DOCUMENT
J -- SYR UPS Maintenance and Battery Replacement - Attachment
- Notice Date
- 8/9/2016
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
- ZIP Code
- 12208-3410
- Solicitation Number
- VA52816N0342
- Response Due
- 8/16/2016
- Archive Date
- 10/15/2016
- Point of Contact
- ANTHONY MURRAY
- E-Mail Address
-
Y.MURRAY2@VA.GOV<br
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Albany, NY for the purpose of collecting information about Preventative Maintenance Services for the UPS and Battery at the VA Hospital in Syracuse, NY. The VA is seeking to provide for this requirement for base year plus four option years. The requirement is detailed in the Statement of Work section of this document. (e) Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Anthony Murray at Anthony.Murray2@va.gov. - Contractors shall identify the NAICS code for the product being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall include any relevant comments about the Attachment(s) if applicable. Description/Specifications Statement of Work UPS Maintenance & Support (Syracuse VAMC) 1.All equipment and work is located the Syracuse VAMC, 800 Irving Avenue, Syracuse, NY, unless otherwise noted. 2.Contractor shall provide a firm fixed price quote for base bid plus four option years. Base bid year is October 1, 2016 to September 30, 2017. 3.A) Provide all materials, labor, and equipment for scheduled and unscheduled services for the equipment listed in paragraph 4 located at the Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY. Scheduled maintenance shall consist of the services and intervals indicated in the manufacturer's operations and maintenance manuals, unless updated by the manufacturer in writing. Service personnel shall be factory trained and authorized to service the equipment. All scheduled services on the Uninterruptible Power Supplies (UPS), Distribution Cabinets, and Batteries shall be performed between 5pm and 7am, and shall be coordinated with the Maintenance Superintendent. All scheduled work on the Computer Room Air Conditioners shall be performed between the hours of 8am and 4pm, Monday through Friday, and coordinated with the Maintenance Superintendent. System failures shall require a service technician on site within 4 hours of notification. a.Maintenance of Leibert units shall be in accordance with manufacturer's recommendations, manufacturer provided training and Emerson Network Power UPS operations & maintenance documentation found at http://www.emersonnetworkpower.com/documentation/en-US/Products/Monitoring/Documents b.Maintenance of the Schneider APC and battery cabinet shall be in accordance with manufacturer's recommendations, manufacturer provided training and Schneider Electric operations & maintenance documentation found at http://products.schneider-electric.us/technical-library/ B) As a separate line item, contractor shall quote an hourly labor rate (determined by prevailing wage) to be applied to unscheduled or emergency maintenance to any of the equipment included in this contract. 4.Equipment covered under this agreement: ManufacturerDescriptionModel Quantity Liebert, Tag 1451663UPS NPOWER 65-80 37SA065C0C6BC28 1 Liebert, Tag 1451664 SEALED BATTERY CAB 37BP065XUR1BNL 2 Liebert, Tag 1454018 REM DIST CAB FDC4412SB212577 1 Liebert, Tag 1457815 S600T MBC < 1200 MBP3225C05S3712 1 Liebert, Tag 1498321 DS AIR CONDDS053ADC0EI026A 2 Liebert, Tag 1498322 DS AIR CONDDS053ADC0EI026A 2 Liebert, Tag 1498324 CHALLENGER AirCond BU067A-CG00S267 2 Liebert, Tag 1578918 SS IGM INTER SM VSSW-2E 1 Schneider APCAPC 80 KVA UPS GALAXY 5000 G5K80 1 Schneider APC SEALED BATTERY CABINET GALAXY MGE 5000 216 CELLS 2 5.Period of Service: 1 Oct 16 - 30 Sep 17: Base year 1 0ct 17 - 30 Sep 18: Option year 1 1 Oct 18 - 30 Sep 19: Option year 2 1 Oct 19 - 30 Sep 20: Option year 3 1 Oct 20 - 30 Sep 21: Option year 4 6.All work shall be performed by personnel, experienced and qualified to work on the specific equipment listed on the schedule. It is the Contractor's responsibility to provide all personnel, equipment, manuals, tools, schematics and training to perform contracted services. 7.Scheduled preventative maintenance shall be provided 4 times per year in accordance with the manufacturer's recommendations. Such service shall be provided at equal intervals during the term of the contract and at no time shall more than 3-months pass between PM inspections. Contractor shall notify the COR within 30-days of acceptance of the contract of the month during which preventative maintenance inspections are to be performed. The contractor is responsible for scheduling all PM service visits prior to the end of the month in which they are due. Any deviations from this schedule must be approved in advance by the COR. 8.Work not covered in this contract shall not be performed without first obtaining permission of the COR and/or Contracting officer. Invoices resulting from additional work performed without prior approval will not be honored. 9.The contract price shall include all travel, fees and accommodations. 10.The contractor shall be responsible for informing the COR of any uncorrected deficiencies and noting these on the service ticket. Notation shall include the type of deficiency, dated and initialed. Any deficiency which poses a hazard to patients, staff or other equipment will immediately be called to the attention of the users and the COR. 11.All systems maintained are stand-alone, the equipment does not reside on the VA's computer network. Accordingly, contractor access to the VA network is not required ////////////////////////// END of STATEMENT OF WORK ////////////////////////////////////// DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/VA52816N0342/listing.html)
- Document(s)
- Attachment
- File Name: VA528-16-N-0342 VA528-16-N-0342_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2932217&FileName=VA528-16-N-0342-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2932217&FileName=VA528-16-N-0342-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-16-N-0342 VA528-16-N-0342_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2932217&FileName=VA528-16-N-0342-001.docx)
- Place of Performance
- Address: SYRACUSE VAMC;800 IRVING AVE;SYRACUSE, NY
- Zip Code: 13210
- Zip Code: 13210
- Record
- SN04215219-W 20160811/160809235028-176111e1fe7dac9da32d07604652a821 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |