Search Contract Opportunities

Liebert UPS Maintenance

ID: FA875125Q0117 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Popular Questions:
Generate a draft:
Loading

Description

Posted: Sept. 4, 2025, 12:59 p.m. EDT

**Change 2 dated 4 September 2025 hereby extends the closing date to 5 September 2025 3PM EST and corrects a Tag number in the Statement of Requirments.

**Change 1 dated 2 September 2025 hereby extends the closing date to 4 September 2025 3PM EST**

This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.

Solicitation FA8751Q0117 is issued as a request for quotation (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20250718.

Federal Acquisition Supply Chain Act (FASCSA) Orders: As of the date of this solicitation, there are no applicable FASCSA orders.

See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.

This solicitation is a Small Business Set-Aside-Total. The NAICS code is 811310 and small business size average annual receipts of $12,500,000.

The contractor shall provide services as outlined in Attachment No. 1 on a firm fixed price basis including the cost of shipping FOB Destination.

*****In order to be considered for award the contractor must submit, with their quote, proof of partnership with the Original Equipment Manufacturer (OEM). Only manufacturer certified service and installation technicians / factory trained customer engineers and field technicians accepted. No third- party vendors are authorized.

Anticipated Period of Performance will be One (1) Base Year plus Four (4) Option Years as follows:

Base: 17 September 2025-16 September 2026

Option 1: 17 September 2026 - 16 September 2027

Option 2: 17 September 2027 - 16 September 2028

Option 3: 17 September 2028 - 16 September 2029

Option 4: 17 September 2029 - 16 September 2030

Please use the attached bid sheet when preparing your offer or be sure to break out offer in the same format, to include pricing for all option years.

Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation.

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

Used, pre-owned, refurbished, or remanufactured parts will not be accepted. Items must be factory new.

All services shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY 13441.

The provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023), applies to this acquisition.

Addendum to the following paragraphs of 52.212-1 are:

(b) Written proposals/quotes are due at or before 3PM EST 04 September 2025. Submit to: Jenna Tarbania, email to jenna.tarbania@us.af.mil

Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services.

(b)(4) Submit a technical description of the items being offered.

(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations, information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer and waive informalities and minor irregularities in offers received.

The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:

(i) technical capability of the item offered to meet the Government requirement;

(ii) price;

All evaluation factors other than price, when combined, are approximately equal to price. The Government intends to award to the Lowest Priced Technically Acceptable Offer. Pricing is the Total Evaluated Price (TEP) and shall consist of the sum of the base year and all option years. In determining required technical acceptability, the Government will evaluate the services offered for compliance with the required items in Attachment No. 1 and proof of partnership with the Original Equipment Manufacturer (OEM).

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004) (MAR 2025)

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation (MAY 2021)

For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2)

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2023), applies to this acquisition.

The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days.

The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows: (a) The Government may extend the term of this contract by written notice to the Contractor; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004)(MAR 2025) applies to this acquisition.

The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91).

(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment . (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).

(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)

(6) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).

(7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note))

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020), (Pub. L. 109-282) (31 U.S.C. 6101 note).

52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).

52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (Dec 2023)

52.204-30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (Dec 2023) ( Pub. L. 115 390, title II).

52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025), (31 U.S.C. 6101 note).

52.219-28, Post Award Small Business Program Representation (JAN 2025)(15 U.S.C. 632(a)(2)).

52.222-3, Convict Labor (Jun 2003) (E.O. 11755))

52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) (29 U.S.C. 793)

52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).

52.223-23, Sustainable Products and Services (MAR 2025) (DEVIATION 2025- O0004)) (7 U.S.C. 8102, 42 U.S.C. 6962, 42 U.S.C. 8259b, and 42 U.S.C. 7671l)

52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)

52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) ( E.O. 13513)

52.232-33, Payment By Electronic Funds Transfer System For Award Management (Oct 2018) (31 U.S.C. 3332)

52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.)

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67)
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)

This Statement is for Information Only:

It is not a Wage Determination

23183 Electronics Technician Maintenance III, WG-10 $32.30 +$5.09 = $37.39

52.222-55, Minimum Wages Under Executive Order 14026 (JAN 2022)
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022)

The following additional FAR and FAR Supplement provisions and clauses also apply:

