UNINTERRUPTIBLE POWER SUPPLY
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 Surface Warfare Center (NSWC) Crane is soliciting quotes for seven (7) Uninterruptible Power Supplies (UPS), specified as "BRAND NAME or EQUAL" to the Eaton 9SX 3000 120V Part Number 545-9SX3000. This is a Total Small Business Set-Aside procurement. Quotes are due by April 27, 2026, at 11:00 PM Eastern Time.
Scope of Work
NSWC Crane requires UPS units with specific characteristics: at least four NEMA 5-20R 120V 60Hz power outputs, an L5-30P 120V 60Hz power input, hot-swappable internal batteries, online/double-conversion technology, 3000VA capacity, and an expandable network card for remote management. Delivery is required FOB Destination NSWC Crane within 30 days after contract award, with an extended acceptance period of 30 days. Early and partial deliveries are acceptable. Vendors are responsible for shipping costs to NSWC Crane, including setup, and any applicable tariff costs.
Contract & Timeline
- Type: Firm Fixed Price Request for Quotes (RFQ) / Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 335910 (Size Standard: 1250 employees)
- Response Due: April 27, 2026, 11:00 PM Eastern Time
- Published: April 6, 2026
- Delivery: 30 days after contract award
Evaluation & Submission
Award will be based on a Low Price Technically Acceptable (LPTA) basis. Evaluation factors include Technical Approach (requiring product literature or capabilities document unless offering the specified Eaton model), Delivery (meeting the required schedule), and Past Performance (evaluated via SPRS, supplier risk score, and item/price risk report on a GO/NO-GO basis). A responsive quote must include a signed SF 1449, product literature/capabilities document (if not the Eaton model), a completed 52.211-8 Time of Delivery schedule, all pricing on the SF 1449, and completed Compliance and Technical Evaluation Matrices. Offerors must be registered in SAM.gov and not currently excluded.
Additional Notes
This solicitation is issued under FAR 12.201-1 Commercial procedures. All changes prior to the closing date will be posted on sam.gov; interested vendors must monitor the site for amendments. Changes after the closing date will only be provided to offerors who submitted a quote. Offers shall be emailed to rose.m.brown44.civ@us.navy.mil.