H359--UPS MAINTENANCE CONTRACT/589A7-WI 589-24-3-4736-0019, (VA-24-00055596)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Kansas
Type of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Posted: Apr 24, 2024
Due: May 8, 2024
Solicitation No: 36C25524Q0248
Publication URL: To access bid details, please log in.
Follow
H359--UPS MAINTENANCE CONTRACT/589A7-WI 589-24-3-4736-0019, (VA-24-00055596)
Active
Contract Opportunity
Notice ID
36C25524Q0248
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 24, 2024 12:02 pm CDT
  • Original Date Offers Due: May 08, 2024 12:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: H359 - INSPECTION- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Robert J. Dole VA Medical Center Wichita , KS 67218
    USA
Description
DESCRIPTION
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04.

This solicitation is for a base plus four option years set-aside for an SDVOSB.

The associated North American Industrial Classification System (NAICS) code for this procurement is 811210, with a small business size standard of $34.0 Million.
The FSC/PSC is H359.

The Robert J. Dole VAMC located at 5500 East Kellogg Avenue, Wichita, KS 67218 is looking for full-service maintenance and repair on their Uninterruptible Power Supply.

All interested companies shall provide quotations for the following:
PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER

DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
1.00
SV
__________________
__________________
Full-Service Maintenance and Inspection to include 24-hour emergency repairs with all travel, parts and labor for equipment located at the VA Medical Center located in Wichita, KS as described in the attached Statement of Work.
Contract Period: Base
POP Begin: 05-15-2024
POP End: 05-14-2025
0002
1.00
SV
__________________
__________________
Emergency Service and Preventative Maintenance to include 24/7/365 emergency service with a four (4) hour or less response time in accordance with the attached Statement of Work.
Contract Period: Base
POP Begin: 05-15-2024
POP End: 05-14-2025
0003
1.00
SV
__________________
__________________
Quarterly maintenance inspections shall be accomplished during the months of October, January, April, and July in accordance with the attached Statement of Work.
Contract Period: Base
POP Begin: 05-15-2024
POP End: 05-14-2025
1001
1.00
SV
__________________
__________________
Full-Service Maintenance and Inspection to include 24-hour emergency repairs with all travel, parts and labor for equipment located at the VA Medical Center located in Wichita, KS as described in the attached Statement of Work.
Contract Period: Option 1
POP Begin: 05-15-2025
POP End: 05-14-2026
1002
1.00
SV
__________________
__________________
Emergency Service and Preventative Maintenance to include 24/7/365 emergency service with a four (4) hour or less response time in accordance with the attached Statement of Work.
Contract Period: Option 1
POP Begin: 05-15-2025
POP End: 05-14-2026
1003
1.00
SV
__________________
__________________
Quarterly maintenance inspections shall be accomplished during the months of October, January, April, and July in accordance with the attached Statement of Work.
Contract Period: Option 1
POP Begin: 05-15-2025
POP End: 05-14-2026
2001
1.00
SV
__________________
__________________
Full-Service Maintenance and Inspection to include 24-hour emergency repairs with all travel, parts and labor for equipment located at the VA Medical Center located in Wichita, KS as described in the attached Statement of Work.
Contract Period: Option 2
POP Begin: 05-15-2026
POP End: 05-14-2027
2002
1.00
SV
__________________
__________________
Emergency Service and Preventative Maintenance to include 24/7/365 emergency service with a four (4) hour or less response time in accordance with the attached Statement of Work.
Contract Period: Option 2
POP Begin: 05-15-2026
POP End: 05-14-2027
2003
1.00
SV
__________________
__________________
Quarterly maintenance inspections shall be accomplished during the months of October, January, April, and July in accordance with the attached Statement of Work.
Contract Period: Option 2
POP Begin: 05-15-2026
POP End: 05-14-2027
3001
1.00
SV
__________________
__________________
Full-Service Maintenance and Inspection to include 24-hour emergency repairs with all travel, parts and labor for equipment located at the VA Medical Center located in Wichita, KS as described in the attached Statement of Work.
Contract Period: Option 3
POP Begin: 05-15-2027
POP End: 05-14-2028
3002
1.00
SV
__________________
__________________
Emergency Service and Preventative Maintenance to include 24/7/365 emergency service with a four (4) hour or less response time in accordance with the attached Statement of Work.
Contract Period: Option 3
POP Begin: 05-15-2027
POP End: 05-14-2028
3003
1.00
SV
__________________
__________________
Quarterly maintenance inspections shall be accomplished during the months of October, January, April, and July in accordance with the attached Statement of Work.
Contract Period: Option 3
POP Begin: 05-15-2027
POP End: 05-14-2028
4001
1.00
SV
__________________
__________________
Full-Service Maintenance and Inspection to include 24-hour emergency repairs with all travel, parts and labor for equipment located at the VA Medical Center located in Wichita, KS as described in the attached Statement of Work.
Contract Period: Option 4
POP Begin: 05-15-2028
POP End: 05-14-2029
4002
1.00
SV
__________________
__________________
Emergency Service and Preventative Maintenance to include 24/7/365 emergency service with a four (4) hour or less response time in accordance with the attached Statement of Work.
Contract Period: Option 4
POP Begin: 05-15-2028
POP End: 05-14-2029
4003
1.00
SV
__________________
__________________
Quarterly maintenance inspections shall be accomplished during the months of October, January, April, and July in accordance with the attached Statement of Work.
Contract Period: Option 4
POP Begin: 05-15-2028
POP End: 05-14-2029



GRAND TOTAL
__________________

PERFORMANCE WORK STATEMENT (PWS)
Universal Power Supply (UPS) System Maintenance Contract
Robert J. Dole VA Medical Center
5500 East Kellogg Avenue
Wichita, KS 67218

Work to be Performed:
The contractor shall provide full-service maintenance to include full preventative (FPMI) and quarterly (QMI) maintenance inspections, 24-hour emergency repairs, and all necessary travel, parts (including shipping and handling), and labor for equipment located at the Department of Veterans Affairs Medical Center located in Wichita, Kansas as described in this Statement of Work.
Emergency Service and Preventative Maintenance Program includes 24/7/365 emergency service with a four (4) hour or less response time. Full-Service Coverage includes replacements, service, parts, and labor. On-site replacement time for batteries, either remedial or full-string, and emergency capacitor repairs will be billed separately.
Quarterly maintenance inspections shall be accomplished during the months of October, January, April, and July. The preventative maintenance shall consist of a complete check of the equipment, making all necessary adjustments, alignments, cleaning, lubrications, and calibrations to ensure equipment meets or exceeds the manufacturer s original specifications. Replacement of batteries will be quoted separately upon request.
Work shall be performed in accordance with current IEEE and OEM standards. All work must be performed by certified service personnel.

B. Annual FPMI Inspection:
1. Review Universal Power Supply (UPS) maintenance logs and make entries into customer logs.
2. Review alarm history and operation of the system with customer.
3. Review environmental conditions and room cleanliness with customer.
4. Record as found conditions.
5. Perform thermal scan and visual inspection of all breakers, power connections, wiring harnesses, contacts, cables, fans, and major components.
6. Clean/replace air filters as needed.
7. Record input, output, battery voltages, currents, and frequency from display/meter panel.
8. Measure and record input/output, battery voltages, currents, and frequency.
9. Calibrate display/meters as necessary, where possible.
10. Calculate and record load percentage.
11. Verify proper float and equalize settings for installed battery plant.
12. Inspect general overall condition of battery plant.
13. Measure and record harmonic trap filter currents where possible.
14. Review/implement manufacturer field change notices, as possible.
15. With customer s approval (after confirming system battery is good) perform system functionality test and confirm proper operation.
16. Full testing includes customer bringing generator on-line if one exists.
17. Verify proper operation of remote status panel and monitoring.
18. Record as left condition, discuss findings with customer and provide field service report.
19. Obtain customer authorization to transfer system to bypass, then secure critical load.
20. Utilize external maintenance bypass system if present.
21. Inspect inverter and rectifier snubber circuits, gate drives, and discrete components for discoloration or damage.
22. Inspect all power connections, breakers, contactors, transformers, and subassemblies for discoloration or damage.
23. Inspect all AC and DC capacitors for leakage/bulging.
24. Record date codes, part numbers, and quantities.
25. Inspect all fans and record date code, part numbers, and quantities.
26. Inspect all logic boards, assemblies, and connections and clean as necessary.
27. Clean and vacuum interior and exterior of system.
28. measure, record, and calibrate power supplies where possible.
29. Verify and calibrate system alignments to factory specifications where possible.

C. Quarterly QMI Inspections:
1. Review Customer battery maintenance logs and make entries into customer logs.
2. Safety inspections.
3. Warning/hazard labels.
4. Operational information and placards.
5. Eye wash and deluge showers (if applicable).
6. Goggles, gloves, and apron (if applicable).
7. Terminal covers (if applicable).
8. Spill containment (if applicable).
9. Measure and record:
Ambient room temperature
AC and DC voltage and current for each string
AC and DC voltage of each cell/jar.
10. Inspect jar, cover, and rack/cabinet for signs of leakage and clean as necessary.
11. Inspect terminal posts, connectors, and cables for corrosion and clean as necessary.
12. Inspect general appearance and cleanliness of battery room and clean as necessary.
13. Record load test/ohmic measurements on each cell/jar, if accessible.
14. Measure and record inter-cell terminal and cable connections, if accessible.
15. Re-torque inter-cell/jar and inter-tier terminal connections as necessary, if accessible.
16. Clean and neutralize jar, cover, and rack/cabinet as necessary.
17. Record as-left condition, discuss findings with customer, and provide field service report.

D. Inspections:
Inspections shall be performed between 8:00 a.m. and 4:00 p.m., Monday through Friday, excluding federal holidays. Preventative maintenance inspections shall be scheduled with Facility Management Services (FMS), giving a minimum of three (3) normal working days notice prior to arrival. A preventative maintenance inspection may be combined with an emergency service call only when notice has been given. The Contractor must inform FMS at the time of inspection that a combined service and inspection is being performed.
E. Service Calls:
The contractor shall be on-site to make repairs within 24 hours of the originating call for emergency service and will restore the equipment to its full performance within 48 hours of the originating call.
F. Service Slips:
All completed repairs will be confirmed and approved by FMS. Service slips shall be submitted to FMS within 24 hours of service call. The repair person shall indicate on the ticket the specific action taken, all parts replaced, and hours of labor required. The Contractor shall, upon FMS request, present for inspection all parts replaced. Failure to provide the service slips may be cause for delay in payment of services performed.
G. List of Equipment:
One (1) Mitsubishi 2033A - 75kVA UPS with external batteries. Located in Building 19, Ground Floor (IT).
One (1) Powerware 9315 - 300/300kVA UPS with external batteries. Located in Building 2, Second Floor (Cath Lab).
One (1) Toshiba G8000 125 kVA UPS with external batteries. Located in Building 1C, Ground Floor (CT).
One (1) GE TLE 150 kVA UPS with external batteries. Located in Building 1C, Ground Floor (PET).
One (1) Eaton 9355 10 kVA UPS with one (1) external battery. Located in Building 1A, Ground Floor (Telephone Equipment Room).
H. Contract Administration Data:
All contract administration will be retained by the Department of Veterans Affairs. The Contracting Officer will be the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer will be authorized to make commitments or issue changes that affect price, quantity, or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered unauthorized, and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof.
I. Facility Requirements:
1. The contractor shall obtain a contractor s badge from the Engineering office in Building 20. The badge shall always be worn in a visible location on the worker, while on the premises of the VA property. It is the responsibility of the contractor park in the appropriate designated parking areas. Information on parking is available from the VA Police. The VA will not validate or issue reimbursement for parking violations of the contractor under any condition. Smoking is prohibited on VA property. All completed service or installations will be confirmed and approved by a VA Engineering COR. On completion of service the contractor must return Identification badge back to building 20.

2. Contractor will not have access to VA Network, PHI or PII.

J. Interconnections:
There will be no interconnections between the equipment in this statement of work (SOW) and the VA network or any other associated networks.
K. Contract Security:
The C&A requirements do not apply. A Security Accreditation Package is not required.
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 24, 2024 12:02 pm CDTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Event Name Business Unit Event ID Ends In Start Date End Date Details

State Government of Kansas

Bid Due: 5/09/2024

Follow Amend 0002 - Lightning Protection FT Leavenworth Extend Active Contract Opportunity Notice

DEPT OF DEFENSE

Bid Due: 5/23/2024

Event Name Business Unit Event ID Ends In Start Date End Date Details

State Government of Kansas

Bid Due: 5/10/2024

RFQ# Description Bid Release Date Bid Closing Date Location RQ-00081 Bid Form REV0

University of Kansas Medical Center

Bid Due: 5/14/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.