UPS Batteries
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jan 22, 2025 08:13 am MST
- Original Published Date: Jan 16, 2025 10:44 am MST
- Updated Date Offers Due: Feb 17, 2025 12:00 pm MST
- Original Date Offers Due: Feb 17, 2025 12:00 pm MST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Mar 04, 2025
- Original Inactive Date: Mar 04, 2025
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6135 - BATTERIES, NONRECHARGEABLE
- NAICS Code:
- 334111 - Electronic Computer Manufacturing
- Place of Performance: Draper , UT 84020USA
Description
SOLICITATION: W911YP25QA002
AGENCY/OFFICE: Utah Army National Guard / USPFO
DELIVERY LOCATION: Utah Army National Guard / HQ 640th Regiment (RTI), Bldg 7150, 17800 South Camp Williams Road, Bluffdale, Utah 84065
SUBJECT: UPS Batteries
RESPONSE DUE DATE: 12:00 PM MST 17 FEB 2025
CONTRACTING POC: Kris Braun; Email: Kristinna.a.braun.civ@army.mil; Phone: 801-432-4145
1.0 SYNOPSIS / DESCRIPTION:
*****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM REGISTERED SBs in SAM.GOV WILL BE ACCEPTED*****
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.
This acquisition is being solicited as a TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 334111 - “Electronic Computer Manufacturing” which has a Small Business Size Standard of 1250 employees (www.sba.gov). FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) AT HTTPS://WWW.SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE. Wholesaler NAICS codes will not be accepted. Delivery shall occur within 90 days ARO. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18.
SPECIFICATIONS FOR UPS BATTERIES
Model: HX205-12 (12V, 204W/cell 15min) (or similar like-brands with same specs)
Quantity: 1 string of 24 Batteries
Nominal System Voltage: 304.8 VDC to 316.8 VDC
Providing: Power back up for all information systems in Bldg 3030 server room for 30 minutes.
Service: One preventative maintenance visit on an 1100A with one string of batteries performed during normal business hours.
Installation: Installing and testing all new batteries to manufacturers specs. (UPS Model UP1133A-B503SU-2)
1.1 SET-ASIDE / FAR REGULATION:
Any award resulting from this solicitation will be made using a TOTAL SMALL BUSINESS SET-ASIDE order of precedence as follows:
In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.
1.2 CONTRACT TYPE / EVALUATION CRITERIA:
This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be Firm-Fixed Price (FFP) and award evaluation criteria will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed. Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for award. The offer must be registered in System for Award Management (SAM) to be eligible for award.
1.3 SAM REGISTRATION / ELIGIBILITY FOR AWARD:
All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information.
Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.
1.4 QUOTES:
Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 1200 PM MST 17 FEB 2025. All submissions should be sent via email to: kristinna.a.braun.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered, UNLESS the Contracting Officer determines it is in the best interest of the government to accept a late proposal.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE
- DRAPER , UT 84020-2000
- USA
Primary Point of Contact
- Kris Braun
- kristinna.a.braun.civ@army.mil
- Phone Number 8014324145
Secondary Point of Contact
History
- Feb 12, 2025 06:48 am MSTCombined Synopsis/Solicitation (Updated)
- Jan 22, 2025 04:00 pm MSTCombined Synopsis/Solicitation (Updated)
- Jan 22, 2025 08:13 am MSTCombined Synopsis/Solicitation (Updated)
- Jan 16, 2025 10:44 am MSTCombined Synopsis/Solicitation (Original)