Skip to content
Department of Defense

Uninterruptible Power Systems (UPS) Maintenance and Repair

Solicitation: W912KC26RA004
Notice ID: 5099f5474ca648ce998873b3c2c6369f
TypeCombined Synopsis SolicitationNAICS 518210PSCJ061Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStatePAPostedApr 06, 2026, 12:00 AM UTCDueApr 23, 2026, 09:00 PM UTCCloses in 14 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Apr 23, 2026. Industry: NAICS 518210 • PSC J061.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912KC26RA004. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 518210 (last 12 months), benchmarked to sector 51.

12-month awarded value
$139,930,727
Sector total $557,489,996 • Share 25.1%
Live
Median
$3,823,644
P10–P90
$1,144,729$6,502,558
Volatility
Volatile140%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
25.1%
share
Momentum (last 3 vs prior 3 buckets)
+241%($76,529,738)
Deal sizing
$3,823,644 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Annville, Pennsylvania • 17003 United States
State: PA
Contracting office
Annville, PA • 17003-5002 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
PA20260018 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
+102 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 102 more rate previews.
Davis-BaconBest fitstate match
PA20260018 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
Rate
Marble & Tile Setter
Base $31.18Fringe $18.35
+101 more occupation rates in this WD
Davis-Baconstate match
PA20260101 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Northampton
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+36 more occupation rates in this WD
Davis-Baconstate match
PA20260079 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Butler
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+32 more occupation rates in this WD
Davis-Baconstate match
PA20260097 (Rev 4)
Open WD
Published Jan 30, 2026Pennsylvania • Mercer
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
Rate
TILE SETTER
Base $35.64Fringe $21.63
+31 more occupation rates in this WD

Point of Contact

Name
Michael Hancock
Email
michael.m.hancock.civ@army.mil
Phone
7178613949
Name
John M O'Boyle
Email
john.m.oboyle.civ@army.mil
Phone
7178618643

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO PA • USPFO PA PROCUREMENT • W7NX USPFO ACTIVITY PA ARNG
Contracting Office Address
Annville, PA
17003-5002 USA

More in NAICS 518210

Description

This is a blanket purchase agreement. The period of performance is 1 May 2026 through 30 April 2031.

General: This is a service contract to provide all necessary support to perform UPS service, maintenance, repairs and replacement/upgrade of outdated parts or equipment for the MTC FTIG.

The contractor shall provide 24/7/365 emergency repair services to address any unscheduled system failures.

The contractor shall provide a telephone response from a qualified technician within four (4) hours of receiving an emergency service call. If the issue cannot be resolved remotely, the contractor shall have a technician on-site within twenty-four (24) hours.

The contractor shall diagnose the system failure and provide the cost estimated to restore the UPS to full operational status. This includes all necessary labor and the replacement of failed parts.

The contractor shall respond to requests for corrective maintenance within 8 hours from the time the customer requests that service.

The contractor shall diagnose the system failure and provide the cost estimated to restore the UPS to full operational status. This includes all necessary labor and the replacement of failed parts.

The contractor is to furnish a detailed report to the COR in PDF format no later than 1 week after performing service. Any issues or deficiencies found during performance are to be immediately reported to the COR with proposed corrective action.

The contractor shall provide two preventative maintenance services annually to be scheduled at the convenience of the Government. Preventative maintenance includes but is not limited to the following:

Visual Inspection: inspect the UPS and battery cabinets for any signs of damage, overheating, fluid leakage, or loose connections. Verify that all air inlets and outlets are clean and free of obstructions to ensure proper ventilation. Check for and clean any accumulation of dust or debris on internal and external components.

Mechanical and electrical checks: check all electrical connections, including internal wiring, breakers, and terminal blocks, to manufacturer-recommended specifications. Verify the integrity and functionality of all system components, including circuit breakers, fuses, and capacitors. Measure and record all critical AC and DC operational parameters (input/output voltage and current, frequency, battery voltage, and charge current).

Rectifier: Record input/output voltages and currents. Verify proper float and equalize settings for installed battery plant. Verify tolerance on the filtered DC bus. Verify system alignments are within factory specifications.

Inverter: Record input/output voltages and currents. Verify proper operation of inverter. Verify system alignments are within factory specifications. Verify DC currents on output of each inverter power stage.

Static Switch: Record Inverter input voltage and currents to Static Switch. Record Bypass input voltage and currents to Static Switch. Record Static Switch output voltages and currents. Verify proper operation of the static switch. Verify system alignments are within factory specifications.

Power Supplies: Verify proper output voltage of each internal power supply. Check for proper filtering of power supply output voltage. Confirm power supply redundancy if applicable.

General: Check for proper fan operation. Inspect general overall condition of battery plant. Confirm acceptable environmental conditions exist for applicable parts coverage.

Not all items are applicable to all systems.

System functional tests: perform a full functional test of the UPS, including transferring the load from utility power to battery power and back to utility power to stimulate a power outage. Verify functionality of all system alarms, indicators, and communication interfaces. Calibrate the system as necessary to ensure all operational readings are within acceptable tolerances.

The contractor will provide annual battery maintenance to be scheduled at the convenience of the Government. Battery maintenance includes but is not limited to the following: Review Customer battery maintenance logs and make entries into customer logs.

Perform semi-annual preventive maintenance inspection as follows:

Measure and record the voltage of each individual battery cell.

Measure and record total voltage per cabinet / rack

Measure and record ambient room temperature and humidity of the operating environment.

Conduct an impedance test on each battery to assess its internal condition and ability to hold a charge.

Perform a load test to verify the battery system can support the critical load for the specified runtime.

Measure and record AC ripple current. Measure and record AC milli-volt per unit.

Visual inspection: Check jar and cover for signs of leakage. Check for corrosion on terminal post or connector. Check for general appearance and cleanliness of battery room.

Clean all battery terminals and posts. Apply protective coating to all terminals to prevent corrosion. Re-torque all battery connections to manufacturer specifications.

The contractor shall provide a detailed report and quotation for the replacement of any battery that fails testing or shows signs of impending failure.

Warning/hazard labels. Operational information and placards. Eye wash and deluge shower (if applicable). Goggles, gloves and aprons (if applicable).

The contractor shall contain, collect, and dispose of hazardous and non-hazardous wastes and residues generated as a result of this contract, and dispose of all wastes off Fort Indiantown Gap, PA at disposal sites authorized by federal, state, and local laws and regulations for no additional cost. Contractor shall conduct any sampling necessary to properly characterize any waste prior to disposal and shall properly document all such waste determinations. Work shall be performed in accordance with all federal, state, and local laws and regulations. The contractor shall take responsibility for the cleanup for spills that may occur from their supplies or equipment during the operation, at no cost to the Government.

The contractor will provide, in writing, to the POC the following information 15 days prior to the execution of this contract:

Local Contractor POC Details.

Name and location of the contractor.

POC and contact information of the contractor.

Hours of operation of the contractor.

Government Responsibilities.

The government will provide POC information, in writing, to the contractor with the following information 15 days prior to the execution of this contract:

Name and location of the Government POC.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.