SOLICITATION NOTICE
J -- Uninterrupped Power Supply (UPS) Battery Replacement Service
- Notice Date
- 4/29/2025 9:03:10 AM
- Notice Type
- Presolicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- FA8125 AFSC PZIMA TINKER AFB OK 73145-3303 USA
- ZIP Code
- 73145-3303
- Solicitation Number
- F3YCEB5099A104
- Response Due
- 5/1/2025 2:00:00 PM
- Archive Date
- 05/16/2025
- Point of Contact
- Tran Tran, PCO
- E-Mail Address
-
Tran.Tran.1@us.af.mil
(Tran.Tran.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ** THIS IS A PRE-SOLICITATION NOTICE. NO QUOTES WILL BE ACCEPTED UNTIL THE REQUEST FOR QUOTE (RFQ) IS POSTED. ** Requested Services: 76 CMXG request an annual contract for Preventative Maintenance (PM) for the Uninterrupted Power Supply (UPS) Systems every six (6) months and Battery replacement per battery replacement schedule in accordance with Appendix A. This replacement shall be coordinated with the Government Point of Contact (GPOC) prior to arriving on base. The objective of PM is to protect the equipment capability and investment by removing causes of failure, performing routine maintenance and providing adjustment to compensate for normal wear before failure occurs. The Contractor shall perform all PM�s IAW the OEM specifications. The Contractor shall perform two (2) PM�s per year on each item listed in Appendix A. The Contractor shall provide a copy of the PM schedule to the GPOC within ten (10) business days after contract award. The Contractor shall notify the GPOC seven (7) business days prior to each scheduled PM visit. The contractor shall inspect and test any inoperative batteries as needed during the PM function. The Contractor shall remove any dead or expired batteries and install new batteries. The Contractor shall be responsible for providing a forklift to load and unload batteries. The government is contemplating a firm-fixed price type contract with one (1) base year and four (4) option years. This will be 100% small business set-aside. NAICS � 811310; Size Standard � $12.5M Requirements for Award: System for Award Management (SAM) is required to receive any award. Contractors can register electronically at https://sam.gov/content/home. NIST SP 800-171 DoD Assessment: Vendors/Contractors required to implement NIST SP 800-171, in accordance with the DFARS clause 252.204-7012, Safeguarding Covered Defense Information and Cyber incident Reporting, are required at the time of award to have at least a Basic NIST SP 800-171 DoD Assessment that is current (not more than 3 years old) (see DFARS 252.204-7019).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c3baf7a23786403e8393bfd22522b939/view)
- Place of Performance
- Address: Tinker AFB, OK, USA
- Country: USA
- Country: USA
- Record
- SN07424502-F 20250501/250429230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |