Revitalization of the Uninterruptable Power Supply

SOL #: W519TC26QA127Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-RI
ROCK ISLAND, IL, 61299-0000, United States

Place of Performance

Rock Island, IL

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 22, 2026
2
Submission Deadline
May 6, 2026, 3:00 PM

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 the Army, specifically W6QK ACC-RI, is soliciting quotes for the Revitalization of the Uninterruptable Power Supply (UPS) system supporting Headquarters First Army at Rock Island Arsenal, IL. This acquisition is a Total Small Business Set-Aside and seeks a firm-fixed price solution for replacing critical UPS components and providing a one-year service agreement. Quotes are due by May 6, 2026, at 10:00 AM Central Time.

Scope of Work

This Request for Quote (RFQ) requires the replacement of critical modular components within the existing UPS cabinet and batteries for the First Army Headquarters facility in building 68. All replacement parts must be Original Equipment Manufacturer (OEM) from Schneider Electric, specifically SKU WMPR505-MP-505. Key components include intelligence modules, static switch, H.E. power modules, power view display, network management card, switchgear board, battery monitor board, and system PSU. The scope also includes delivery of all components, on-site removal and installation by certified service professionals, system configuration, disposal of old components, and a mandatory one-year service agreement/extended warranty.

Contract Details

  • Type: Firm-Fixed Price Request for Quote (RFQ) under FAR Part 12
  • Period of Performance: May 14, 2026, to May 13, 2027 (includes 1-year service agreement)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 811210 (Size Standard: $34M)
  • Product Service Code: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components)

Submission & Evaluation

Offerors must submit quotes and requested documents via email by 10:00 AM Central Time on May 6, 2026. Award will be made to the responsible Offeror whose proposal is most advantageous to the Government, considering price and other factors. The evaluation criteria are:

  • Technical Capability & Experience: Significantly more important than Price. Requires mandatory OEM certification and demonstrated corporate experience.
  • Past Performance: Significantly more important than Price. Evaluated using government databases (SPRS, CPARS).
  • Price: Evaluated for fairness and reasonableness.

Additional Notes

Offerors must be compliant in the System for Award Management (SAM). The solicitation incorporates relevant FAR clauses by reference. Inquiries should be directed to the listed contacts.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 22, 2026
Revitalization of the Uninterruptable Power Supply | GovScope