DOCUMENT
J -- Power Supply MAINTENANCE CONTRACT Prev VA260-14-F-1670 - Attachment
- Notice Date
- 8/11/2016
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;1495 Wilmington Drive, Suite 360;DuPont WA 98327
- ZIP Code
- 98327
- Solicitation Number
- VA26016Q0814
- Response Due
- 8/18/2016
- Archive Date
- 8/28/2016
- Point of Contact
- york.barrett@va.gov
- E-Mail Address
-
york.barrett@va.gov
(york.barrett@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a SOURCES SOUGHT NOTICE in support of the BOISE VETERANS AFFAIRS MEDICAL CENTER (VAMC) BOISE, ID CAMPUS, for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to York Barrett at York.Barrett@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses are due by August 17, 2016, at 1300 PDT. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance. The largest a firm can be and still qualify, as a small business for Federal Government programs is no larger than $27.5 Million. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information are needed to submit accurate offers? 4) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the Boise VAMC to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Federal Business Opportunity (http://www.fbo.gov). DESCRIPTION OF THE REQUIREMENT: UPS Maintenance STATEMENT OF WORK STATEMENT OF WORK (SOW) as of 29 March 2016 Contract Number: Task Order Number: IFCAP Tracking Number:531-16-3-5052-000 Follow-on to Contract and Task Order Number: 1. Contracting Officer's Point of Contact (POC). Name: Section: Address: Phone Number: Fax Number: E-Mail Address: 2. Contract Title. Maintenance and Repair Service for Uninterruptable Power Supplies (UPS's). 3. Background. Contract # VA260-14-F-1670 was submitted, requesting option year 2 of 4 option years. The option year could not be exercised, as the vendor's government contract had expired. As a result, this new request is being submitted. The Boise VAMC's Biomedical department does not have the specialized test equipment or a technician trained and qualified to perform service on the UPS's for the PBX room, Nuclear Medicine Camera, or the CT Scanner. Qualified Service required to maintain these devices to Manufacturer's specifications. This equipment contains NO Patient Identifiable Information or is connected to a computer network. The equipment is located in various locations at the Boise VA Medical Center (BVAMC). No Sensitive Patient Records will potentially be viewed, as the equipment is located in non-patient care areas. Access to the PBX controlled area will be provided by POC, Police Service, or another designated and authorized BVAMC employee. 4. Scope. Contractor shall furnish all supervision, labor, travel, equipment, parts, and supplies to furnish preventative maintenance services, and corrective call back services for the UPS's for the PBX Computer Room, the Nuclear Medicine Gamma Camera and the CT Scanner. The equipment is located in various locations at the BVAMC. Planned Maintenance Service will be provided between 8:00am to 5:00pm, Monday through Friday, excluding Federal Holidays. Emergency Service will be provided 24x7, with an 8 hour response time. Equipment contains no PII, it is not connected to a computer network, nor is it in a patient care area. UPS's are: PBX UPS: Powerware Plus 80/65 - 9315-80, S/N: EV405ZBA08, 40 Batteries Nuclear Medicine UPS: GE LP33U Series, 30KVA, S/N: Q0030-4508-G238G, 24 Batteries CT UPS: Powerware 9150-12.5, S/N: TV115W0025, 48 Batteries 5. Specific Tasks. a)Contractor shall furnish all supervision, labor, travel, equipment, parts, and supplies to accomplish the preventative maintenance services, and corrective call back services during the annual contract period. b)OEM parts shall be used for all maintenance and repair services. c)Contractor shall perform an Annual UPS PM Inspection consisting of: UPS Annual Preventive Maintenance Inspection: 1)Visual Inspection a)Inspect all printed circuit boards connections for cleanliness, swab contacts if necessary. b)Inspect all power connections for signs of overheating c)Inspect all subassemblies, bridges and legs for signs of component defects or stress d)Inspect all DC capacitors for signs of leakage e)Inspect all AC capacitors for signs of leakage f)Inspect and inventory all customer-owned spare parts g)Inspect for, and perform as required, any open engineering changes 2)Internal Operating Parameters a)DC Ground Detection Offset b)Inverter leg current average balance c)Output filter current average phase balance d)Rectifier bridge current average leg balance e)AC Protection settings and operation f)DC Protection settings and operation g)Input and Output Frequency and Voltage Bandwidth settings h)Verify DC filter capacitance i)Verify AC tank and trap filter capacitance j)Power Supply voltages and waveforms k)Replace Power Module power supply back up control battery cells l)Static Switch leakage testing 3)External Operating Parameters a)System Input Voltages (all phases) b)System Input Currents (all phases) c)DC Charging Voltages (float and equalize), record settings, adjust to nominal d)Rectifier phase on and walk up e)Inverter phase on and walk up f)Adjust all panel meters to measured values g)System Bypass Voltages (all phases) h)Manual and UV Transfer Testing, verify uninterrupted transfer waveform i)Outage simulation, and battery capability testing, and verify charger current limit j)Generator operation and interface verification 4)Environmental Parameters a)UPS area ambient temperature and condition of ventilating equipment b)General Cleanliness of UPS Power Module c)General Cleanliness of UPS area d)Replace all air filters e)Clean control panel/CRT screen 5)Battery Cabinet Checks (Powerware Manufactured) a)General appearance of Battery System (all types) b)General cleanliness of Battery System area (all types) c)Inspect cells for physical abnormalities d)Inspect all DC connections for