Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2025 SAM #8731
SPECIAL NOTICE

Z -- Enterprise Centralized Uninterrupted Power Supply (UPS) Program

Notice Date
10/20/2025 8:06:31 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
FBI-JEH WASHINGTON DC 20535 USA
 
ZIP Code
20535
 
Response Due
11/20/2025 8:00:00 AM
 
Archive Date
12/05/2025
 
Point of Contact
Andrea Dailey, Melissa J. Golicz, Contracting Officer
 
E-Mail Address
amdailey@fbi.gov, mgolicz@fbi.gov
(amdailey@fbi.gov, mgolicz@fbi.gov)
 
Description
DISCLAIMER: THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION: Responses to this RFI may be used to formulate final requirements and/or to identify qualified vendors capable of meeting those requirements. The description below outlines preliminary requirements envisioned for the Enterprise Centralized UPS Services. The information gathered may be used to formulate acquisition strategies for competitive solicitations. BACKGROUND The FBI�s centralized UPS program requires support to at least 56 sites across the United States and its territories, ensuring uninterrupted power to critical IT infrastructure and mission systems. At present, offices operate with a mix of UPS manufacturers, and the number, size, and configuration of units vary by location. This diversity of equipment creates challenges for standardization, sustainment, and cost management, particularly when factoring in the availability of replacement parts and qualified service providers. The current centralized UPS sustainment is managed through a third-party contract, which has provided baseline maintenance and replacement support. However, FBI is seeking service options that balance cost-effectiveness with system reliability and mission assurance. Specifically, the FBI is interested in exploring flexible models that may include a mix of third-party services and Original Equipment Manufacturer (OEM) support. The objective is to ensure ongoing, centralized UPS preventative maintenance and lifecycle replacement while minimizing total cost of ownership across the enterprise. The service plan should provide comprehensive preventative maintenance and repairs by qualified technicians, proactive parts replacement, and capabilities to maximize uptime and system lifetime. Another key consideration is operational continuity. Not all offices are equipped with a maintenance bypass, which limits the ability to perform work without disrupting service. Because of the critical nature of the FBI mission, network interruptions must be minimal. As such, any maintenance or service activity that could impact mission systems must be performed outside of normal business hours, in close coordination with local site personnel. CONTRACTOR QUALIFICATIONS The FBI is researching potential providers that can provide UPS services for multiple UPS manufacturers. The Government seeks to identify vendors capable of providing centralized UPS maintenance and replacement services for this contemplated requirement by identifying themselves and responding to this RFI. Attachment 1 lists key questions for industry related to this requirement. Interested parties should provide detailed answers in their response. Please review the questions thoroughly before responding to fully understand the FBI�s requirements. All submissions shall be unclassified. The Sources Sought is to gather industry information. Submit responses to this RFI by email to contracting point of contact amdailey@fbi.gov no later than November 20, 2025 at 10:00 AM Central Time. Please answer all questions in the attached spreadsheet. Please limit any additional information to no more than 7 to 8 pages, to include cover pages, appendices and attachments. All proprietary/company confidential material shall be clearly marked on every page that contains such. The FBI reserves the right to not respond to any or all emails or materials submitted. All current FBI requirements identified herein are subject to change at any time, without further notice being required. DISCLAIMER and RESPONSES THERE IS NO COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION AS A RESULT OF THIS RFI. THIS IS BEING ISSUED SOLEY FOR INFORMATIONAL AND PLANNING PURPOSES AND DOES NOT CONSTITUTE A SOLICITATION. IN ACCORDANCE WITH FAR 15.201(e), RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/374b1572cef340d0bf979a96c60148ac/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07622745-F 20251022/251020230035 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.