WSSU UPS Replacement – Uninterruptible Power Supply (UPS) Systems
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 Health and Human Services (HHS), Indian Health Service (IHS), Warm Springs Service Unit (WSSU), has issued a Sources Sought Notice / Request for Information (RFI) for Uninterruptible Power Supply (UPS) Systems. This market research aims to identify Native American/Alaska Native-owned businesses capable of providing these systems under the Buy Indian Act. Responses are due by May 17, 2026, at 5:00 PM EST.
Purpose
This notice is for market research only, intended to identify companies that are 51% or more Native American or Alaska Native-owned and capable of meeting the requirement in accordance with the Buy Indian Act (25 U.S.C. § 47). This will inform the acquisition strategy, including potential set-aside decisions.
Requirement Overview
The WSSU requires UPS systems to support mission-critical network infrastructure, clinical systems, and communication systems. The requirement includes:
- Primary UPS System: Approximately 60 kW (or equivalent), 208/220V, 3-phase, with external battery cabinet(s) providing ~45 minutes runtime, integrated monitoring (SNMP, Modbus), and maintenance bypass.
- Secondary UPS System: Approximately 30 kVA (or equivalent), with internal batteries and a supplemental battery cabinet, compatible with network and telecom equipment.
- General Requirements: Support for servers, network switches, VoIP, and access points; compatibility with existing IT infrastructure; UL 1778 compliance (or equivalent); new equipment only; delivery to Warm Springs, OR.
Submission Requirements
Respondents must provide:
- Capability Statement: Demonstrating ability to meet requirements, experience with similar UPS systems (size, scope, federal/healthcare preferred), OEM partnerships, and support capabilities.
- IEE Representation Form: A signed copy of the Indian Economic Enterprise (IEE) Representation Form (attached to the original notice). This form is critical for self-certification, confirming the firm is at least 51% owned and managed by federally recognized tribe or Native American/Alaska Native individuals. Failure to meet or accurately represent IEE status can lead to disqualification or penalties.
- Business Information: Company name, SAM UEI number, socioeconomic status (ISBEE, IEE, Small Business, etc.), relevant contract vehicles, and point of contact information.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: Buy Indian Set-Aside (BICiv)
- Response Due: May 17, 2026, 5:00 PM EST
- Published: May 7, 2026
Submission Instructions
Responses are limited to 10 pages maximum and must be submitted electronically via email to Jesse Weidow (Jesse.weidow@HHS.GOV). The subject line must be: "SS-OMAS-IHS-WSSU-1525000 Response – WSSU UPS Replacement – [Company Name]". All interested vendors are encouraged to respond, provided they meet the Buy Indian Act criteria. Successful offerors must also be registered with the System for Award Management (SAM).