SPECIAL NOTICE
J -- J--PREVENTIVE MAINTENANCE SERVICES FOR UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEMS
- Notice Date
- 3/12/2026 5:49:56 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- WESTERN-UPPER GREAT PLAINS REGION BILLINGS MT 59101 USA
- ZIP Code
- 59101
- Solicitation Number
- 89503426NWA000040
- Response Due
- 3/19/2026 6:00:00 AM
- Archive Date
- 04/03/2026
- Point of Contact
- Suryaty, Irma, Phone: (720) 962-7151
- E-Mail Address
-
suryaty@wapa.gov
(suryaty@wapa.gov)
- Description
- Notice of Intent to Sole Source Issued on March 12, 2026 The Department of Energy/Western Area Power Administration (WAPA) intends to negotiate with Eaton Corporation on a single-source basis under the authority of RFO FAR 12.102(a), restricting competition, under SAT, which pertains to soliciting from a Single Source. This negotiation is for preventive maintenance services for Uninterruptible Power Supply (UPS) systems to support the Upper Great Plains (UGP) Region, South Dakota Maintenance Office, located in Watertown, South Dakota. Eaton Corporation is the sole Original Equipment Manufacturer (OEM) of the UPS vital units for WAPA�s Operations Offices, ensuring compliance with both internal operational mandates and North American Electric Reliability Corporation (NERC) standards. Maintaining an active UPS Maintenance Service contract with Eaton is not merely a preference but a critical necessity to meet essential backup power requirements. Eaton is uniquely positioned as the only vendor possessing the proprietary service bulletins, critical firmware updates, and specialized calibration tools required to guarantee the reliability and integrity of these UPS units. No alternative contractor has access to these essential, OEM-specific resources. The Government intends to acquire these commercial services in accordance with the provisions, clauses, and procedures prescribed in FAR Parts 12. The North American Industry Classification System (NAICS) code for this acquisition is 811210, with a size standard of $34 million. The base performance period is one year, with three (3) one-year option periods, beginning approximately on April 6, 2026. THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES. This notice of intent does not constitute a competitive Request for Quotation (RFQ), and no solicitation package will be publicly issued. Responsible sources may submit a capability statement in response to this requirement, which the Agency shall consider. Capability statements must be received within five (5) business days after the date of publication of this notice and shall include documentation on the ability to satisfy the Government's requirements. A determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government. If WAPA identifies no other capable sources by March 19, 2026, at 07:00 a.m. MS, WAPA will issue a firm-fixed-price purchase order on or about March 30, 2026. Interested parties may identify their interest and capability to respond to the requirement, in writing, no later than the response date. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill the requirement. Inquiries will only be accepted via email to Irma Suryaty at suryaty@wapa.gov on or before March 19, 2026, at 07:00 a.m. MS. Please reference the above solicitation number when responding to this notice. No telephone requests will be welcomed.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/14596e0a5265434faba3237f211e988c/view)
- Record
- SN07742664-F 20260314/260312230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |