Loading...
N6471026Q0007
Response Deadline
Apr 14, 2026, 12:00 AM(PDT)8 days
Eligibility
Contract Type
Solicitation
Statement Of Work
UPS Maintenance and Repair
Strategic Weapons Facility Pacific (SWFPAC) requires comprehensive maintenance and repair service contract for three (3) Uninterruptible Power Supply (UPS) units located at SWFPAC facilities on Naval Base Kitsap-Bangor in Silverdale, WA.
The purpose of this contract is to ensure the reliable operation of critical power infrastructure through proactive maintenance and timely emergency support.
2. Equipment Covered:
Make
Model
Description
Serial Number
APC
SYCF40KF
Symmetra PX UPS 20kVA 40 and/or PDU
QD1633340704
APC
SYCF40KF
Symmetra PX UPS 40kVA 40 and/or PDU
QD1830240733
APC
SYCF40KF
Symmetra PX UPS 40kVA 40 and/or PDU
QD1830240729
The contractor shall provide all-inclusive preventative maintenance, on-site emergency repair, and remote technical support for the UPS equipment listed in paragraph 2. To ensure the manufacturer's warranty remains valid, services must be delivered by an American Power Conversion (APC)-certified or authorized service provider. All components, parts, and consumables used for maintenance or repair must be new, genuine original equipment manufacturer parts that meet APC specifications.
3.1. Technical Support
The contractor shall provide 24 hours a day, 7 days a week, 365 days a year (24/7/365) telephone and email access to a technical support center for troubleshooting and service dispatch.
3.2. On-Site Support
Emergency On-Site Response: For any critical failure resulting in a loss of redundancy or an inability to support the protected load, a qualified technician must arrive on-site within six (6) hours of the service request being logged. This six (6) hour response shall be guaranteed 24/7/365.
Standard On-Site Response: For non-critical failures where the UPS remains operational, a qualified technician must arrive on-site no later than the next business day.
Parts & Labor: This contract shall cover 100% of the costs for all replacement parts, hardware, capacitors, fans, and any other components needed to restore the UPS units listed in paragraph 2 to full operational status. All associated labor, travel, and expenses for on-site visits shall be included.
Equivalent Hardware: If a failed hardware component is no longer manufactured, it shall be replaced with an equivalent or superior component that is fully compatible.
3.3. Preventative Maintenance (PM)
The contractor shall perform one (1) scheduled on-site preventative maintenance visit during the contract period. This visit shall include all UPS units listed in paragraph 2.
The PM service must include, at a minimum, the following tasks for each UPS:
4. DELIVERABLES
The following deliverables are required:
Field Service Report: After each preventative maintenance visit or emergency repair, the contractor shall provide a detailed electronic service report within five (5) business days. This report must document all work performed, tests conducted, parts replaced, and findings or recommendations.
Annual System Health Report: At the conclusion of the contract period, the contractor shall provide a summary report detailing the overall health of the UPS fleet, a summary of service activities for the year, and recommendations for future maintenance or upgrades.
5. CONTRACTOR & PERSONNEL REQUIREMENTS
Certification: All on-site technicians must be certified by APC to work on the specified UPS models. Proof of certification may be requested.
Security & Access: The contractor and its personnel must comply with all SWFPAC security protocols, including requirements for background checks, site access, and safety procedures. The contractor will be escorted at all times unless prior arrangements are made.
Base Access: Contractors must be able to gain access to SWFPAC on Naval Base Kitsap – Bangor,
WA. Base access may be granted using the Rapid Gate System, DBIDS System, or other approved base
access system at the Contractor’s expense. Once base access is granted, Contractors will be required to
apply for a visitor badge (BAVR request) at https://www.bavr.cnic.navy.mil/. Coordination of the visitor
badge will be through the Government Point of Contract.
Vehicle Pass: In order to drive a non-Government vehicle to the work location, the contractor must
submit a SWFPAC Vehicle Pass Request and required documents to the COR. The non-Government
vehicle must be registered in the company’s name and must have a clear logo displayed on the vehicle
indicating the company it is registered to. When entering the base, the vehicle must have the approved
vehicle pass displayed in the driver’s side windshield at all times. No Bluetooth, telephonic, or electronic
devices are allowed in secured locations on base.
DEPT OF DEFENSE
DEPT OF THE NAVY
SSP
STRATEGIC WEAPONS FAC PAC FINANCIAL
STRATEGIC WEAPONS FAC PAC FINANCIAL
RECEIVING OFFICER
6401 SKIPJACK CIRCLE
SILVERDALE, WA, 98315-6499
NAICS
Electronic and Precision Equipment Repair and Maintenance
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)