Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
DOCUMENT

75 -- UPS Batteries - Attachment

Notice Date
1/31/2018
 
Notice Type
Attachment
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9141
 
Response Due
2/9/2018
 
Archive Date
4/10/2018
 
Point of Contact
MICHELLE R. WILSON
 
E-Mail Address
email address
(michelle.wilson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334118 (size standard of 1,000 Employees). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to these sources sought, a solicitation announcement may be published. Responses to these sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Eaton rack mountable UPS (Uninterrupted Power Source) batteries that at a minimum meets the following salient characteristics with a brand name or equal product for the VA Long Beach Healthcare System (VALBHS): RACK MOUNTABLE UPS (UNINTERRUPTED POWER SOURCE) BATTERIES Salient Characteristics Product Length 25.5 IN Product Height 3.4 IN Product Width 17.4 IN Product Weight 87 LB Warranty 3 year on electronics, 3 year on batteries with registration Compliances FCC Part 15 Class A Subpart B Sections 15.107b, 15.109b Certifications UL 497A UL 1778 cUL Listed UL Listed Catalog Notes Allows UPS operation without utility input Electrical output Voltage 120V Receptacle (6) 5-20R; (1) L5-30R Output Voltage Range 102-132 Vac Output Frequency 50-60 Hz Feed Type AC Output Nominal Voltage 120V default (100/120/125V) Additional specifications Form Factor Rack/tower VA Rating 3000 VA Topology Line-interactive Wattage 2700 W Color Black/silver Efficiency 99 Electrical input Input Connection L5-30P Input Nominal Voltage 120V default (100/110/120/127V) Input Power Factor 0.9 Input Cord Length 10 ft Input Voltage Range 89-151 Vac (adjustable to 70-153 Vac) Input Frequency Range 47-70 Hz (50 Hz system), 56.5-70 Hz (60 Hz system), 40 Hz in low-sensitivity mode Battery Battery Type Sealed, lead-acid, maintenance free Batteries Replacement User replaceable Runtime Graph View runtime graph Battery Management ABM technology (3-stage charging extends battery service life by 50% and provides advance warning for battery replacement) Extended Battery Capability None; See Eaton 5PX UPS for extended runtimes options Communications Communication 1 USB HID compliant port + 1 RS232 serial port and relay contacts (USB and RS232 ports cannot be used simultaneously) Expansion Slots One slot; Network Card-MS is optional Software Compatibility Eaton Intelligent Power Manager (included) Environmental Altitude Up to 10,000 ft (3000m) without de-rating Noise Level <50 dB at 1 meter Temperature Range 0 ° to 40 °C (32 ° to 104 °F) BTU Rating Online: 305, Battery: 2047 Relative Humidity 20-95% non-condensing The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and can provide these supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to michelle.wilson@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, February 9, 2018 at 2:00 p.m. PST. If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to these sources sought. Responses to these sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9141/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9141 36C26218Q9141.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4056257&FileName=36C26218Q9141-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4056257&FileName=36C26218Q9141-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VA Long Beach Healthcare System;Bldg 149;5901 E. 7th Street;Long Beach, California
Zip Code: 90822
 
Record
SN04805024-W 20180202/180131230945-96303d614ca3cf5303b44472b24bcfb0 (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.