Opportunity

SAM #N0018926QL094-1

Eaton UPS Maintenance and Replacement Services for U.S. Naval Observatory

Buyer

NAVSUP FLC Norfolk

Posted

April 30, 2026

Respond By

May 06, 2026

Identifier

N0018926QL094-1

NAICS

811310, 811219, 811210

NAVSUP Fleet Logistics Center Norfolk is seeking a qualified provider for comprehensive maintenance and replacement services for four Eaton Uninterruptible Power Supply (UPS) units at the U.S. Naval Observatory in Washington, DC. - Government Buyer: - Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, Contracting Department - OEMs and Vendors: - Eaton (Original Equipment Manufacturer for UPS units, batteries, and capacitors) - Products and Services Requested: - Biannual preventive maintenance services for four Eaton UPS units (part numbers: 0001, 1001, 2001, 3001, 4001, 5001) - Two full battery replacements for all four UPS units (part number: 0003) - Two full capacitor replacements for all four UPS units (part number: 0002) - Emergency call services (hourly rate quoted separately) - Two quick response break/fix repair onsite visits per contract year (4-hour on-site response, 24x7 after-hours support) - Additional break/fix repair services as needed (hourly rate) - Unique or Notable Requirements: - All replacement parts must be Eaton OEM or approved Eaton-compatible components - Maintenance and replacements must adhere to Eaton manufacturer specifications and the Statement of Work - Rapid response for emergency and break/fix repairs (within 4 hours, 24x7 support) - Firm-fixed-price contract with options for up to five years, plus an additional extension option - Not set aside for small businesses; open to all qualified sources

Description

This is a COMBINED SYNOPSIS/SOLICITATION for commercial supplies with services, prepared in accordance with the information in the Revolutionary FAR Overhaul (hereinafter “RFO”) FAR Part 12, Acquisition of Commercial Products and Commercial Services, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued

PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov (https://sam.gov/).

The reference number is N0018926QL094. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 (effective 1 October 2025) and DFARS Publication Notice 20251110 (effective 10 November 2025). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses:

https://www.acquisition.gov/browse/index/far http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

The NAICS code is 811310 (Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance) and the Small Business Standard is $12.5M (millions of dollars). The Product Service Code is J030 (Industrial Products Install, Maintenance, and Repair). The purpose of this requirement is to procure replacement parts and maintenance services for four (4) Eaton Uninterruptable Power Supply units that provide backup power to the United States Naval Observatory.

The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk Contracting Department, Norfolk, VA 23511-3392, intends to award, through full and open competition on a brand name or equal basis, a Firm-Fixed-Price purchase order per the attached specifications and salient characteristics in the Statement of Work. As a result, this requirement will not be set aside for small business concerns. The activity’s small business office concurs with this determination.

The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk requests responses from qualified sources capable of providing the required products and services listed in the Statement of Work. All bids, proposals, or quotations received by the closing response date will be considered by the Government. Please see attached documents for more information.

View original listing