52.204-7 System for Award Management (NOV 2024)
52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)
52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)
52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)
52.204-22, Alternative Line Item Proposal (Jan 2017)
52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (NOV 2024)
52.232-18, Availability of Funds (Apr 1984)
52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)
52.247-34, FOB Destination (Nov 1991)
52.252-1 Solicitation Provisions Incorporate by Reference (FEB 1998)
52.252-2 Clauses Incorporated by Reference (FEB 1998)
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (DEC 2022) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022)
252.204-7003 Control of Government Personnel Work Product (APR 1992)
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024) (DEVIATION 2024-O0013)
252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)
252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
252.204-7020, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023)
252.204-7024, Notice on the Use of the Supplier Performance Risk System (MAR 2023)
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2023)
252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023)
252.225-7013 Duty Free Entry (NOV 2023)
252.225-7048 Export-Controlled Items (JUN 2013)
252.225-7055, Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022)
252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)
252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region Representation.(JUN 2023)
252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region.(JUN 2023)
252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (AUG 2024) (DEVIATION 2024-O0014)
252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems Representation (AUG 2024) (DEVIATION 2024-O0014)
252.227-7015, Technical Data--Commercial Products and Commercial Services (JAN 2025) (10 U.S.C. 2320)
252.227-7037, Validation of Restrictive Markings on Technical Data (JAN 2025)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) (10 U.S.C. 2227)
252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023)
252.232-7010, Levies on Contract Payments (DEC 2006)
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023) (Section 1038 of Pub. L. 111-84)
252.239-7017, Notice Of Supply Chain Risk (DEC 2022) (Section 806 of Pub. L. 111-383)
252.239-7018, Supply Chain Risk (DEC 2022) (Section 806 of Pub. L. 111-383)
252.244-7000, Subcontracts for Commercial Products and Commercial Services (NOV 2023)
252.246-7003, Notification of Potential Safety Issues (JAN 2023)
252.246-7008, Source of Electronic Parts (JAN 2023)
252.247-7023, Transportation of Supplies by Sea Basic (OCT 2024) (10 U.S.C. 2631(a))

5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: afrl.pk.workflow@us.af.mil

5352.223-9001, Health and Safety on Government Installations (JUL 2023)

All responsible organizations may submit a quote, which shall be considered.

Posted: Sept. 2, 2025, 2:01 p.m. EDT
Posted: Aug. 25, 2025, 7:59 p.m. EDT
Background
This solicitation, FA8751Q0117, is issued by the government as a request for quotation (RFQ) for commercial products and services related to Uninterruptible Power Systems (UPS). The agency aims to procure maintenance services for Liebert UPS systems, ensuring operational reliability and compliance with manufacturer specifications. The contract is set aside for small businesses, with a focus on utilizing certified service technicians from the Original Equipment Manufacturer (OEM), Vertiv.

Work Details
The contractor shall provide comprehensive maintenance services for Liebert UPS systems, including:
- On-site service comprising one annual and one semi-annual preventative maintenance service scheduled between 8 AM and 5 PM, Monday through Friday (excluding holidays).
- Guaranteed 4-hour on-site emergency response, available 24/7 within 150 miles of a Vertiv Service City.
- Access to the Customer Resolution Center and Vertiv's online customer services portal.
- Parts coverage including internal batteries with specific limits.
- Full labor and travel coverage at all times.
- Services performed by factory-trained and authorized technicians from Vertiv.
- Battery recycling in compliance with EPA requirements.

Specific tasks include:
1. Temperature checks on breakers and connections; visual inspections of equipment; checking air filters; recording voltage/current readings; operational tests of the system; calibration of electronics; and detailed reporting of any deficiencies found during inspections.
2. Internal battery maintenance includes measuring float voltage, inspecting for corrosion or leakage, and providing detailed reports on battery conditions.

Period of Performance
The anticipated period of performance includes one base year from September 17, 2025, to September 16, 2026, with four additional option years extending through September 16, 2030.

Place of Performance
The primary place of performance is Rome, NY 13441.

Overview

Response Deadline
Sept. 5, 2025, 3:00 p.m. EDT (original: Sept. 2, 2025, 3:00 p.m. EDT) Past Due
Posted
Aug. 25, 2025, 7:59 p.m. EDT (updated: Sept. 4, 2025, 12:59 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Rome, NY 13441 United States
Source

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000 - $250,000 (AI estimate)
Signs of Shaping
72% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 8/25/25 Air Force Research Laboratory issued Synopsis Solicitation FA875125Q0117 for Liebert UPS Maintenance due 9/5/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 811310 (SBA Size Standard $12.5 Million) and PSC J061.
Primary Contact
Name
Jenna Tarbania   Profile
Phone
None

Secondary Contact

Name
Tabitha Haggart   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation FA875125Q0117

Opportunity Assistant


AI Analysis

AI Generate

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA875125Q0117

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA875125Q0117

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA875125Q0117

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA875125Q0117

Experts for Liebert UPS Maintenance

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE RESEARCH LABORATORY > FA8751 AFRL RIKO
FPDS Organization Code
5700-FA8751
Source Organization Code
100512674
Last Updated
Oct. 1, 2025
Last Updated By
jenna.tarbania@us.af.mil
Archive Date
Sept. 30, 2025