SOLICITATION NOTICE
J -- Maintenance & Repair Services for the Toshiba UPS and Battery Systems
- Notice Date
- 2/20/2020 2:17:04 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0427
- Response Due
- 3/6/2020 8:59:59 PM
- Archive Date
- 05/05/2020
- Point of Contact
- Ositadima Ndubizuositadima.ndubizu@va.gov
- E-Mail Address
-
Ositadima.Ndubizu@va.gov
(Ositadima.Ndubizu@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Toshiba UPS System Maintenance and Repair Service 1.b. Description: VA Long Beach Healthcare System is seeking a contractor to provide semi-annual preventive maintenance and battery replacement for the Toshiba UPS System. 1.c. Project Location: VA Long Beach Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0427. 1.e. Set Aside: This solicitation is issued as a Service-Disabled Veteran Owned Small Business set aside. 1.f. Applicable NAICS code: 811212, Computer and Office Machine Repair and Maintenance. 1.g. Small Business Size Standard: $27.5 Million 1.h. Type of Contract: Firm Fixed Price 1.i. Period of Performance: Base Year with Four (4) Option Years 1.j. Wage Determination applicable to this project: SCA WD 2015-5613 revision 14 1.k. Request for Information (RFI) should be submitted via email no later than 10am PST Wednesday, February 26th, 2020 to ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA Long Beach Healthcare System is seeking a contractor to provide semi-annual preventive maintenance and battery replacement for the Toshiba UPS System. 2.2. Background. Preventative maintenance and emergency services for Toshiba UPS and battery systems include: twenty-four (24) hour emergency service parts and labor two (2) times per year with a four-hour response time. UPS Systems provide backup power for all VA Long Beach IT network-critical equipment and will be inoperable, in the event of a power outage in the event equipment is not properly serviced and maintained. 2.3. Scope. Emergency Services: Contractor shall provide two (2) Emergency Service calls twenty-four (24) hours a day seven (7) days a week for existing UPS equipment, including all parts, labor, personnel, materials, and expertise. Contract must respond to Emergency Service request within four (4) hours of phone call placed by VA representative. Contractor shall provide one primary and two alternate point of contacts for service calls. Telephone number(s) shall be toll free and monitored twenty-four (24) hours a day, seven (7) days a week, including weekends and national holidays by responsible contactor. Preventative Maintenance: Manufacturer required Annual and Semi-Annual Preventative Maintenance shall be performed twice a year on Toshiba 4200FA CT 50kVA UPS / VRLA Battery String and Toshiba G9000 160kVA UPS / VRLA Battery String. Preventative Maintenance will be scheduled and performed at a time and date requested by the Electric Shop Supervisor or appointee. Items checked from all previous Annual and Semi-Annual Preventative Maintenance Inspection (PMI) services shall be replicated. Contractor will provide one (1) printed hard copy report and CD upon completion. Contractor required to comply with all items outlined in UPS and Sealed (VRLA) Battery PMI Scope of Work (SOW) items listed below: Semi-Annual Preventative Maintenance SOW Uninterruptible Power Supply (UPS) Review customer UPS maintenance logs and make entries into costumer logs. Review alarm history and operation of the system. Review environmental conditions and room cleanliness and record all conditions found. Perform thermal scan and visual inspection of all breakers, power connections, wiring harnesses, contactors, cables, fans, and major components. Clean and replace air filters. Record input, output, battery voltages, currents, and frequency and calibrate displays and meters to manufacturer specifications. Calculate and record load percentages. Verify proper float and equalize settings for installed battery plant. Inspect general overall CONDITION OF BATTERY PLANT. Measure and record harmonic trap filter currents. Implement all manufacturer field change notices. With prior approval from Electric Shop Supervisor or appointee perform system functionality test and confirm correct operation. Full testing will include bringing generator online in specified area. Verify proper operation of remote status panel and monitoring. Record and discuss conditions with Electric Shop Supervisor or appointee. Submit field service report to Electric Shop Supervisor. Sealed (VRLA) Battery Review previous battery maintenance logs. Safety Inspection: Warning/hazards labels. Operational information and placards. Goggles, gloves and apron, terminal covers, and spill containment (if applicable). Measure and record: Ambient room temperature. AC/DC voltage and current for each string. AC/DC voltage for each cell/jar. Inspect jar, cover, and rack/cabinet for leakage and clean. Inspect terminal posts, connectors, and cables for corrosion and clean. Inspect general appearance and cleanliness of battery room and clean. Annual Preventative Maintenance SOW Uninterruptible Power Supply (UPS) With approval from Electric Shop Supervisor or appointee transfer system to bypass and secure critical load using external bypass system if present. Inspect inverter and rectifier snubber circuits, gate drives, all discrete components for discoloration or damage. Insect all AC/DC capacitors for leaking and