J059--Uninterruptible Power Supply (UPS) Equipment Service Preventive Maintenance and Service. Washington DC VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: District of Columbia
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159372367372276
Posted Date: Mar 29, 2023
Due Date: Apr 7, 2023
Solicitation No: 36C24523Q0381
Source: Members Only
Follow
J059--Uninterruptible Power Supply (UPS) Equipment Service Preventive Maintenance and Service. Washington DC VAMC
Active
Contract Opportunity
Notice ID
36C24523Q0381
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 29, 2023 12:02 pm EDT
  • Original Response Date: Apr 07, 2023 09:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Department of Veterans Affairs Washington DC VAMC Washington , DC 20422
    USA
Description
Source Sought Notice- Uninterruptible Power Supply (UPS) Equipment and Associated Batteries Preventative Maintenance and Service Agreement, Washington D.C VAMC

This is a Sources Sought Notice; it is not a Request for Quotes or Proposals.

The Washington D.C Veterans Administration Medical Center (VAMC) is seeking
sources to provide UPS Equipment and Associated Batteries Preventative Maintenance and Services.

Important: Contractor must be either Schneider authorized field engineer or Certified EcoXpert Partners.

Requirements:
The Contractor shall perform an initial inspection of the UPS equipment and the associated batteries providing a report of the current condition to the COR. Documenting the install dates and recommended battery replacement schedules for each UPS unit. Additionally, the Contractor shall contact the manufacture for information on possible upgrade to software or any other recommended revision to each UPS and document the findings. The Contractor then shall contact the Manufacture periodically (2-year interval, maximum) for further updates. The report shall also include all recommended testing and analysis by the Original Equipment Manufacturer (OEM) and those found in NFPA 70B 28.3 as applicable. This report shall serve as the baseline information for Record Keeping log outlined herein.
Contractor shall ensure that the equipment functions in conformance with the following latest published standards, codes, specifications, and regulations as applicable to include, but not limited to: Joint Commission for the Accreditation of Healthcare Organizations (JCAHO), National Fire Protection Agency (NFPA-99)(NFPA-70) and (NFPA-70B), Original Equipment Manufacturer (OEM), 21 CFR, American Hospital Association (AHA)/American Society for

EQUIPMENT LISTING:
OI&T 4th floor Server room
Galaxy 5000/5500 81 to 130 KVA, Serial Number C11833190021
GU Suite
Galaxy VS 80 to 100KW, Serial Number BD1902006729
ASSOCIATED BATTERIES: Batteries associated with each of the UPS shall be replaced per established guidelines of the Manufacture of the UPS. The Contractor shall determine the date of install by date code provided by manufacture and replace batteries accordingly. Batteries shall be inspected for any abnormalities or signs of failure to avoid a catastrophic failure of the UPS System. Contractor shall provide in the report the condition of the batteries and date installed. If Contractor determines batteries need to be replaced, a quote for the service shall be provided for CO or COR approval.
EQUIPMENT CHANGES: Equipment replacements /upgrades will be covered once a written supplemental agreement is issued and signed by the Contracting Officer (CO) and the Contracting Officer's Representative (COR).
The Contractor, without additional expense to the Government, shall obtain all licenses, permits, and insurance required to perform the work in this Contract. Contractor shall comply with all applicable federal, state, and local laws. Evidence of insurance, licenses, and permits shall be provided to the Contracting Officer and COR before work commences.

The anticipated date of a solicitation is April 11th, 2023, with an expected period of performance starting May 1st, 2023, to April 30th, 2024, using NAICS CODE 561210, Facilities Support Services, size $47.0 million.

Vendors will not receive formal notification or feedback on any information submitted in
this Sources Sought Notice. All future proposed submissions and solicitations
requirements solicited on a Government Point of Entry (GPE) will be evaluated
independently of any information submitted in response to this Sources Sought Notice.
No vendor will be provided information on solicitations issued on a Government Point of
Entry based on this Sources Sought Notice. Potential Sources shall provide their Capability Statement and it must be clear, concise, and complete.

Interested contractors should respond to this notice via email to:
Trever.Turcotte@va.gov using the subject Uninterruptible Power Supply (UPS) Equipment and Associated Batteries PM and Service Agreement, Washington D.C VAMC by Friday April 7th, 2023, 09:00 am EST, and provide:

UEI/DUNS number.
VIP verification standing, if any.
GSA contract number, if applicable.
Please limit response to 5 pages

There is no other information available at this time.
Responses to this notice may be used in determining an appropriate set-aside.

Thank you for your interest.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 29, 2023 12:02 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >