Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2018 FBO #6174
DOCUMENT

J -- UPS Equipment preventive maintenance service - Attachment

Notice Date
10/17/2018
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Central California Health Care System;855 M Street, Suite 1020;Fresno CA 93721
 
ZIP Code
93721
 
Solicitation Number
36C26119Q0062
 
Response Due
10/24/2018
 
Archive Date
12/23/2018
 
Point of Contact
Parvinder Brar
 
E-Mail Address
5-6100
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and the small business size standard is $7.5M. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service Disabled Veteran Owned and Veteran Owned Small Businesses must be registered and verified in the Department of Veterans Affairs Vendor Information Pages (VIP) (See Internet Site https://www.vip.vetbiz.gov/). Brief Description of Services This is a non-personal services contract to provide maintenance, emergency services, and repairs to uninterrupted power supply (UPS) units for the VA Palo Alto Health Care System (VAPAHCS). Contractor Qualification Contractor shall have technical training, track records of working experience in Maintenance, Inspection, Testing of UPS and its components in healthcare, industrial, educational and commercial facilities for a minimum of five (5) continuous years. Contractor shall possess certificates on equipment which work will be performed. Contractor shall have safety training either on-the-job or class-room type in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical and NFPA 70E Standard for Electrical Safety in the Workplace. Training certifications shall be submitted to the VA Contracting Officer prior to work. If no training certifications are available, the contractor s employer shall certify that the service technician has met this requirement in writing, and submit it to the VA Contracting Officer prior to work. Contractor Specific Tasks: The contractor shall guarantee a 3 hour response time, 24 hours, 7 days a week. Contract shall cover 100% of the labor, supplies, material, electrical components, electronic components, consultation, and travel at no additional cost to the government, excluding external batteries and filter. Contractor shall provide the following preventive maintenance service under this contractor: Inspection, repair, and service 24 hours and 7 days a week of the electronic portion of the UPS shall be performed as needed during the contracted period of maintenance at no additional cost to the government. Remedial maintenance and repairs provided by contractor shall include all parts and labor. All corrective maintenance to UPS and Batteries, if any, shall be in accordance with manufacturers recommendations, warranties, and separate agreement, if any. Contractor shall perform maintenance the following equipment: UPS Equipment Covered List Building Location Make Model Serial Type/Size 100 Palo Alto Liebert U39SA154AAAB994 D09L5A0010 128 KW 100 Palo Alto Eaton 9155 FA411FBB01 15KW 334 Menlo Park APC 2200XL AS1118241097 1980 W 334 Menlo Park APC 2200XL AS1118240221 1980 W 88 Livermore Eaton 9330-40 EY092AXX06 30 KW Contractor shall perform the following (Per NFPA 70B): Quarterly: Inspect connections for corrosion, clean and retighten as necessary System alarms and indicating light check and operation Visual inspection for signs of overheating and corrosion HVAC and humidity control system check Unusual sounds and odor inspections Grounding system check Neutral output current recording Inspection and cleaning AND OEM recommendations of the Rectifier and Inverter Semiannual: Cabinet interior cleaning Verify connection tightness Inverter Visual inspection for signs of leaking Capacitor Visual inspection for swelling Transformer and heat sinks visual inspection Manufacturer contact for equipment upgrades and recommendations Basic use and troubleshooting per unit Annual: Infrared scan electrical connections for tightness Operational Tests under external load and per OEM recommendations Operating parameters recording Full IR scan of batteries and equipment Alarm and emergency shutdown functions functional check Auto/Manual load transfer test Simultaneous input/output readings of voltage, current, and frequency recording Output stability verification Voltage and frequency recordings of UPS operation during transient response voltage tests Verify voltage regulation and frequency stability within OEM spec OEM overload rating verification Load bank DC power drain low battery voltage shutdown time check per OEM DC power battery recharge time check and verification *NTE 5 Year: Electrolytic Capacitor Replacement Maintenance Frequency UPS and Batteries shall be inspected, tested, and maintained per NFPA 70B requirements. The quarterly maintenance shall be completed every 90 days from the date of the last inspection with an acceptable variance of +- 20 days. The semiannual, annual maintenance shall be completed +/- 20 days of the stated frequencies. If contractor misses or fails to conduct inspection or maintenance within the quarterly contractor shall provide a report with reason why inspection or maintenance was missed. Contractor shall be penalized 10% per each late inspection and per each unit. The government shall not pay for missing quarter inspections or maintenance. End of brief scope description Capability Statement The Government requests that interested parties provide the following capability information to the Contract Specialist, Parvinder Brar by email at: Parvinder.brar@va.gov by 2PM PST October 24, 2018: (a)  Business Size (Large/Small) (b)  Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (www.sam.gov) (d) VIP record (SDVOSB/VOSB firms only) (https://www.vip.vetbiz.gov/) (e)  DUNS number (f) Ability and experience in managing similar projects. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. (g) List of Projects (Government and Commercial) that are similar in scope and size. (h) Anticipated Teaming Arrangements (if any) (i) GSA Contract Number if applicable. (j) Copies of training certificates as identified above under Contractor Qualifications Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement.           *Failure to provide the information requested above (items (a) (j)) will be considered non-responsive and will not be considered a viable source.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/36C26119Q0062/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26119Q0062 36C26119Q0062.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4639782&FileName=36C26119Q0062-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4639782&FileName=36C26119Q0062-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05127138-W 20181019/181017230459-580be937e65b2893bb92dd0e168e613e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.