Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2026 SAM #8899
SOLICITATION NOTICE

J -- Uninterruptible Power Systems (UPS) Maintenance and Repair

Notice Date
4/6/2026 11:11:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
W7NX USPFO ACTIVITY PA ARNG ANNVILLE PA 17003-5002 USA
 
ZIP Code
17003-5002
 
Solicitation Number
W912KC26RA004
 
Response Due
4/23/2026 2:00:00 PM
 
Archive Date
05/08/2026
 
Point of Contact
Michael Hancock, Phone: 7178613949, John M O'Boyle, Phone: 7178618643
 
E-Mail Address
michael.m.hancock.civ@army.mil, john.m.oboyle.civ@army.mil
(michael.m.hancock.civ@army.mil, john.m.oboyle.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a blanket purchase agreement. The period of performance is 1 May 2026 through 30 April 2031. General: This is a service contract to provide all necessary support to perform UPS service, maintenance, repairs and replacement/upgrade of outdated parts or equipment for the MTC FTIG. The contractor shall provide 24/7/365 emergency repair services to address any unscheduled system failures. The contractor shall provide a telephone response from a qualified technician within four (4) hours of receiving an emergency service call. If the issue cannot be resolved remotely, the contractor shall have a technician on-site within twenty-four (24) hours. The contractor shall diagnose the system failure and provide the cost estimated to restore the UPS to full operational status. This includes all necessary labor and the replacement of failed parts. The contractor shall respond to requests for corrective maintenance within 8 hours from the time the customer requests that service. The contractor shall diagnose the system failure and provide the cost estimated to restore the UPS to full operational status. This includes all necessary labor and the replacement of failed parts. The contractor is to furnish a detailed report to the COR in PDF format no later than 1 week after performing service. Any issues or deficiencies found during performance are to be immediately reported to the COR with proposed corrective action. The contractor shall provide two preventative maintenance services annually to be scheduled at the convenience of the Government. Preventative maintenance includes but is not limited to the following: Visual Inspection: inspect the UPS and battery cabinets for any signs of damage, overheating, fluid leakage, or loose connections. Verify that all air inlets and outlets are clean and free of obstructions to ensure proper ventilation. Check for and clean any accumulation of dust or debris on internal and external components. Mechanical and electrical checks: check all electrical connections, including internal wiring, breakers, and terminal blocks, to manufacturer-recommended specifications. Verify the integrity and functionality of all system components, including circuit breakers, fuses, and capacitors. Measure and record all critical AC and DC operational parameters (input/output voltage and current, frequency, battery voltage, and charge current). Rectifier: Record input/output voltages and currents. Verify proper float and equalize settings for installed battery plant. Verify tolerance on the filtered DC bus. Verify system alignments are within factory specifications. Inverter: Record input/output voltages and currents. Verify proper operation of inverter. Verify system alignments are within factory specifications. Verify DC currents on output of each inverter power stage. Static Switch: Record Inverter input voltage and currents to Static Switch. Record Bypass input voltage and currents to Static Switch. Record Static Switch output voltages and currents. Verify proper operation of the static switch. Verify system alignments are within factory specifications. Power Supplies: Verify proper output voltage of each internal power supply. Check for proper filtering of power supply output voltage. Confirm power supply redundancy if applicable. General: Check for proper fan operation. Inspect general overall condition of battery plant. Confirm acceptable environmental conditions exist for applicable parts coverage. Not all items are applicable to all systems. System functional tests: perform a full functional test of the UPS, including transferring the load from utility power to battery power and back to utility power to stimulate a power outage. Verify functionality of all system alarms, indicators, and communication interfaces. Calibrate the system as necessary to ensure all operational readings are within acceptable tolerances. The contractor will provide annual battery maintenance to be scheduled at the convenience of the Government. Battery maintenance includes but is not limited to the following: Review Customer battery maintenance logs and make entries into customer logs. Perform semi-annual preventive maintenance inspection as follows: Measure and record the voltage of each individual battery cell. Measure and record total voltage per cabinet / rack Measure and record ambient room temperature and humidity of the operating environment. Conduct an impedance test on each battery to assess its internal condition and ability to hold a charge. Perform a load test to verify the battery system can support the critical load for the specified runtime. Measure and record AC ripple current. Measure and record AC milli-volt per unit. Visual inspection: Check jar and cover for signs of leakage. Check for corrosion on terminal post or connector. Check for general appearance and cleanliness of battery room. Clean all battery terminals and posts. Apply protective coating to all terminals to prevent corrosion. Re-torque all battery connections to manufacturer specifications. The contractor shall provide a detailed report and quotation for the replacement of any battery that fails testing or shows signs of impending failure. Warning/hazard labels. Operational information and placards. Eye wash and deluge shower (if applicable). Goggles, gloves and aprons (if applicable). The contractor shall contain, collect, and dispose of hazardous and non-hazardous wastes and residues generated as a result of this contract, and dispose of all wastes off Fort Indiantown Gap, PA at disposal sites authorized by federal, state, and local laws and regulations for no additional cost. Contractor shall conduct any sampling necessary to properly characterize any waste prior to disposal and shall properly document all such waste determinations. Work shall be performed in accordance with all federal, state, and local laws and regulations. The contractor shall take responsibility for the cleanup for spills that may occur from their supplies or equipment during the operation, at no cost to the Government. The contractor will provide, in writing, to the POC the following information 15 days prior to the execution of this contract: Local Contractor POC Details. Name and location of the contractor. POC and contact information of the contractor. Hours of operation of the contractor. Government Responsibilities. The government will provide POC information, in writing, to the contractor with the following information 15 days prior to the execution of this contract: Name and location of the Government POC.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5099f5474ca648ce998873b3c2c6369f/view)
 
Place of Performance
Address: Annville, PA 17003, USA
Zip Code: 17003
Country: USA
 
Record
SN07768827-F 20260408/260406230038 (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!  © 1994-2026, Loren Data Corp.