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 is soliciting proposals for Preventative Maintenance and Repairs for Uninterrupted Power Supply (UPS), Generators, and Automatic Transfer Switches (ATS) at various military installations on Oahu, Hawaii. This is a Women-Owned Small Business (WOSB) Program Sole Source set-aside. The solicitation, RFQ W912CN-26-Q-A017, requires services for a base year and four option years. Quotes are due by April 28, 2026.
Scope of Work
This non-personal services contract covers comprehensive preventive maintenance (PM) and repair services for ATS, Generators, and UPS systems. Key services include:
- Preventive Maintenance: Quarterly PM services for all listed equipment, adhering to manufacturer recommendations and regulations. This includes minor repairs, fluid checks, battery inspections, load bank testing, and air filter replacement for generators; inspection of connections and contact replacement for ATS; and visual/functional inspections for UPS.
- Repairs: Identification and execution of scheduled and unscheduled repair work, utilizing new or equivalent parts, with a one-year warranty on parts, materials, and labor.
- Reporting & Documentation: Submission of PM schedules, service reports, generator run logs, work order requests, and an updated equipment inventory list.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ), Firm Fixed Price.
- Period of Performance: Multiple periods, with initial periods generally running from May 2026 to May 2027, and subsequent option periods extending to May 2031.
- Set-Aside: Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15).
- NAICS Code: 811310 (Electrical Contractors and Other Wiring Contractors), Size Standard: $12,500,000.00.
- Place of Performance: Various Army Installations on the Island of Oahu, Hawaii.
Evaluation
Award will be made to the responsible Offeror whose quote is most advantageous to the Government, considering Technical Acceptability and Price. Technical acceptability includes contractor licensing, key personnel qualifications, electrical worker licensing, and acknowledgment of deliverables.
Key Dates & Submission
- Questions Due: Friday, April 3, 2026, at 3:00 PM Hawaii Time.
- Quotes Due: April 28, 2026, at 1:00 AM Z (April 27, 2026, 3:00 PM Hawaii 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".
- Required Documents: Use the attached pricing sheet for submitting quotes.
Additional Notes
Contractor personnel must possess a valid Hawaii C-13 Electrical Contractor License, a Responsible Managing Employee (RME), and EGSA certification or equivalent/OEM training. Compliance with the provided Wage Determination, Quality Assurance Surveillance Plan (QASP), safety, environmental, and security requirements is mandatory. Deliverables include a Quality Control Plan (QCP), Safety Plan, Spill Plan, Contingency Plans, PM schedules/reports, and work order requests. The 'TE Inventory FINAL.xlsx' provides critical information on existing equipment.