Eaton UPS Units Maintenance
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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, Department of the Navy, is soliciting proposals for Eaton Uninterruptible Power Supply (UPS) Units Maintenance at the U.S. Naval Observatory (USNO) in Washington, DC. This requirement is for replacement parts and maintenance services for four (4) Eaton UPS units to ensure consistent power for critical clock and measurement systems. This is a Firm-Fixed-Price purchase order under full and open competition on a brand name or equal basis, and is not set aside for small business concerns. Quotes are due May 6, 2026, at 11:00 AM EST.
Scope of Work
Key deliverables include:
- Preventative Maintenance: Biannual visits per unit, including sealed battery maintenance and on-site inspection as per Eaton manufacturer specifications.
- Emergency Call Services: Provision of an hourly rate for emergency repairs.
- Parts Replacement: Options for two (2) full battery replacements and two (2) full capacitor replacements over the contract term. Parts must be Original Equipment Manufacturer (OEM) or approved Eaton-compatible alternates.
- Quick Response Break/Fix: Two (2) quick response onsite visits per contract year (4-hour response time, 24x7). Annual hourly rates for additional break/fix repairs are also required.
Contract Details
- Contract Type: Firm-Fixed-Price purchase order.
- Period of Performance: A base period of 12 months from award, with four (4) option periods, extending the potential contract duration through May 2031.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance), with a Small Business Standard of $12.5M.
- Product Service Code: J030 (Maintenance, Repair And Rebuilding Of Equipment: Mechanical Power Transmission Equipment).
- Place of Performance: United States Naval Observatory, Washington, DC 20392.
Submission & Evaluation
- Questions Deadline: May 4, 2026, 1:00 PM EST.
- Quote Submission Deadline: May 6, 2026, 11:00 AM EST.
- Submission Method: Quotes must be submitted via email to Jordan Walton at jordan.l.walton.civ@us.navy.mil.
- Evaluation Criteria: Award will be made to the vendor whose quote is most advantageous to the Government, based on a combination of factors including technical merit and price. Price will be a significant factor, but not the sole determinant. Past performance may also be considered.
- Eligibility: Quoters must be registered in the System for Award Management (SAM).
Additional Notes
This is a combined synopsis/solicitation prepared in accordance with FAR Part 12. A U.S. Department of Labor Wage Determination (No. 2015-5813, Revision No. 29 for Washington, Columbia County) is included, which bidders must review to accurately calculate labor costs and ensure compliance. Paper copies of the solicitation will not be available.