Active SLED Opportunity · MASSACHUSETTS · TOWN AND COUNTY OF NANTUCKET

    Data Center Uninterruptible Power Supply (UPS) Replacement

    Issued by Town and County of Nantucket
    countyIFBTown and County of NantucketSol. 248108
    Open · 7d remaining
    DAYS TO CLOSE
    7
    due May 1, 2026
    PUBLISHED
    Mar 26, 2026
    Posting date
    JURISDICTION
    Town and
    county
    NAICS CODE
    238210
    AI-classified industry

    AI Summary

    Invitation for Bids for installation and demolition of three 20KW UPS units at Nantucket Police Department, including battery removal and recycling. Requires coordination to minimize downtime and compliance with insurance and labor regulations. Bid due May 1, 2026.

    Opportunity details

    Solicitation No.
    248108
    Type / RFx
    IFB
    Status
    open
    Level
    county
    Published Date
    March 26, 2026
    Due Date
    May 1, 2026
    NAICS Code
    238210AI guide
    Agency
    Town and County of Nantucket

    Description

    Provide all materials and labor for the installation of three 20KW UPS units, and the demolition of the existing three uninterruptible power supply (UPS) units, including removal of the battery cabinets and batteries. Batteries shall be removed, packaged, transported, and recycled through a licensed recycling facility in accordance with all applicable federal, state, and local environmental regulations. Contractor shall provide disposal manifests or recycling certificates to the Owner.  The existing UPS’s serve critical loads, and this contractor shall closely coordinate with the Owner to minimize downtime and provide assistance in the cutovers as indicated on the contract drawings phasing notes.

    Background

    The three uninterruptible power supply (UPS) units provide emergency power to critical systems (data, telephone and radio communications) within the Nantucket Police Department facility. Two UPS units provides emergency power to the data room and communications center. One UPS services the main electric and provides power to dedicated circuits throughout the building.

    Project Details

    • Reference ID: 2026-IFB-066
    • Department: Police Department
    • Department Head: Jody Kasper (Chief of Police)

    Important Dates

    • Questions Due: 2026-04-24T14:00:00.000Z
    • Answers Posted By: 2026-04-28T14:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-07T15:00:00.000Z — 4 Fairgrounds Rd, Nantucket, MA

    Addenda

    • Official Notice #1: Pre-Bid Meeting (released 2026-04-07T17:07:37.717Z) —

      Pre-Bid Meeting was held on April 7, 2026 at 11AM.  There were no attendees.

    Evaluation Criteria

    • GENERAL DESCRIPTION

      Provide all materials and labor for the installation of three 20KW UPS units, and the demolition of the existing three UPS units, including removal of the battery cabinets and batteries. Batteries shall be removed, packaged, transported, and recycled through a licensed recycling facility in accordance with all applicable federal, state, and local environmental regulations. Contractor shall provide disposal manifests or recycling certificates to the Owner.  The existing UPS’s serve critical loads and this contractor shall closely coordinate with the Owner to minimize downtime and provide assistance in the cutovers as indicated on the contract drawings phasing notes.  

    • Workers' Compensation

      Workers' Compensation, covering the obligations of the CONTRACTOR in accordance with applicable Workers' Compensation or Benefits law

    • Commercial General Liability

      Commercial General Liability Insurance on an occurrence basis with a combined single limit of not less than $2 million.  Coverage is to include premises and operations, coverage for liability of subcontractors.  The policy shall contain an endorsement stating that the aggregate limits will apply separately to the work being performed under this Agreement. 

    • Automobile Liability Insurance

      Automobile Liability Insurance of not less than $1 million combined single limit covering owned, hired and non-hired vehicle use.

    Submission Requirements

    • Tax Compliance and Non-Collusion Form (required)

      Please download the below documents, complete, and upload. FAILURE TO SIGN AND UPLOAD THESE TWO FORMS WILL DISQUALIFY THE SUBMISSION PER MASSACHUSETTS GENERAL LAWS.  

    • Proof of Insurance (required)

      Insurance Required: Bidder shall obtain and maintain at its expense and from insurance companies of a Best Rating of A or better, which are licensed to do business in the Commonwealth of Massachusetts, insurance as set forth below.

      Please upload your proof of insurance.

    • References (required)

      Bidder must provide a complete list of municipal customers who it provided services in the past three (3) years. Reference information must include Company/Government Name, Contact Person, Current Phone Number, Email Address and Dates of Service.

