Uninterruptible Power Systems (UPS) Preventive Maintenance Support
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 conducting market research via a Sources Sought notice to identify qualified sources for Uninterruptible Power Systems (UPS) Preventive Maintenance Support at White Sands Missile Range, NM. This effort aims to maintain UPS in good operating condition for the U.S. Army Transformation and Training Command. Responses are due by March 27, 2026, at 5:00 PM ET.
Purpose & Overview
This notice serves as a market research tool to identify potential prime contractors for a future competitive procurement, which may be set-aside for small businesses or conducted as full and open competition. The anticipated contract type is Firm-Fixed Price, under NAICS Code 335999 (All other Miscellaneous Electrical Equipment and Component Manufacturing) with a 600-employee size standard.
Scope of Work
The requirement involves providing all necessary personnel, equipment, supplies, and services for UPS maintenance, excluding Government Furnished Property. This includes performing preventive and corrective maintenance twice annually on UPS systems located in buildings 1400 and 1401 at TDAC-FA, White Sands Missile Range, NM. Specific tasks encompass capacitor and battery replacement, troubleshooting, repairs, visual inspections, power checks, and internal/external component checks, all in accordance with manufacturer instructions. Contractor employees will require a SECRET security clearance.
Information Requested from Interested Parties
Interested firms should submit a capabilities statement addressing:
- Firm Details: Name, POC, contact info, UEI, CAGE code, small business status (including certifications), and relevant NAICS code.
- Interest: Intent to compete as a prime, and any subcontracting, joint venture, or teaming plans.
- Experience: Detailed information on similar requirements (size, scope, complexity, timeframe, government/commercial), pertinent certifications, and ability to manage such tasks.
- Competition: Identification of conditions restricting competition and suggested alternatives.
- Recommendations: Suggestions to improve the approach, specifications, draft PWS, or Performance Requirements Summary (PRS).
Submission Instructions
- Format: Capabilities statement on company letterhead (maximum 10 pages).
- Method: Via email to Contract Specialist DeJahn Ingram (dejahn.t.ingram.civ@army.mil) and Contracting Officer Reonel Delacruz (reonel.t.delacruz.civ@army.mil).
- Deadline: Responses must be received no later than March 27, 2026, at 5:00 PM ET.
- Reference: Include the sources sought announcement number.
Important Notes
This is for information and planning purposes only and is NOT a solicitation. The government will not pay for information submitted. Potential offerors are responsible for monitoring SAM.gov for future solicitations.