Mini Uninterrupted Power Supply (mUPS)
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 Federal Aviation Administration (FAA) is conducting a market survey (Sources Sought) to identify qualified vendors for the procurement of Miniature Uninterruptible Power Supplies (mUPS). These units are critical for providing emergency power to electronics within the National Airspace System (NAS). Responses will inform acquisition planning and potential set-aside decisions. Statements of interest and capabilities are due by April 27, 2026.
Purpose
This market survey aims to solicit statements of interest and capabilities from vendors to assist the FAA in acquisition planning and determining the appropriate procurement method (e.g., full and open, small business, SDVOSB, or 8(a) set-aside). This is for informational purposes only and is not a request for proposals. The FAA is not seeking or accepting proposals at this time.
Scope of Interest
The FAA requires various mUPS units with specific technical specifications, including:
- Single-Phase, Capacitor-based, ~800VA, Offline units with NEMA 5-15 plug, external power strip, and mounting hardware, capable of withstanding dusty conditions and temperatures over 110 degrees.
- Single-Phase, Capacitor-based, 1kVA, Online, Dual conversion units with mounting hardware.
- Single-Phase, Capacitor-based, 3kVA, Online units with mounting hardware.
- 3-Phase 208V, Capacitor-based, 3kVA, Online units with mounting hardware.
- Single-phase, 1kVA, Online units capable of providing power for greater than 4 hours (potentially with additional battery modules). All units must have a minimum runtime of fifteen (15) seconds at 192 Watts. FAA-approved equipment or equivalent is required, with substitutions needing FAA Program Office approval. An example quantity of 600 units of Marathon Power UP-SDRU-0500-H1 is mentioned. Delivery will be to Operating Stock, 6500 S MacArthur Blvd, Oklahoma City, OK.
Submission Requirements
Interested vendors must submit:
- A Capability Statement (max 6 pages, Times New Roman 12pt) detailing services, similar government contracts (including procurement and service fulfillment), and years in business.
- A point of contact (phone, email, or both).
- A copy of SDVOSB eligibility certification, if applicable. Submittals should also include equipment specification sheets, delivery lead time, and standard manufacturer warranty. All responses must be in electronic format (email) to Samantha Pearce (Samantha.A.Pearce@faa.gov) with the subject line "Market Survey Response: 04092026-Uninterruptible Power Supplies". Mark all documents as PROPRIETARY as necessary.
Contract & Timeline
- Type: Sources Sought / Market Survey
- Set-Aside: None specified (market research stage); potential for future set-asides based on responses.
- Response Due: Monday, April 27, 2026, 3:00 PM CST (Oklahoma time).
- Published: April 9, 2026.
- Place of Performance: MMAC, Oklahoma City, OK.
Additional Notes
This is not a request for proposals, and the FAA will not pay for any information received. No phone calls are permitted; all questions must be submitted in writing via email to the Contracting Officer.