SOLICITATION NOTICE
61 -- One Rack Mounted Uninterruptable Power Supply (UPS)
- Notice Date
- 8/18/2025 12:43:44 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25925Q0685
- Response Due
- 8/25/2025 9:00:00 AM
- Archive Date
- 09/24/2025
- Point of Contact
- Aaron Thurber, Contracting Officer, Phone: 303-712-5745
- E-Mail Address
-
aaron.thurber@va.gov
(aaron.thurber@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation Amendment 0001 for One Rack Mounted Uninterruptable Power Supply (UPS) The purpose of this amendment is to: Provide answers to questions received in response to the solicitation Extend the closing date of the solicitation to August 25, 2025, by 10:00 a.m., local Mountain Time Remove inapplicable clauses FAR 52.204-10 and FAR 52.204-14 Questions and Answers Question 1: 11kVA - The largest rack mounted is 3KVA Would this job accept a standalone UPS unit? Answer 1: Rack mounted required. Question 2: 120/208V - Is this 1 or 3 phase? Answer 2: Single-phase. Question 3: 5kVA Stepdown Transformer - Is this 1 or 3 Phase and go with the UPS System or stand alone? Answer 3: Single-phase. Question 4: Do you have a specified runtime requirement? Answer 4: 60 minutes. Question 5: Do you have any BAA or TAA requirements? Answer 5: This item is considered commercial IT; however, the requirements of FAR 52.225-13, Restrictions on Certain Foreign Purchases are applicable. Question 6: Is there a loading dock available for shipping? Answer 6: No, interior delivery required. Question 7: What are the input and output voltage requirements? Answer 7: 208V input, 120V output. Question 8: Does the government require output receptacle? If yes, what type and how many of each type are required? Answer 8: Yes, (18) 5-20R, (2) L6-30R. Question 9: What is the minimum battery backup runtime required? Answer 9: 60 minutes. Question 10: Does the government have standard dock facilities and/or equipment to off load a heavy pallet from a large truck or will inside delivery be required? Answer 10: No, inside delivery is required. Question 11: If inside delivery is required, please provide detailed information regarding any obstacles that will need to be negotiated, such as stairs or narrow doorways less than 36"" wide. Additionally, please provide the approximate distance from where the new equipment will be off loaded and the final delivery location. Please elaborate about any possible difficulties in moving the equipment inside the building. Answer 11: Inside delivery is required. Contractor will have clear route to IT room. Overall, it will be approximately 125 feet from the main entrance. Contractor will be required to go through three 3 doorways to gain access to the IT room on the first floor of the building. Pdf of floor plan can be provided upon awarded bid. Question 12: The specifications state a 120/208V system but also request a step-down transformer. Could you please confirm the voltage you require the system to be stepped down to? Answer 12: 208V input, 120V output. Question 13: Is the UPS a single-phase or three-phase? Answer 14: Single-phase. Question 15: The RFQ states 9U (maximum) for the rack-mounted UPS. Please confirm this applies to the UPS chassis (power module) itself. We intend to provide the required manual maintenance bypass as a separate, rack-mounted module (commonly ~3U), which would place the combined solution over 9U, while the UPS chassis alone remains 9U. Answer 15: Correct the 9U is for the UPS chassis (power module). Question 16: The RFQ requires a 5 kVA step-down transformer. Please confirm it is acceptable if the transformer is integrated into the UPS bundle or provided as a rack-mounted component, so long as the UPS chassis remains 9U and the solution meets all electrical salients (11 kVA, 120/208V, 240 VDC battery module, static bypass, etc.). Answer 16: The integral transformer is acceptable. Question: 17: Unless the RFQ contains a typo, it s not possible to achieve a 208V output from a split-phase UPS to the best of our knowledge. Split phase typically delivers 120/240VAC, not 120/208V. We kindly request a clarification on how you expect to achieve 208V on the output. Answer 17: UPS is fed via 208V/2P/1PH breaker, integral UPS transformer converts to 120V 1PH output. Combined Synopsis/Solicitation for One Rack Mounted Uninterruptable Power Supply (UPS) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. Solicitation number 36C25925Q0685 is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This acquisition is a Total Set-Aside for Small Businesses (SB). The North American Industry Classification System (NAICS) code is 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing with a small business size standard of 600 Employees. The Service Code 6140 - Batteries, Rechargeable. Quoters must be registered in the System for Award Management (SAM) at https://sam.gov at the time of quotation submission to be considered for award. Department of Veterans Affairs, Network Contracting Office 19, Located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of the Cheyenne VA Medical Center, is requesting quotations for One Rack Mounted Uninterruptable Power Supply (UPS). The Offeror shall submit prices for One Rack Mounted UPS. Delivery