Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
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 Army, 0413 AQ HQ RCO-HI, is soliciting quotes for Preventative Maintenance and Repairs for Uninterrupted Power Supply (UPS), Generators, and Automatic Transfer Switches (ATS) at various Military Installations on the Island of Oahu, Hawaii. This acquisition is a Women-Owned Small Business (WOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB) set-aside. Quotes are due by April 27, 2026, at 3:00 PM local time.
Scope of Work
The contract requires comprehensive services including quarterly Preventive Maintenance (PM) and unscheduled/assessment/repair work requests for ATS, Generators (various sizes), and UPS systems. Services must adhere to manufacturer recommendations and applicable regulations. This includes minor repairs, fluid checks, battery inspections, load bank testing, and air filter replacement for generators; inspection and testing for ATS; and visual/functional inspections for UPS. All repairs must use new or equivalent parts and come with a one-year warranty.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ)
- Contract Type: Implied Firm Fixed Price (based on pricing sheet and QASP)
- Set-Aside: Women-Owned Small Business (WOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB)
- NAICS Code: 811310 (Electrical Contractors and Other Wiring Contractors), Size Standard: $12,500,000.00
- Period of Performance: Base year (May 2026 to May 2027) plus four option years, extending to May 2031.
- Place of Performance: Various Army Installations on the Island of Oahu, Hawaii.
Submission & Evaluation
- Quote Due Date: April 27, 2026, at 3:00 PM local time.
- Submission Method: Electronically via email to maria.d.olipas.civ@army.mil with the subject "Request for Quote (RFQ) Number W912CN-26-Q-A017".
- Evaluation Criteria: Technical Acceptability (including contractor licensing, key personnel qualifications, electrical worker licensing, and deliverable acknowledgments) and Price. Award will be made to the responsible Offeror whose quote is most advantageous to the Government.
Key Requirements & Deliverables
Contractor personnel must possess all required licenses for commercial electrical work in Hawaii (C-13 Electrical Contractor License, RME), and technicians require EGSA certification or equivalent and OEM training. Required deliverables include a Transition Plan, Quality Control Plan (QCP), Safety Plan, Spill Plan, Contingency Plans, PM schedules and reports, work order requests, generator run logs, updated equipment inventory lists, and itemized parts receipts/invoices. Bidders must use the provided pricing sheet for quotes and adhere to Wage Determination No. 2015-5689, Revision No. 26.
Important Notes
- Questions Due: Friday, April 3, 2026, at 3:00 PM Hawaii Time.
- No site visit is scheduled.
- The solicitation incorporates FAR clauses by reference. Full text available at www.acquisition.gov.
- Contact: Maria Olipas (maria.d.olipas.civ@army.mil, 808-787-8825).