      Poor References may be a basis for determining that a bidder is not responsible.

    • BID FORM (required)
    • Bid Deposit Required (required)

      Bidders MUST submit proof of a bid deposit of five percent (5%) of the amount of the base bid.  Bid deposit may be in the form of a certified check; a bank, treasurers or cashier's check; or a bid bond from a surety company.  Original bid deposits MUST be received by the Nantucket Police Department, 4 Fairgrounds Road, Nantucket, MA 02554 within five (5) business days of the May 1, 2026 bid opening.  Please include Bid No. 2026-IFB-066 on the envelope.  

    • Prevailing Wage Schedule & Certified Payroll. (required)

      Please download the below documents, complete, and upload.

    • Payment Bond (required)

      The successful General Bidder will be required to furnish a materials payment bond in the amount of 50% of the Contract Price with a surety company qualified to do business under the laws of the Commonwealth. The bonds shall name the Town of Nantucket and the Nantucket Police Department as Owners on the materials bond.

    • W9 Form Request

      Please upload a completed W-9 Form if you have not worked with the Town of Nantucket in the past. The W-9 will be used to set up the Contractor as a Vendor for the Town of Nantucket. 

    • Contractor certifies OSHA 10 requirement and Labor can work in harmony with all other elements of labor employed or to be employed. (required)
      1. Contractor must comply with: Chapter 306 of the Acts of 2004 § 1.
        1. That they are able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; and
        2. Who shall certify that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least ten (10) hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and
        3. That all employees to be employed in the work subject to this bid have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least ten (10) hours in duration.
          1. Any employee found on a worksite subject to this section without documentation of successful completion of a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least ten (10) hours in duration shall be subject to immediate removal.
    • Pricing (required)
    • Basis of Compensation (required)
    • Maximum not to exceed amount (required)
    • Are alternates allowed for this Lump Sum Basis of Compensation? (required)
    • Are alternates allowed Category Basis of Compensation? (required)

    Questions & Answers

    Q (No subject): Will there be a recording for the prebid meeting for those who can not attend?

    A: No recording will be made. Contractors are encouraged to attend the pre-bid meeting, however attendance is not mandatory.


    Q (No subject): Are you only accepting bids from qualified MBE/DBE/WBE firms?

    A: No. The Town will accept all bids from contractors who are able to supply the specified goods and services.


    Q (Data Center Uninterruptible Power Supply (UPS) Replacement): I would like to verify that you currently possess the three 20kVA UPS units and that you only need assistance with their installation and removal.

    A: The subject project requires the supply of three new UPS units and the replacement of the three existing UPS units. This installation requires the disconnection of existing UPS and re-wiring of new units. All of this work is included in the project specifications.


    Q (Please clarify 2.01 - A.): Does the Town of Nantucket need to purchase Three EATON 93PM 120kW UPS units as described in section 2.01 A.

    A: The specification of the EATON UPS unit is used for the basis of design. Contractors may submit in their bid three EATON units as specified or three other UPS units from another manufacturer that meets or exceeds the design specifications for the UPS units listed in the project specifications.


    Q (2.01 SYSTEM DESCRIPTION AND OPERATION): 1) The description (2.01 – A) is not clear whether they need to purchase 3 Eaton 93PM 120KW UPS. We need clarification if they need to purchase 3 EATON 93PM 120KW UPS? Do they already have the 3 Eaton 93PM 120 KW UPS?

    A: Specifications Division Section 263353, PART 2- Paragraph 2.01, subsection A. Reads: 2.01 SYSTEM DESCRIPTION AND OPERATION A. Three UPS units will be required for this project. Manufacturer: The basis of design is the EATON 93PM 120kW UPS. Provide External maintenance by-pass side car as shown on contract documents for UPS#1 and UPS#2. CURRENTLY INSTALLED AND WHICH WILL BE REPLACED are three (3) Mitsubishi 2033C Series 20 kVA UPS units. Each of these units will be REPLACED by a UPS unit that meets or exceeds the design and operational specifications equivalent or exceeding the EATON 93PM 120kW UPS. Massachusetts procurement law generally prohibits specifying a product by only one manufacturer. Alternates may be submitted provided that they meet or exceed the product specified as the basis for design. The successful Bidders to whom the project will be awarded to must supply and completely install three (3) new UPS units in accordance with the project specifications. Bidders must completely remove and dispose of the existing three (3) Mitsubishi 2033C UPS units in accordance with the project specifications. The Town is not independently purchasing three stand-alone UPS units. This project is a complete installation involving electrical wiring and related components as well as the disconnection and connection of the UPS system. This entails that the successful bidder shall SUPPLY and INSTALL three NEW UPS units which are replacing the three existing Mitsubishi units which shall be removed and disposed of.