bulging. Record all date codes, part numbers, and quantities. Inspect all fans and record date codes, part numbers, and quantities. Inspect all logic boards, assemblies, and connections and clean. Clean and vacuum interior and exterior of system. Measure, record, and calibrate power supplies. Verify and calibrate system alignments to factory specifications. Ensure system restored to normal and taken out of bypass. Sealed (VRLA) Battery Record load test/ohmic measurements on each cell/jar. Measure and record inter-cell terminal and cable connections. Re-torque inter-cell/jar and inter-tier terminal connections. Clean and neutralize jar, cover, and rack/cabinet. Inspect and clean general area of battery room. Record and discuss conditions with Electric Shop Supervisor or appointee. Submit field service report to Electric Shop Supervisor. Battery Replacement Services: At a time and date scheduled by the Electric Shop Supervisor or appointee Contractor shall provide all personnel, labor, parts, and material to remove, and replace one-hundred-twenty (120) Hitachi-CSB HRL12540WFR VRLA Sealed Lead Acid Batteries (BRAND NAME OR EQUAL) for UPS G9000 160kVA and forty-eight (48) Hitachi-CSB HRL12280WFR VRLA Lead Acid Sealed Batteries (BRAND NAME OR EQUAL) for UPS 4200FA XT 50kVA. Contractor shall facilitate and provide all disposal services for depleted batteries. Complete battery replacement service shall be performed during one (1) time during the Base Year and one (1) time during Option Year Three (3) of Contract. Upon completion of all work, the Contractor will need to notify the VA COR for verification of work being performed in accordance with this Statement of Work (SOW). The Government reserves the right to accept or reject Contractor s employees for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR with the final decision being made by the Contracting Officer. 2.4. General Requirements Contractor shall furnish all equipment, expertise, incidentals, labor, materials, parts, supervision, supplies, tools, transportation, and qualified personnel required and necessary to conduct maintenance and repair services in accordance / compliance with manufacturer guidelines / recommendations, current code(s), directives, regulations, Joint Commission, and industry standards at/for the VA Long Beach Healthcare System. Contractor shall check in with Electric Shop Supervisor or appointed prior to performing any work. All damages incurred during the performance of this scope of work will be repaired by the contractor at no cost to the VA. Contractor is responsible for providing and utilizing all OSHA regulated Personal Protective Equipment (PPE) while performing all maintenance and testing requirements. All work shall be conducted in accordance with NFPA 70 National Electric Code (NEC) guidelines. Contractor shall follow all VA regulations and provide the means to meet these regulations. 2.5. Performance Monitoring. Routine inspections to include acceptance / certification work completed in accordance with the SOW will be performed by the VA COR and designated Facilities Personnel. . 2.6. Security Requirements. Contractor WILL NOT have access to patient records, data, or VA computer systems. 2.7. Period of Performance. The period of performance will be a base year plus four (4) option years. Normal working hours at the sites are 7:00 am 4:30 pm Monday through Friday, excluding National holidays. 2.7.a. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.7.b. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & Holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.7.c. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. 2.8. Contractor Personnel Background Requirements. 2.8.a. The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. 2.8.b. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. 2.8.c. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. 2.8.d. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 2.8.e. The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. 2.9. Contractor Personnel 2.9.a. The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Program Manager: Company Name: Address: Phone No: Email: 2.10. Contractor Employees 2.10.a. The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). 2.10.b. Badge. Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. 2.10.c. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. 2.10.d. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.11. Insurance Coverage 2.11.a. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.11.b. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.11.c. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.11.d. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01, dated 10/10/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.h. FAR 52.233-2, Service of Protest 3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Friday March 6, 2020 to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information 4.3.b. Acknowledgement of amendments 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of services 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1f31c5f6ede7494991cbe109a1a59648/view)
- Place of Performance
- Address: VA Long Beach Healthcare System;5901 E 7th Street;Long Beach, CA 90822, USA
- Zip Code: 90822
- Country: USA
- Zip Code: 90822
- Record
- SN05566708-F 20200222/200220230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |