Opportunity

SAM #04092026

FAA Procurement of Miniature Uninterruptible Power Supplies (mUPS)

Buyer

Federal Aviation Administration

Posted

April 09, 2026

Respond By

April 27, 2026

Identifier

04092026

NAICS

335999

The FAA is seeking to procure Miniature Uninterruptible Power Supplies (mUPS) to support critical National Airspace System (NAS) facilities and ensure uninterrupted power. - Government Buyer: - Federal Aviation Administration (FAA) - AJM-5 Telecommunications Integrated Services - FAA Logistics Center (FAALC) - 6973GH Franchise Acquisition Services - OEMs and Vendors: - Marathon Power (sample approved product) - Products/Services Requested: - DIN-Rail Mount UPS, 850VA/500W, 120V, Super Cap (Marathon Power UP-SDRU-0500-H1), quantity: 600 units - Single-phase capacitor-based offline UPS (~800VA) with NEMA 5-15 plug and external power strip - Single-phase 1kVA online dual conversion UPS - Single-phase 3kVA online UPS - Three-phase 208V 3kVA online UPS - Single-phase 1kVA online UPS with extended runtime (>4 hours, possibly with extra battery modules) - Unique or Notable Requirements: - All UPS units must include mounting hardware - Must operate in dusty conditions and withstand high temperatures (over 110 degrees) - Minimum runtime of 15 seconds at 192 Watts for extended runtime units - Vendors must provide detailed capability statements - SDVOSB and SBA 8(a) firms must submit certification letters - Place of Performance and Delivery: - Mike Monroney Aeronautical Center (MMAC), Oklahoma City, OK - Operating Stock, 6500 S MacArthur Blvd, Oklahoma City, OK 73169

Description

1. Introduction and Purpose

The Federal Aviation Administration (FAA) has a requirement for the procurement of Miniature Uninterruptible Power Supplies (mUPS).

The purpose of this announcement is to conduct a market survey to solicit statements of interest and capabilities from interested vendors in accordance with FAA Acquisition Management System (AMS) Policy 3.2.1.2.1.  This market survey will enable the FAA to review responses that are current and will assist with acquisition planning based on current data.  Responses to this market survey will be used for informational purposes only.

The purpose of this market survey is to obtain information that is to be used by the FAA in choosing the method and type of procurement competition to be used to fulfill this requirement. The FAA requires copies of certification letters for interested service-disabled veteran-owned small businesses (SDVOSB) or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA’s 8(a) Program.

2. North American Industry Classification System (NAICS) code(s) and Product Service Code (PSC)

NAICS                        Size Standard

335999                        $45.0M

PSC

5920

3. Incumbent Contractor (if applicable)

Not applicable

4. Nature of Competition

The nature of the competition and procurement method that will be conducted for this requirement has not yet been determined. The FAA will review the responses to this Market Survey and will make acquisition planning decisions based on market survey responses and the FAA’s needs. The FAA may decide to conduct a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses, or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA’s 8(a) Program.

In order to make this determination the FAA requires the following information from interested vendors in accordance with the attached documents herein:

1. Capability Statement - This document is limited to not more than six (6) pages, in Times New Roman, size 12 pt. font, and must identify:

Type of services provided by your firm; Detailed description of similar government contracts previously awarded, including procurement and service fulfillment; Number of years in business;

2. Response shall also provide a point of contact number and name (either by phone, email or both) for questions.

3. A copy of the vendor's Certification of SDVOSB eligibility, if applicable.

5. Regions of Performance

MMAC, Oklahoma City, OK

6. Standard Language

This is not a screening information request or request for proposal of any kind.  The FAA is not seeking or accepting proposals at this time. The responses will be used to develop the source list for this requirement. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey.  Therefore, any cost associated with the market survey submission is solely at the interested vendor’s expense.

7. Submittal Requirements for Market Survey

All responses to this market survey must be received by Monday, April 27, 2026, 3:00 CST (Oklahoma time). Please include “Market Survey Response: 04092026-Uninterruptible Power Supplies” in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary.

NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING VIA EMAIL TO THE CONTRACTING OFFICER. CONTACT INFORMATION IS PROVIDED BELOW.

All submittals should be submitted in electronic format (email) to: Samantha Pearce, Contracting Officer, Samantha.A.Pearce@faa.gov.

8. Scope of Work

The scope of work consists of providing uninterruptible power supplies with the following specifications:

Single-Phase, Capacitor-based, ~800VA, Offline, must include NEMA 5-15 plug (input) and external power strip on output with at least 4x5-15 and no switch plus mounting hardware,

Must have the ability to withstand dusty conditions and temperatures over 110 degrees.

Single-Phase, Capacitor-based, 1kVA, Online, Dual conversion, must include mounting hardware.

Single-Phase, Capacitor-based, 3kVA, Online, must include mounting hardware. 

3-Phase 208V, Capacitor-based, 3kVA, Online, must include mounting hardware. 

Single-phase, 1kVA, Online, capable of providing power for greater than 4 hours. May achieve this by installing additional battery modules.

Units must have a minimum runtime of fifteen (15) seconds at 192 Watts.

9. Attachments

SOW - MINI UPS Procurement

View original listing