shall be included in the total price Free-on-Board (FOB) Destination to 5200 Hahns Peak Dr., Loveland, CO 80538, within 60 days After Receipt of Order (ARO). Description and Pricing Schedule: The Contractor shall provide one Rack Mounted UPS Unit with the following minimum salient characteristics: 11kVA (minimum) 120/208V 9U (maximum) Power Module including static bypass 5kVA Stepdown Transformer 240Vdc Battery Module Maintenance Bypass All interested SBs shall quote the prices on the Pricing Schedule below. Item # Description of Item Unit Qty Price Extended Amount 0001 One Rack Mounted UPS Unit with the following minimum salient characteristics: 11kVA 120/208V 9U (maximum) Power Module including static bypass 5kVA Stepdown Transformer 240Vdc Battery Module Maintenance Bypass EA 1 FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Quoters Commercial Items Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer (CO) will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: 1) Quoters shall submit offers by Due Date/Time specified in section XV. Late quotes will not be considered except as IAW VAAR 852.273-70 - Late Offers (NOV 2021). 2) Quoters shall acknowledge all amendments to the solicitation and include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations, or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 3) Quoters shall complete the Price Schedule. 4) Quoters shall submit a description of the technical specifications of the item offered. 5) Quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes. Quotes received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. Document pages that exceed the specified page limits will not be considered. The Contracting Officer will not notify unsuccessful quoters that responded to this RFQ. FAR 52.212-2 Evaluation-Commercial Items (NOV 2021) applies to this acquisition. Addendum to 52.212-2 Evaluation Commercial Products and Commercial Services (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The following factors shall be used to evaluate quotations: (1) technical specifications of the requested item; (2) price (c) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed the minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s performance requirements identified in the SOW and outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Price: The Government will evaluate the price by adding the total of all line-item prices. The total evaluated price will be that sum. FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024) applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) The following provisions and clauses are incorporated into FAR 52.212-4 as an addendum: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-17 Ownership or Control of Offeror (AUG 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.204-20 Predecessor of Offeror (AUG 2020) FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-26� Covered Telecommunications Equipment or Services-Representation (OCT 2020) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov/browse/index/far (FAR) and https://www.acquisition.gov/vaar (VAAR) FAR 52.252-5 Authorized Deviations in Provisions (NOV 2020) The Department of Veterans Affairs Acquisition Regulation System, 48 CFR Chapter 8 FAR 52.252-6 Authorized Deviations in Clauses (NOV 2020) The Department of Veterans Affairs Acquisition Regulation System, 48 CFR Chapter 8 VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.222-71 Compliance with Executive Order 13899 (DEVIATION) (APR 2025) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.273-70 Late offers (NOV 2021) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) applies to this acquisition. The additional clauses below are incorporated by reference. FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023). FAR 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-8 Utilization of Small Business Concerns (JAN 2025) FAR 52.219-28,Post Award Small Business Program Representation (JAN 2025) FAR 52.219-33 Non-Manufacturer Rule (SEP 2021) FAR 52.222-3 Convict Labor (JUN 2003) 52.222-37 Employment Reports on Veterans (Jun 2020) FAR 52.222-50, Combating Trafficking in Persons (NOV 2021). FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021). FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024). FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) FAR 52.233-3 Protest After Award (AUG 1986) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the Contracting Officer. FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025) This is not a Defense Priorities and Allocations System (DPAS) rated requirement. Quotations are due August 25, 2025, by 10:00 a.m., local Mountain Time. Submit quotations or questions to the attention of the Contracting Officer, Aaron Thurber via email at: aaron.thurber@va.gov. Inquiries submitted via telephone will not be accepted. Notice: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/717e440af7044fa0869b5a2062e614d5/view)
- Place of Performance
- Address: Cheyenne VA Medical Center (Loveland, CO, location) 5200 Hahns Peak Dr., Loveland 80538
- Zip Code: 80538
- Zip Code: 80538
- Record
- SN07555603-F 20250820/250818230051 (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 |