SOURCES SOUGHT
J -- Uninterruptible Power Supply (UPS) Service Maintenance Agreement - one (1) MGE 80 KVA Comet and one (1) APC 40 KVA SL40KF. Period of Performance - 1 year.
- Notice Date
- 10/1/2009
- Notice Type
- Sources Sought
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA-118-09-RQ-0063
- Response Due
- 10/6/2009
- Archive Date
- 12/5/2009
- Point of Contact
- Peter LewandowskiContract Specialist
- E-Mail Address
-
Contract Specialist
(peter.lewandowski@va.gov)
- Small Business Set-Aside
- N/A
- Description
- STATEMENT OF WORK Office of Information & Technology (OI&T) Uninterruptible Power Supply (UPS) Service Maintenance 1335 East West Highway, Silver Spring, Maryland 20910. A.GENERAL INFORMATION 1.Scope of Work: UPS Service Maintenance agreements are necessary to maintain the optimal operability of critical equipment necessary for the infrastructure of the server room of the Department of Veterans Affairs in Silver Spring, Maryland. Two UPS require such Service Maintenance agreements, one MGE 80 KVA Comet, and one APC 40 KVA SL40KF. 2.The VAs Office of Information & Technology requires the Contractor to provide Preventive Maintenance visits, on-site emergency response, twenty-four (24) hours a day, seven (7) days a week, three hundred and sixty-five (365) days a year telephone technical support, and resources necessary including test equipment, labor, materials, etc., for the deliverables described in this Statement of Work (SOW), except as may otherwise be specified. 3.Performance Period: This contract will run for one year and cover the period of October 1st, 2009 thru September 30th, 2010. The contractor shall complete the work required under this SOW by September 30, 2010. B. GENERAL REQUIREMENTS For every visit, the Contractor shall identify in writing all necessary work, approval for such work, and a report of completion. C. SPECIFIC REQUIREMENTS: Description of Tasks: The contractor shall perform the tasks below within the performance period stated in Section A.3 of this SOW. Requirement One: For both the APC UPS and the MGE UPS, the contractor shall provide two (2) major and two (2) minor Preventive Maintenance visit for a total of eight (8) visits, scheduled during normal business hours, Monday-Friday, 8 am 5 pm. A major Preventive Maintenance visit shall cover a review of all of the hoses, vents, parts, casings, capacitors, a cleaning and the review of all batteries. A minor Preventive Maintenance visit shall include a cleaning. The Contractor shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the VAs requirements. Requirement Two: The Contractor shall provide Telephone Technical Support twenty-four (24) hours a day, seven (7) days a week, three hundred and sixty-five (365) days a year. The Contractor shall respond within one (1) hour of notification by the site. Requirement Three: The Contractor shall provide On-Site Emergency Response Service twenty-four (24) hours a day, seven (7) days a week, three hundred and sixty-five (365) days a year. When On-Site Emergency Response Service is needed, the contractor will respond to the site within four (4) hours from the time UPS Technical Support deems an on-site visit is necessary. The Government and the contractor will meet to review the Governments furniture requirements including typical cubicle configurations, types of finishes and other design considerations. Requirement Four: The Contractors proposal shall include coverage of labor, travel expenses and replacement parts to keep the equipment in good working order. D. GOVERNMENT RESPONSIBILITIES: 1.The Government will provide access to Server Room and UPS to the Contractor during regular business hours Mon.-Fri. 8 am-5 pm, and during non-regular hours during emergencies and when necessary. 2.The Government will provide electrical power and light during Visits. 3.The Government will provide an escort during all and any visit. E. ADMINISTRATIVE CONSIDERATIONS: The contractor shall provide an electronic copy of their GSA schedule with offer, if offer is based on GSA pricing. a.Contracting Office: Department of Veterans Affairs Office of Acquisition and Logistics Technology Acquisition Center 260 Industrial Way West Eatontown, NJ 07724 All contract administration functions will be retained by the contracting office. b.After award of contract, all inquires and correspondence relative to the administration of the contract shall be addressed to the address stated above, to the attention of: Peter Lewandowski Contract Specialist Phone: 732-578-5448 Email: peter.lewandowski@va.gov c.Administrative Officer: Bertina Bates Department of Veterans Affairs 1335 East West highway Suite 300 Silver Spring, Maryland 20910 Phone: 301-734-0110 E-mail: bertina.bates@va.gov Task Order Project Manager (TOPM): Dean Ou Department of Veterans Affairs 1335 East West highway Suite 300 Silver Spring, Maryland 20910 Phone: 301-734-0399 E-mail: dean.ou@va.gov Contracting Officer: Dennis J. Allen Department of Veterans Affairs Office of Acquisition and Logistics Technology Acquisition Center 260 Industrial Way West Eatontown, NJ 07724 Phone: 732-578-5486 Email: dennis.allen2@va.gov d.Invoices must include the purchase order number and a description of the product provided and submitted to: Department of Veterans Affairs Financial Service Center PO Box 149971 Austin, TX 78141
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/18d87a3121423a6bd0f798234996f90a)
- Place of Performance
- Address: Office of Information and Technology (OI&T);1335 East West Highway;Silver Spring, Maryland
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN01978348-W 20091003/091002000000-18d87a3121423a6bd0f798234996f90a (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 |