firm for 60 calendar days from the quote due date.
- Quotes Due: April 20, 2026, 10:00 A.M. PDT
- Published: April 09, 2026
Contacts
- Primary: TSgt Jeffrey Perkins (jeffrey.perkins.4@us.af.mil, 702-404-2209)
- Secondary: Capt Taylor Peeples (taylor.peeples.1@us.af.mil)