UPS System Maintenance

SOL #: 1232SA26Q0411Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

Manhattan, KS

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 20, 2026
2
Submission Deadline
May 20, 2026, 11:30 AM

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 U.S. Department of Agriculture (USDA) Agricultural Research Service (ARS) has issued a Combined Synopsis/Solicitation (RFQ 1232SA26Q0411) for Uninterruptible Power Supply (UPS) System Maintenance at the National Bio and Agro-Defense Facility (NBAF) in Manhattan, KS. This opportunity is a Total Small Business Set-Aside for firms under NAICS 238210 ($19.0M size standard). The government seeks comprehensive maintenance, repairs, and potential replacement of batteries and capacitor banks for Rectifier/Charger, Battery, and UPS Systems.

Scope of Work

The contractor will provide all labor, supervision, equipment, supplies, tools, materials, transportation, and non-personal services for the maintenance and repair of NBAF's critical power systems. This includes:

  • Preventative Maintenance: Semi-annual and annual inspections, servicing, cleaning, calibration, and component checks for Rectifier/Charger, Battery, and UPS systems.
  • Service Calls and Repairs: Response to non-emergency and emergency repair requests, with emergency on-site presence required within six hours.
  • Parts and Materials: Reimbursement for pre-approved parts and materials used in repairs.
  • Optional Replacements: Specific Contract Line Item Numbers (CLINs) for replacing designated batteries or battery string(s) and capacitor bank(s) for various UPS models (Saft, Enersys, Eaton).

Contract Details

  • Contract Type: Firm-fixed price requirements contract.
  • Period of Performance: One (1) one-year base period and four (4) one-year option periods, totaling up to five (5) years.
  • Set-Aside: Total Small Business.
  • NAICS Code: 238210, Electrical Contractors and Other Wiring Installation Contractors, with a $19.0 Million size standard.
  • Place of Performance: National Bio and Agro-Defense Facility (NBAF), Manhattan, KS.

Key Requirements & Deliverables

  • Personnel: Contractor employees must be factory-authorized technicians for the serviced equipment.
  • Performance Standards: Adherence to 98% quality for maintenance/repair tasks, strict response times for service calls, and 100% compliance with security and safety protocols.
  • Reporting: Detailed written reports for all services, including measurements, actions, parts replaced, and identified deficiencies.
  • Wage Determination: Bidders must comply with the U.S. Department of Labor Wage Determination for Kansas (Pottawatomie and Riley Counties), covering minimum wage rates and fringe benefits.
  • Technical Specifications: Attachment 3 provides detailed technical specifications for existing electrical gear, including battery systems, chargers, inverters, and UPS units.

Submission & Evaluation

  • Mandatory Site Visit: A mandatory site visit is scheduled for May 6, 2026, at 09:00 AM CST at the NBAF Visitor's Center. Prime Contractors must attend. Registration is required by April 28, 2026, via email to jeffery.cowell@usda.gov, including a completed "NBAF Visitor Application.pdf" and a 1-year background check via redtailsecurity.com/corp/NBAF. Attendees must bring specific PPE.
  • Quotation Submission: Offerors must submit pricing for all contract line items and required documents. Quotes are due by May 20, 2026, at 06:30 AM CT and must be emailed to david.reynolds2@usda.gov with the subject line "RFQ 1232SA26Q0411."
  • Requests for Information (RFIs): RFIs are due by May 11, 2026, at 12:00 PM Pacific Time (3:00 PM ET) to david.reynolds2@usda.gov.
  • Evaluation Criteria: Award will be based on the greatest overall benefit to the government, considering technically acceptable offers and option prices. Past performance will be a significant factor. Offerors must hold prices firm for 90 calendar days.

Important Dates & Contacts

  • Site Visit Registration Deadline: April 28, 2026
  • Mandatory Site Visit: May 6, 2026, 09:00 AM CST
  • RFIs Due: May 11, 2026, 12:00 PM PT (3:00 PM ET)
  • Quotes Due: May 20, 2026, 06:30 AM CT (8:30 AM ET)
  • Primary Contact: David Reynolds, david.reynolds2@usda.gov
  • Site Visit Contact: Jeffery Cowell, jeffery.cowell@usda.gov

People

Points of Contact

David ReynoldsPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 20, 2026
UPS System Maintenance | GovScope