abnormalities e)Battery System area ambient temperature and condition of ventilating equipment 6)Monitoring System Parameters a)Alarm archive review and printing b)Alarm lamp test-local and remote c)Replace all open monitor bulbs 7)General a)Customer Consultation b)The technician(s) will provide a verbal report summarizing the condition of the UPS and identifying any critical issues before leaving the site. c)The technician(s) will provide a verbal report summarizing General Observations of the UPS and identifying any critical issues before leaving the site. d)Contractor shall perform an Annual Battery Maintenance Inspection consisting of: UPS Annual Battery Maintenance Inspection: 1)Measure and Record the following: a)Individual cell/battery float voltages and overall float voltage. b)Charger output current and voltage. c)AC ripple current and voltage imposed on the battery. d)Internal ohmic values of each cell/battery or perform a continuity test of each cell/battery. e)Connection Resistance of 10% of the inter cell/battery connection. f)Ambient temperature. g)Negative terminal temperature of one cell/battery per battery cabinet shelf or rack tier. h)Measure and record the connection resistance of 100% of the inter cell/battery connections. i)Retorque any connection where the resistance is above 20% of the average. 2)Visually inspect conditions and appearance of the following: a)Connection terminals inter cell/battery connectors, cables and associated hardware. b)Cell/battery covers, containers, and post seals. c)Battery racks or cabinets and associated components and hardware. d)Cell/battery jar or cover, noting any excessive distortion. 3)Perform cleaning of all accessible surfaces as required. 4)Reporting Each Preventive Maintenance Visit: a)The technician(s) will provide a verbal report summarizing the condition of the battery and identifying any critical issues before leaving the site. b)A detailed report containing all readings and observations will be sent to the customer within 5 business days. c)The Service Report shall contain the following information: 1)Date service initiated 2)Date completed 3)Equipment make and unique identification number/code 4)Problems found 5)Part/quantities installed 6)All work performed fully described d)Contractor shall provide all UPS Electronics parts, labor and travel for Emergency Repairs on the UPS's. Emergency coverage shall be 24x7, and the Emergency Response time shall be 8 hours from the time the Emergency call was placed. e) 6. Performance Monitoring Performance will be monitored by periodic inspections and observation of work. Work will be observed by the POC, or designee, during performance of scheduled maintenance service and inspections and/or during repair service. Equipment operators will be contacted to report on contractor performance when POC, or designee, is not available. 7. Security Requirements. The equipment under this service agreement contains No Patient Identifiable Information or is connected to a computer network. The equipment is located in non-patient care areas of the facility, so patient and other sensitive information is not a factor. Access to the controlled areas will be provided by POC, Police Service, or another designated and authorized BVAMC employee. Work will be observed by the POC, or designee, during performance of scheduled maintenance service and inspections and/or during repair service. IAW the completed Security Checklist, attached, a Security Clause is not required (item 2) and that the C&A requirements do not apply, and that a Security Accreditation Package is not required. (item 6) 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No Government supplied Equipment or Information is required or anticipated. 9. Other Pertinent Information or Special Considerations. Only Manufacturer Trained Service Engineers/Technicians or Manufacturer Authorized Service Engineers/Technicians will perform services and repairs. a. Identification of Possible Follow-on Work. No Follow-on work is anticipated. b. Identification of Potential Conflicts of Interest (COI). No Known COI c. Identification of Non-Disclosure Requirements. Contractor will not have access to Sensitive or Proprietary Information. d. Packaging, Packing and Shipping Instructions. N/A e. Inspection and Acceptance Criteria. POC, or designee, will verify that the unit is working within Manufacture's specifications after completion of service or repair. 10. Risk Control. The Contractor shall obtain all necessary licenses and/or permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to any contractor representative, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by the contractors fault or negligence. The Contractor will not discuss any patient issues that were observed during the course of the work. 11. Place of Performance. All service will be performed at the BVAMC 12. Period of Performance. Request a multi-year agreement, Base year, plus 4 option years. Base Year Period of Performance is 15 September 2016 - 14 September 2017 13. Delivery Schedule. Service Reports will be emailed or faxed to POC by the 5th workday after completion of the work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA26016Q0814/listing.html)
- Document(s)
- Attachment
- File Name: VA260-16-Q-0814 VA260-16-Q-0814_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2938814&FileName=VA260-16-Q-0814-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2938814&FileName=VA260-16-Q-0814-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-16-Q-0814 VA260-16-Q-0814_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2938814&FileName=VA260-16-Q-0814-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Boise VAMC;500 W Fort Street;Boise, ID
- Zip Code: 83702
- Zip Code: 83702
- Record
- SN04218895-W 20160813/160811234408-0aabff91c45c17d18720fa7f99e2ace8 (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 |