West Virginia Bids > Bid Detail

J061--Uninterruptable Power Supply (UPS) Preventive Maintenance Clarksburg (VAMC) 540- 24-2-5050-0599

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159349257788075
Posted Date: Mar 6, 2024
Due Date: Mar 13, 2024
Source: https://sam.gov/opp/38bb5efcea...
Follow
J061--Uninterruptable Power Supply (UPS) Preventive Maintenance Clarksburg (VAMC) 540- 24-2-5050-0599
Active
Contract Opportunity
Notice ID
36C24524Q0335
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 06, 2024 09:06 am EST
  • Original Response Date: Mar 13, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J061 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Department of Veterans Affairs Louis A. Johnson VA Medical Center Clarksburg , WV 26301
    USA
Description
SUMMARY:
Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for information/sources sought notice in order to identify vendors that are interested in and capable of providing contractor services for the provision of labor and material to provide semi - annual preventive maintenance and testing for facility Uninterruptable power supply (UPS) at six (6) calendar month intervals.
PLACE OF PERFORMANCE:
Louis A. Johnson VAMC
1 Medical Center Dr
Clarksburg WV 26301

DESCRIPTION OF WORK:
Contractor will provide all resources necessary material, equipment, labor, & supervision, to perform preventive maintenance and testing for facility Uninterruptable power supply (UPS).
Contractor shall propose a preventive maintenance (PM) procedure for VA review and approval. The proposed PM process shall minimally include the following:
Visual inspection of equipment for cracks, leaks, or physical deterioration.
Thermal scan of equipment and conductor connection.
Verification of appropriate torque on all conductor connections.
Conduct operational test to include battery run down time.
Testing of UPS bypass switch (if equipped) for proper operation and isolation.
Inspection and cleaning of all internal UPS fans or cooling components.
Cleaning of the internal components of the UPS housing to include conductor connections.
Contractor shall provide a written report of all work completed, observed conditions related to UPS operation. Any observations related to remaining service life of UPS system or individual cells or components should be identified.
Contractor access to equipment will be provided throughout an active hospital setting. Information technology (IT) equipment may require shutdown by VAMC personnel prior to allowing contractor access to connected UPS. Shutdown of IT equipment may delay contractor progress between locations. Delay in work progress should be anticipated as an operational need of the government facility.
Existing UPS Information:
Liebert Model: N Power Â
MFR s ID: MX
Part #: 37SA080C0C6BA27
Serial #37-5686
Module Input: 3 Phase (3+N+G wire)
VAC:208 (210AMPS) (60HZ)
Input KVA: 76 (KW:70)
Input Filter:10%
Short Circuit Current Rating: 65KA
Output: 3 Phase (3+N+G wire)
VAC:120/208 (222AMPS) (60HZ)
Output KVA: 80 (KW:64)
Installed Options: Part # s
22-812511-01 (10% Filter)
370P000MBB2 (Multi Batt)
370P000ICI2 (OC-DI)
370P0000PS2 (Kit Power)
370P000PRB2 (OC-DO)
Existing Battery Cabinet Information
174 Amps DC, Max. at 391 Volts DC
Model #: 37BP080XWXCBNR
Serial #: 3T00005193
Battery #: HX500
Weight: 5275
Ref. drawings: 521817

PERIOD OF PERFORMANCE:
Contract period of performance is one twelve (12) month base period. The government at its sole discretion may elect to extend this contract for a total of four (4) additional twelve (12) month option periods.

SERVICE CONTRACT LABOR STANDARDS:
The Service Contract Labor Standards apply to this contract. Contractor will be responsible for compliance with the Service Contract Labor Standards and determining which of its workers are performing on or in connection with the contract and properly segregating their hours for purposes of pay and recordkeeping. The Department of Labor s Wage Determination is provided as an attachment; it specifies the minimum wages and fringe benefits for workers performing on or in connection with this contract.
Interested & Capable Responses:Â

NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Louis A. Johnson VA Medical Center.
Please respond to this RFI/Sources Sought 36C24524Q0335 with your:

Business name (including Unique Entity ID (SAM.gov)Â Â
Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and Â
Person of contact (including telephone number & email address).  Â
Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. Â
Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS)Â
Brief Summary of categories of services that your company can/cannot provide.Â
Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable)Â
Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response:Â Â Â
Do you intend to self-perform this effort?Â
If you are located outside the immediate area, how will you self-perform?Â
Or do you intend to subcontract work under this contract?Â
If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting?Â
Â

Response Instructions:Â

Responses must be submitted by 10:00 AM (ET) March 13th, 2024. Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov.

This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred as a result of a vendor s attendance to the Site-Visit nor the preparation of responses submitted as a result of this notice.

Bill Pratt
Contract Specialist
VHA, NCO 5
Billie.Pratt@va.gov
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 06, 2024 09:06 am ESTSources 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 >