UPS Maintenance Services
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 Department of the Navy, NAVSUP FLT LOG CTR JACKSONVILLE, is soliciting proposals for Uninterrupted Power Supply (UPS) Maintenance Services at Naval Air Station (NAS) Meridian, MS. This Total Small Business Set-Aside opportunity seeks a contractor to provide preventive and corrective maintenance for eight critical UPS units and their associated batteries. Quotes are due by April 20, 2026, at 09:00 AM Local Time.
Scope of Work
The contractor will provide comprehensive preventive and corrective maintenance services for eight UPS units and their batteries located across the NAS Meridian Complex, including specific facilities like NJW Tower, Receiver, DASR, and RATCF. Services must be performed by certified, factory-trained technicians for each specific UPS model and include battery replacement and recycling. These UPS systems support critical communication and aircraft controlling equipment.
Performance Standards
Key performance requirements include a guaranteed 4-hour on-site response for corrective maintenance, 7 days a week, 24 hours a day. The contract covers 100% parts (excluding full battery and air filter replacement), labor, and travel. It also mandates annual full preventive maintenance on all UPS units and semi-annual/annual maintenance on internal battery pack cabinets. Detailed written reports noting deficiencies and corrective actions are required for all maintenance performed.
Contract Details
This is a Firm Fixed-Price contract with a base year and four option years, plus an additional option to extend services for up to six months. The base year period of performance is from August 1, 2026, to July 31, 2027. The acquisition is a Total Small Business Set-Aside under NAICS code 811210 (Electronic and Precision Equipment Repair and Maintenance) with a size standard of $34,000,000.
Submission & Evaluation
Quotes must be submitted in PDF format, organized by volume (Price, Technical Capability, Representations and Certifications). Required submissions include a completed SF 1449, pricing details, and a capability statement demonstrating the ability to perform the Performance Work Statement (PWS) and provide trained technicians. The award will be based on the Lowest Priced Technically Acceptable (LPTA) evaluation methodology, considering the total estimated price including options. All questions must be submitted via email by April 13, 2026, at 12:00 PM EST.
Special Requirements
Contractor personnel must be factory-trained and certified for specific UPS models and comply with installation access, security policies (e.g., DBIDS, background checks), and potentially obtain a DoD Common Access Card (CAC) for IT system access. Personnel must be fluent in English and possess valid U.S. driver's licenses. Compliance with the Service Contract Act and relevant Wage Determinations for Mississippi counties is mandatory.