Skip to content
Department of Transportation

Mini Uninterrupted Power Supply (mUPS)

Solicitation: 04092026
Notice ID: b6ea193bb45c42e9846266bd17345ab3
TypeSources SoughtNAICS 335999PSC5920DepartmentDepartment of TransportationAgencyFederal Aviation AdministrationStateOKPostedApr 09, 2026, 12:00 AM UTCDueApr 27, 2026, 08:00 PM UTCCloses in 18 days

Sources Sought from FEDERAL AVIATION ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: OK. Response deadline: Apr 27, 2026. Industry: NAICS 335999 • PSC 5920.

Market snapshot

Awarded-market signal for NAICS 335999 (last 12 months), benchmarked to sector 33.

12-month awarded value
$46,914,354
Sector total $52,180,653,996 • Share 0.1%
Live
Median
$72,706
P10–P90
$31,766$1,215,316
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+94%($15,031,383)
Deal sizing
$72,706 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 OK
Live POP
Place of performance
Oklahoma City, Oklahoma • 73169 United States
State: OK
Contracting office
Oklahoma City, OK • 73125 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
OK20260041 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Oklahoma • Canadian
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
OK20260041 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Canadian
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+39 more occupation rates in this WD
Davis-Baconstate match
OK20260048 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • McClain
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+38 more occupation rates in this WD
Davis-Baconstate match
OK20260046 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Lincoln
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+38 more occupation rates in this WD
Davis-Baconstate match
OK20260054 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Le Flore, Sequoyah
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
ELECTRICIAN
Base $30.03Fringe $14.03
Rate
POWER EQUIPMENT OPERATOR: Group 1
Base $38.09Fringe $19.05
+23 more occupation rates in this WD

Point of Contact

Name
Samantha Pearce
Email
samantha.a.pearce@faa.gov
Phone
4059547739

Agency & Office

Department
TRANSPORTATION, DEPARTMENT OF
Agency
FEDERAL AVIATION ADMINISTRATION
Subagency
6973GH FRANCHISE ACQUISITION SVCS
Office
Not available
Contracting Office Address
Oklahoma City, OK
73125 USA

More in NAICS 335999

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

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.