Opportunity

SAM #N6471026Q0007

APC Symmetra PX UPS Maintenance and Repair Services for SWFPAC, Naval Base Kitsap-Bangor

Buyer

Strategic Weapons Facility Pacific (SWFPAC) Finance

Posted

April 06, 2026

Respond By

April 14, 2026

Identifier

N6471026Q0007

NAICS

811212, 811210

This opportunity involves the U.S. Navy's Strategic Weapons Facility Pacific (SWFPAC) at Naval Base Kitsap-Bangor seeking comprehensive maintenance and repair services for three APC Symmetra PX Uninterruptible Power Supply (UPS) units. - Government Buyer: - United States Department of the Navy, Strategic Weapons Facility Pacific (SWFPAC) - Contracting and delivery managed by SWFPAC Manpower and Financial Receiving Offices - OEMs and Vendors: - Original Equipment Manufacturer (OEM): American Power Conversion (APC) - All services must be performed by APC-certified or authorized service providers - Products/Services Requested: - Preventative maintenance, emergent and emergency repairs, and remote technical support for three APC Symmetra PX UPS units (20kVA and 40kVA models) - Models: SYCF40KF (20kVA and 40kVA variants) - Serial Numbers: QD1633340704, QD1830240733, QD1830240729 - Replacement of parts/hardware with genuine APC components - 24/7/365 technical support and six-hour emergency on-site response for critical failures - Annual health and service reporting - Firmware/software updates as needed - Unique or Notable Requirements: - Only APC-authorized and certified technicians may perform services to preserve warranty and ensure system reliability - Strict security and base access requirements for all personnel - All replacement parts must be genuine APC to maintain compatibility and warranty - Detailed service documentation and annual reporting required - Place of Performance and Delivery: - All work performed at SWFPAC facilities on Naval Base Kitsap-Bangor, Silverdale, WA - Contracting and delivery offices located at 6401 and 6403 Skipjack Circle, Silverdale, WA 98315-6499

Description

Statement Of Work

UPS Maintenance and Repair

BACKGROUND

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

SCOPE:   

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:

Visual Inspection: Check for loose connections, overheating, component discoloration, and physical defects. Environmental Checks: Measure and record ambient temperature and humidity. Cleaning: Clean and remove dust/debris from the interior and exterior of the UPS. Electrical Checks: Perform thermal scans on electrical connections to identify potential failure points. Check and tighten all terminal connections as needed. Battery Maintenance: Conduct a full battery string inspection, including voltage checks, impedance testing, and a system load test to verify battery performance and runtime. System Calibration: Calibrate and verify all system alarms, setpoints, and transfer mechanisms. Firmware & Software: Review installed firmware and operating system software. Install any necessary updates, patches, or security fixes after receiving approval from SWFPAC personnel. Functional Test: Perform a full functional test to ensure the unit operates correctly in all modes (e.g., normal, battery, bypass).

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. 

View original listing