Uninterruptible Power Source (UPS) Batteries

SOL #: N6883626Q0009Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR JACKSONVILLE
JACKSONVILLE, FL, 32212-0097, United States

Place of Performance

Pensacola, FL

NAICS

Battery Manufacturing (335910)

PSC

Batteries, Rechargeable (6140)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 7, 2026
2
Submission Deadline
Apr 13, 2026, 2:00 PM

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 Navy, specifically NAVSUP FLT LOG CTR JACKSONVILLE, is soliciting quotes (RFQ N6883626Q0009) for Uninterruptible Power Source (UPS) Batteries. This Total Small Business Set-Aside opportunity requires the procurement, installation, and warranty of 96 new 12V/120-watt AGM/VRLA Sealed Lead Acid Batteries for Eaton 9390 50.0000 kVA UPS systems at Naval Air Station Pensacola, FL. These batteries are crucial for maintaining power to critical RADAR, Communications, Navigational Aids, and Remote Weather equipment. Quotes are due by April 13, 2026, at 10:00 AM ET.

Scope of Work

The requirement includes:

  • Procurement: 96 new 12V/120-watt AGM/VRLA Sealed Lead Acid Batteries specifically for Eaton 9390 50.0000 kVA UPS systems (Serial # EX402CAA03). Key specifications include dimensions (13.46" x 6.69" x 8.57"), Voltage (12.00000), Unit Weight (72.80000), AH/Watts (390.0), and max discharge current (800A).
  • Installation: Removal and proper disposal of old batteries, followed by the installation and verification of the new batteries. A verbal report on work performed and battery condition is required.
  • Warranty: A comprehensive 4-year battery and labor replacement warranty.
  • Country of Origin: Quoters must specify the country of origin for the batteries.

Contract & Timeline

  • Contract Type: Firm Fixed Price
  • Period of Performance: Delivery is required within 60 calendar days from the date of award receipt.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 335910, Size Standard: 1250 employees
  • Submission Deadline: April 13, 2026, 10:00 AM ET
  • Published Date: April 7, 2026

Submission & Evaluation

  • Submission Format: Quotes must be submitted in PDF format, organized into specific volumes for Price, Technical Capability, and Contractor Responsibility.
  • Evaluation: The Government will utilize a Lowest Price Technically Acceptable (LPTA) source selection process. Quotes will first be evaluated on price (lowest to highest), then on Technical Capability. To be considered technically acceptable, a quote must meet all minimum performance or capability requirements.

Additional Notes

  • Place of Performance/Delivery: Naval Air Station Pensacola, FL 32508.
  • Delivery Hours: Monday-Friday, 0700 AM - 1500 (Central Standard Time).
  • Payment: Will be processed via Wide Area WorkFlow (WAWF).
  • Unique Item Identification: Required for items meeting specific criteria, such as those costing $5,000 or more.
  • Primary Contacts: Patry Socias (patry.a.socias.civ@us.navy.mil) and Mr. Larry I. Cherry (larry.l.cherry.civ@us.navy.mil, 850-452-9441) are available for inquiries.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 7, 2026
Uninterruptible Power Source (UPS) Batteries | GovScope