Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2020 SAM #6845
SOLICITATION NOTICE

J -- UPS Preventative Maintenance Inspections (PMI) Total SDVOSB Set-aside

Notice Date
8/24/2020 6:26:24 AM
 
Notice Type
Presolicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
VBA FIELD CONTRACTING (36C10E) WASHINGTON DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
36C10E20Q0279
 
Response Due
8/31/2020 8:00:00 PM
 
Archive Date
10/30/2020
 
Point of Contact
Tina A Brooks, Contract Specialist, Phone: 202-461-9098
 
E-Mail Address
tina.brooks@va.gov
(tina.brooks@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
B.2 PERFORMANCE WORK STATEMENT Columbia Data Center UPS Maintenance GENERAL Introduction. The Columbia, SC RO data center requires preventative maintenance program for critical power distribution units (PDU), uninterruptable power systems (UPS) and cooling units associated with the computer data and server room. The primary objective of this effort is to provide preventative maintenance for installed continuous cooling and uninterrupted power supply capabilities to enable continuous operations during emergency and unscheduled power outages. Scope of work. The Contractor shall provide: FIXED PRICE ANNUAL SERVICE CONTRACT Contract will be for 12 months from the award, with four (4) option years. SEMIANNUAL PREVENTATIVE MAINTENANCE INSPECTIONS The contractor shall provide two (2) comprehensive visual, environmental and electronic inspections of the UPS, cooling, and/or PDU system to ensure that components are performing to defined technical and environmental specifications. This service includes all labor and travel expenses. Details of service tasks provided at time of visit Visual inspection Inspect the cooling, UPS and/or PDU to ensure that all system components are clean and functioning within designed specifications. Environmental Inspection - verify and document that the system s environment is within specified operating conditions including but not limited to room temperature, airflow, dust contamination, etc. Perform Mechanical/Electrical Inspection - inspect all power and control wire termination points as well as all UPS and/or PDU system components. Perform Functional Verification - check UPS and/or PDU event and alarm logs. verify that input, output and bypass voltage and current values are within designed specifications. Verify transfer to on battery operation and transfer to and from static bypass. Check parallel operation performance. Implement Updates - Verify and implement all required Field Advisories and Field Modifications as well as check all circuit board revisions and update as required. Deliver Documentation - deliver a graphical site report documenting UPS and/or PDU status and on-site activities as well as recommend any additional service activities as required resulting from the Preventive Maintenance activities listed above. Upon identification of defects/faults, an itemized estimate covering the cost of parts and labor will be provided with report. Work performance: Place of performance Columbia Data Center A/C and UPS maintenance inspections will be performed at the Columbia, SC VA Regional Officer, 6437 Garners Ferry Road, Columbia, South Carolina, 29209. Work hours & holidays Unless otherwise required, all work will be performed during regular business hours of 8AM until 4PM excluding government holidays. Our ten official holidays are New Year s Day, Martin Luther King Day, Presidents Day, Memorial Day, 4th of July, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas. All work will be coordinated with the program coordinator. Rules and Regulations - Current rules and regulations applicable to the premises, where the work shall be performed, shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, presenting valid identification for entrance, smoking restrictions and any safety procedures. Employee behavior - The Contractor shall be responsible for the acts and omissions of all his employees and all subcontractor, their agents and employees and all other persons performing any of the work under a contract with the Contractor. GOVERNMENT FURNISHED ITEMS AND SERVICES Parking. The government will provide the contractor parking space at no cost, as well as access to the VARO as necessary. Installed equipment Preventative maintenance inspection will be provided for the following installed assets 2 each cooling units: Manufacturer: APC Model Number: ACRP101 Serial Numbers: YK0840110069, YK0840110081 3 each power modules Manufacturer: APC Model Number: SYPM10KF Serial Numbers: PD0839230366, PD0839230369, PD0839230381 1 each UPS Manufacturer: APC Model Number: PSX-RDP120V (20kW system) (InfraStruxure) Serial Number: WF0905110703          d)  2 each Intelligence Modules                                                  1.  Manufacturer:  APC                                                  2. Model Number:  PD0848130011, PD0847230263 3. Serial Numbers: N/A APC Symmetra PX with Power Distribution                                  1.  Manufacturer:  APC                                  2.  Model Number: 0G-SY20KF                                  3. Serial Number:   PD0848360006 SAFETY. The following safety criteria shall be met at the time of the acceptance inspection: Equipment. The Contractor shall provide all safety equipment/devices, personal protective equipment and clothing as required for its employees. OSHA - Prior to commencing work the Contractor shall provide proof that an OSHA designated competent person (CP)(29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general or subcontractors are present. Compliance The Contractor shall comply with all applicable Federal, State and local legal requirements regarding workers health and safety. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. SECURITY Per VA Handbook 6500.6, Appendix A, the C&A requirements do not apply, and a Security Accreditation Package is not required Mechanism/Documentation used to ensure protection of VA sensitive information: All Contractor personnel will be escorted throughout entire visit by a Columbia VARO IT representative. CHANGES TO STATEMENT OF WORK Any changes to this contract s terms and conditions shall be authorized and approved in writing by the Contracting Officer. Costs incurred by the contractor through performing requests by other parties other than the Contracting Officer shall be borne by the contractor.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b052b4e2e434366b9e87190e3d6ed9f/view)
 
Record
SN05770771-F 20200826/200824230148 (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 |
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.