UPS Maintenance Services
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 Navy, specifically NAVSUP FLT LOG CTR JACKSONVILLE, is soliciting proposals for Uninterrupted Power Supply (UPS) Maintenance Services at the Naval Air Station Meridian (NASMRD) Complex, Mississippi. This Total Small Business Set-Aside opportunity seeks a contractor to provide preventive and corrective maintenance for eight critical UPS units and their associated batteries. Quotes are due by April 20, 2026, at 09:00 AM Local Time.
Scope of Work
The contractor will provide comprehensive preventive and corrective maintenance services for eight UPS units and their associated batteries across various locations within the NAS Meridian Complex, including Out-Lying Field, Joe Williams, NJW Tower, Receiver, DASR, Transmitter, RATCF, North PAR, South PAR, and TACAN. Services must be performed by OEM factory-trained, certified, authorized, and employed technicians for specific manufacturers (Eaton, Vertiv/Liebert). This includes battery replacement, capacitor, and bank replacement as needed.
Contract Details
This is a Firm Fixed-Price contract with a base year and four option years, plus an additional option to extend services for up to six months. The base year period of performance is from August 1, 2026, to July 31, 2027, with potential extensions through January 31, 2032. The acquisition is set aside for Small Businesses under NAICS code 811210 (size standard $34,000,000).
Performance Standards
Key performance requirements include a guaranteed 4-hour on-site response, 7 days a week, 24 hours a day. The contract covers 100% parts (excluding full battery, fans, and air filter replacements), labor, and travel. Battery recycling is required, meeting EPA standards. Annual Full Preventive Maintenance is required for all eight UPS units, with Semi-Annual and Annual Full PM for internal battery pack cabinets. The government is responsible for the cost of full battery replacement, while the contractor handles installation.
Special Requirements
Contractor personnel must be fluent in English, possess valid U.S. driver's licenses, and comply with all installation access, security policies, and personal identity verification requirements (e.g., DBIDS, background checks, potential DoD Common Access Card (CAC) acquisition). The contractor must provide a toll-free Customer Response Center and access to an online portal for UPS maintenance. Compliance with the Service Contract Act and the provided Wage Determination (for Mississippi counties) is mandatory, impacting labor cost obligations.
Submission & Evaluation
Quotes must be submitted in PDF format, organized by volume (Price, Technical Capability, Representations and Certifications). Required submissions include SF 1449, pricing, and a capability statement demonstrating the ability to perform the PWS and provide trained technicians. Evaluation will follow a Lowest Priced Technically Acceptable (LPTA) methodology, considering the total estimated price including options. All questions were due by April 13, 2026. Quoters are reminded to sign and submit all amendments with their quotes.