Uninterrupted Power Supply Replacements at Morristown (MRX), Nashville (OHX), and Atlanta, GA (FFC)

SOL #: 1305M326Q0029Combined Synopsis/Solicitation

Overview

Buyer

Commerce
National Oceanic And Atmospheric Administration
DEPT OF COMMERCE NOAA
SEATTLE, WA, 98115, United States

Place of Performance

Fort Worth, TX

NAICS

Battery Manufacturing (335910)

PSC

Batteries, Rechargeable (6140)

Set Aside

Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)

Timeline

1
Posted
May 8, 2026
2
Submission Deadline
May 29, 2026, 9:00 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 National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS) Southern Region, is seeking proposals for Uninterrupted Power Supply (UPS) Replacements at its Weather Forecast Offices (WFOs) in Morristown, TN (MRX), Nashville, TN (OHX), and Atlanta, GA (FFC). This requirement involves supplying and installing new Eaton 93PM UPS systems with lithium battery backup, alongside the removal and disposal of existing units. This opportunity is a 100% Women-Owned Small Business (WOSB) Set-Aside. Quotations are due May 29, 2026, at 2:00 PM PT.

Scope of Work

The project's objective is to replace existing UPS units, battery cabinets, and associated debris at the three specified WFO locations. The contractor will provide all necessary personnel, equipment, supplies, and tools to:

  • Remove and properly dispose of current UPS systems and components.
  • Supply and install one Eaton UPS 93PM (208VAC, 3-phase, 60 HZ, with 3 x 20 KW modules) per site, including internal maintenance bypass and an Eaton Remote Monitoring Device (RMD).
  • Install lithium-ion battery strings providing at least a 15-minute run time per UPS.
  • Ensure UPS units are Energy Star Certified if available and sized using NWS-supplied critical loads.
  • Provide 8 hours of training on the new UPS, RMD, and battery system per location as part of system acceptance.

Contract Details

  • Contract Type: Firm-Fixed Price (FFP)
  • Period of Performance: July 1, 2026, through March 24, 2027 (project completion within 180 days of Notice to Proceed).
  • Estimated Total Price Range: $472,000.00 - $524,000.00
  • Set-Aside: 100% Women-Owned Small Business (WOSB)
  • NAICS: 335910 (Battery Manufacturing)

Submission & Evaluation

  • Offer Due Date: May 29, 2026, 2:00 PM PT
  • Submission Method: Electronic submission via the FedConnect® Web Portal.
  • Quotation Format: Two volumes required:
    • Volume I (Technical Quote): Must not exceed 10 pages and exclude pricing.
    • Volume II (Business/Price Quote).
  • Evaluation Criteria: Award will be based on Best Value, with non-price factors being more important than price. Key factors include:
    • Factor 1 - Project Schedule: Clarity, feasibility, methodology, UPS replacement schedule, timelines, communication, and unforeseen delay management.
    • Factor 2 - Price: Completeness, fairness, and reasonableness.
    • AbilityOne: Consideration for proposed plan using AbilityOne contractors for subcontracting opportunities (not scored).

Special Requirements & Notes

  • Eligibility: Offerors must be certified as a WOSB or EDWOSB in the Dynamic Small Business Search (DSBS) at the time of offer submission.
  • Personnel: Contractor must provide a Project Manager and an Onsite Manager, both proficient in English.
  • Compliance: Adherence to all local, state, and federal environmental, health, and safety regulations, including proper waste disposal.
  • Security: Contractor personnel must comply with government security rules, including sign-in/out and identification badges.
  • Warranty: A one-year written warranty on workmanship is required, with two-year updates for LG Cabinets.
  • Contact: Jack Huckleby (jack.huckleby@noaa.gov) or Richard Barzaghi (richard.barzaghi@noaa.gov).

People

Points of Contact

Jack HucklebyPRIMARY
Contracting Officer Richard BarzaghiSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 8, 2026
Uninterrupted Power Supply Replacements at Morristown (MRX), Nashville (OHX), and Atlanta, GA (FFC) | GovScope