Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2016 FBO #5340
DOCUMENT

J -- Uninterrupted Battery Supply Preventative Maintenance - Attachment

Notice Date
7/5/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24116Q0570
 
Response Due
7/11/2016
 
Archive Date
9/9/2016
 
Point of Contact
Christopher Humphrey
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Veterans Health Administration Sources Sought Notice - Uninterrupted Power Supply Preventative Maintenance This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA's understanding of the market's offered products, services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products and services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking a vendor to provide the following products and services below, brand name or equal in specifications. Please see the General Requirements section below for the requested products/services and descriptions. This Sources Sought is to facilitate the Contracting Officer's review of the market base, for acquisition planning, size determination, and procurement strategy. GENERAL REQUIREMENTS The Department of Veterans Affairs is seeking vendors who can provide all supervision, personnel, material, parts, equipment, supplies, labor and transportation in performing preventive maintenance and emergency repair services on all of the Uninterrupted Power Supply (UPS) systems at the Boston VA Healthcare System (West Roxbury VAMC, Brockton VAMC, and Jamaica Plain VAMC). The contractor must be authorized and able to provide PM services on all equipment listed below as the order will not be split. Equipment Schedule: a.WR-Eaton Model 9315 (BLDG 2, BASEMENT), 80kVA, sn EW113ZBA03 w 40 batteries; b.WR-Toshiba Model 4200F(BLDG1, PH), sn 110303889 w 24 batteries; c.WR-Toshiba Model 4200F (BLDG1, PH), sn 090201648 w 24 batteries; d.WR-Toshiba Model 4200F(BLDG 1, PH), sn 121100140 w 24 batteries; e.WR-GE 100kVA (MRI BLDG), sn PO10022030842G w 40 batteries; f.WR-Liebert 30kVa, SN# 47J3B00002, 24 batteries; g.WR-GEC SG-150, SN# P01504512B892Q, 40 batteries; h.WR-Toshiba 4400S3K250XA0, SN# 151100173, 24 batteries; i.JP-Eaton Model 9390 (15th floor-Bldg 1), 80kVA, sn ED255CBB02, 40 batteries; j.JP- Eaton Model 9390 (Bldg 1, RM SBB2A), 80kVA, sn ED272CAB06, 40 batteries; k.JP- Eaton Model 9390 (MRI Bldg), 160kVA, sn EA305CBA01, 40 batteries; AND l.BR-MGI (Bldg 2, Rm B001B), 80kva, 40 batteries. At a minimum, the preventative maintenance services shall include the following services: 1. Visual Inspection a. Inspect all printed circuit board connections for cleanliness, swab contacts if necessary. b. Inspect all power connections for signs of overheating c. Inspect all subassemblies, bridges and legs for signs of component defects or stress d. Inspect all DC capacitors for signs of leakage e. Inspect all AC capacitors for signs of leakage f. Inspect and inventory all customer-owned spare parts g. Inspect for, and perform as required, any open engineering changes 2. Internal Operating Parameters a. DC Ground Detection Offset (if applicable) b. Inverter leg current average balance (if applicable) c. Output filter current average phase balance d. Rectifier bridge current average leg balance e. AC Protection settings are checked f. DC Protection settings are checked g. Input and Output Frequency and Voltage Bandwidth settings are checked h. Verify DC filter capacitance i. Verify AC tank and trap filter capacitance j. Power Supply voltages and waveforms 3. External Operating Parameters a. System Input Voltages (all phases) b. System Input Currents (all phases) c. DC Charging Voltages (float and equalize), record settings, adjust to nominal d. Rectifier phase on and walk up e. Inverter phase on and walk up f. Adjust all panel meters to measured values g. System Bypass Voltages (all phases) h. Manual and UV Transfer Testing, verify uninterrupted transfer waveform (if applicable) i. Outage simulation, and battery capability testing, and verify charger current limit j. Generator operation and interface verification (if applicable) 4. Environmental Parameters a. UPS area ambient temperature and condition of ventilating equipment b. General Cleanliness of UPS Power Module c. General Cleanliness of UPS area d. Replace all air filters e. Clean control panel/CRT screen 5. Battery Cabinet Checks a. General appearance of Battery System (all types) b. General cleanliness of Battery System area (all types) c. Inspect cells for physical abnormalities d. Inspect all DC connections for abnormalities e. Battery System area ambient temperature and condition of ventilating equipment f. For internal batteries only measure and record: i. Overall battery float voltage ii. Charger output current and voltage iii. Negative terminal temperature of one cell/battery per battery cabinet shelf or rack tier iv. Momentary load testing of cells < 100 watts (e.g. 9E, 9x55, not 9330) 6. Monitoring System Parameters a. Alarm archive review and printing b. Alarm lamp test-local and remote (if applicable) c. Replace all open monitor bulbs d. Review Battery Test in history (if applicable) 7. General a. Customer Consultation b. Verbal Recommendations c. General Observations Performed During Each Preventive Maintenance Visit: Below 100W/Jar 100W+/Jar A. Measure and Record the following: 1. Individual cell/battery float voltages and overall float voltage 2. Charger output current and voltage 3. AC ripple current and voltage imposed on the battery. 4. Internal ohmic values of each cell/battery or perform continuity test of each cell/battery 5. Connection Resistance of 10% of the inter cell/battery connection 6. Ambient temperature 7. Negative terminal temperature of one cell/battery per battery cabinet shelf or rack tier B. Visually inspect conditions and appearance of the following: 1. Connection terminals inter cell/battery connectors, cables and associated hardware 2. Cell/battery covers, containers, and post 3. Battery racks or cabinets and associated components and hardware 4. Cell/battery jar or cover, noting any excessive distortion C. Perform cleaning of all accessible surfaces as required Performed Once Per Calendar Year: The yearly maintenance procedure should include all of the above with the addition of the following: 1. Measure and record the connection resistance of 100% of the inter cell/battery connections. 2. Re-torque any connection where the resistance is above 20% of the average. E. Reporting Each Preventive Maintenance Visit: 1. The technician(s) will issue the customer a verbal report summarizing the condition of the battery and identifying any critical issues before leaving the customer's site. 2. A detailed report containing all readings and observations will be sent to the customer within five business days. RESPONSE COMMITMENT I.Response: A.All responses should be directed to Christopher.Humphrey@va.gov B.Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. C.Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). II.Timeline : A.This request will close on stated date within the Government Point of Entry (GPE). III.Requested information: Interested parties shall provide the following information in addition to your capability response: A.Format: 1.MS Word or pdf format (please ensure email is under 5 mb) 2.Page limit - 5-8 pages (please make the response as brief and concise as possible) 3.Company name and Sources Sought number listed on each page 4.Proprietary information MUST be marked as such, on a page-by-page basis. B.Submittal: 1.In your response, please provide the following information based on the requirement. a.Your company's capability of fulfilling or exceeding this requirement as it is described. b.If you provide these services on your FSS Schedule contract, please provide your FSS Schedule contract information. 2.Please also provide name of company, company address, a contact person's name, telephone number, fax number and email address. 3.DUNS number, and indicate if actively registered on System for award management (SAM) 4.Socio-economic Status & NAICS Code: State the size of your company [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]. Notes: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. The Department of Veteran Affairs Contracting Office POC: Christopher Humphrey Contracting Officer Email: Christopher.Humphrey@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24116Q0570/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-16-Q-0570 VA241-16-Q-0570.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2850810&FileName=VA241-16-Q-0570-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2850810&FileName=VA241-16-Q-0570-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04171658-W 20160707/160705234917-1b4ac96a0e35b8fa4b9dcd0c7813c745 (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 |
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.