    Q (No subject): From what I’m seeing, the spec appears to be calling for a 120-kW frame size. Is there a specific reason for the preference toward the 120-kW frame versus the smaller 60-kW frame, given the stated load? Understanding the driver here will help us make sure we’re recommending the most appropriate configuration. Also, can you have the customer share a bit more about the environment these units will be installed in? We want to confirm that the room conditions (temperature, humidity, etc.) are within the UPS operating limits and that there aren’t any extreme conditions we should be accounting for.

    A: Please refer to the project specifications when preparing items for bid. Specific rationale is immaterial to compliance with the bid specifications. Environmental factors for this installation should be considered to be a standard office environment.


    Q (No subject): Just to confirm as well — are all three systems intended to be identical? Our understanding is: • 20 kW load • 15 minutes of runtime at full load • Same configuration applied to each of the three UPS systems

    A: Please refer to the project specifications and that this project involves the supply and installation of a UPS unit that meets or exceeds the design and operational specifications equivalent or exceeding the EATON 93PM 120kW UPS. Two UPS units are connected to a battery bank and one UPS unit is stand-alone.


    Q (No subject): One other item I noticed on the technical sheet: panelboards are referenced. Can you confirm whether the scope includes an Eaton cabinet for the panelboards, or if the expectation is UPS and battery only?

    A: Please refer to the project specifications and that this project involves the supply and installation of a UPS unit that meets or exceeds the design and operational specifications equivalent or exceeding the EATON 93PM 120kW UPS. Existing panelboards are not being replaced.


    Q (Drawing Review): 1) The breaker sizes illustrated in the Electrical drawings are 80A, 70, and 60A, all too small for a 20KVA 93PM, which will require a 90A breaker. Please advise.

    A: [GGD] UPS #1 is fed from an existing 80A circuit breaker, UPS#2 is fed from an existing 70A circuit breaker and UPS#3 is fed from an existing 80A Circuit breaker. No 60A circuit breakers are utilized. The project intent is to replace the existing UPS units and connect to existing infrastructure. 20KW at 208V, 3phase equates to 55.5A.


    Q (Drawing Review): 2) The illustration shows only 2 units with a bypass cabinet; this UPS always requires either a bypass cabinet or a wall-mounted bypass for back-feed protection. Please advise.

    A: [GGD] The Eaton 93PM UPS does not include internal backfeed protection on the bypass path. As a result, the system requires a means of preventing backfeed into the bypass source. Provide bypass cabinet on all three UPS units.


    Q (Drawing Review): 3) The drawings indicate 20kVA/16kW 93PM, document text indicates a 20kW system. Please clarify that the 93PM is a unity power system with a 20kVA/20kW rating.

    A: [GGD] The Specified UPS is a unity power factor with the ability to support .8 leading or .8 lagging without de-rating. Provide 20KW model.


    Q (No subject): Follow up on question 9: Unless the breakers are 100 percent rated, in which case we can take 80A @ 208V or 70A @ 220V, we will need a 90A breaker upstream. AC input to the UPS rectifier at full load + battery recharge current for the 93PM is 71A @ 208V, 80A breaker rated at 80% supplies 64A. While UPS is likely not at full load and will run fine off the existing breakers, we cannot guarantee the startup technician will initialize a unit not installed up to specs. We like to hear your feedback.

    A: [GGD] I have reviewed the trip curve for the Square D model QO with a trip rating of 70Amperes and 80Amperes and they can hold 100% of their rating indefinitely. 71 amperes will hold for hours. These breakers have had no issues with the existing loads.


    Q (No subject): Could you please provide the exact location for the equipment delivery and the installation address?

    A: 4 Fairgrounds Road, Nantucket Massachusetts 02554. Lower Level Data Center Lower Level Main Electrical Room Please consult the project drawings for additional information.


    Q (Delivery ): Is there a loading dock for delivery?

    A: No, but we do have a garage where we can accept deliveries.


    Key dates

    1. March 26, 2026Published
    2. May 1, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.