Skip to content
Department of Defense

UPS Maintenance

Solicitation: N6471026Q0007
Notice ID: dbf322459eff4368901db8386c41a8e5
TypeSolicitationNAICS 811210PSCJ061Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateWAPostedApr 06, 2026, 12:00 AM UTCDueApr 14, 2026, 12:00 AM UTCCloses in 7 days

Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: WA. Response deadline: Apr 14, 2026. Industry: NAICS 811210 • 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: N6471026Q0007. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$218,963,210
Sector total $372,345,198 • Share 58.8%
Live
Median
$100,290
P10–P90
$23,918$435,875
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
58.8%
share
Momentum (last 3 vs prior 3 buckets)
-83%(-$154,673,407)
Deal sizing
$100,290 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 WA
Live POP
Place of performance
Silverdale, Washington • 98315 United States
State: WA
Contracting office
Silverdale, WA • 98315-6499 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
WA20260130 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Washington • Spokane
Rate
ELECTRICIAN
Base $49.55Fringe $19.09
Rate
Line Construction: LINE PERSON
Base $64.17Fringe $23.58
+32 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 32 more rate previews.
Davis-BaconBest fitstate match
WA20260130 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Spokane
Rate
ELECTRICIAN
Base $49.55Fringe $19.09
Rate
Line Construction: LINE PERSON
Base $64.17Fringe $23.58
Rate
TREE TRIMMER: Ground Person
Base $22.60Fringe $16.37
+31 more occupation rates in this WD
Davis-Baconstate match
WA20260021 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Adams
Rate
BRICKLAYER
Base $33.95Fringe $19.33
Rate
TILE SETTER
Base $29.86Fringe $13.95
Rate
CARPENTER (Including Drywall Hanging and Form Work)
Base $44.21Fringe $17.28
+28 more occupation rates in this WD
Davis-Baconstate match
WA20260026 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Grant
Rate
BRICKLAYER
Base $33.95Fringe $19.33
Rate
TILE SETTER
Base $29.86Fringe $13.95
Rate
CARPENTER (Including Drywall Hanging and Form Work)
Base $44.21Fringe $17.28
+27 more occupation rates in this WD
Davis-Baconstate match
WA20260061 (Rev 1)
Open WD
Published Jan 23, 2026Washington • Whitman
Rate
ELECTRICIAN
Base $49.55Fringe $19.09
Rate
Line Construction: LINEMEN
Base $60.54Fringe $23.97
Rate
POWER EQUIPMENT OPERATOR GROUP 1
Base $38.17Fringe $23.40
+20 more occupation rates in this WD

Point of Contact

Name
Tabbatha Austin
Email
tabbatha.austin@swfpac.navy.mil
Phone
3605643069
Name
Lacy Campochiaro
Email
lacy.campochiaro@swfpac.navy.mil
Phone
3605642396

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
SSP
Office
STRATEGIC WEAPONS FAC PAC FINANCIAL
Contracting Office Address
Silverdale, WA
98315-6499 USA

More in NAICS 811210

Description

Statement Of Work

UPS Maintenance and Repair

  1. 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

  1. 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. 

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.