DOCUMENT
J -- Uninterruptible Power Supply (UPS) Maintenance APC Symmetra and APC Galaxy models - Attachment
- Notice Date
- 10/16/2019
- Notice Type
- Attachment
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- 36C25520Q0010
- Response Due
- 10/22/2019
- Archive Date
- 12/21/2019
- Point of Contact
- Michelle Stevens
- E-Mail Address
-
le.Stevens2@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below Work to be performed: Factory authorized service contractor shall provide full maintenance service on Uninterruptible Power System equipment. Service to be provided: The factory authorized service contractor shall provide full maintenance service at the Harry S Truman Memorial Veterans' Hospital (HSTMVH), to include all replacement parts (except batteries), labor, travel expenses, tools, test equipment, and other incidentals necessary to maintain or restore the APC UPS's (below) located in D216 to operating specifications according to the manufacturer's recommendations, but at a minimum an annual PM and an annual battery maintenance. The service shall be provided during the regular business hours of, 8:00AM -4:30PM (0800 - 1630), Monday through Friday, excluding federal holidays. On-site response time must be within 16 business hours. Emergency callback service shall be available between 8:00AM - 8:00PM (0800 - 2000), seven (7) days per week. The contractor shall furnish one Preventive Maintenance (PM) inspection on the UPS to include battery maintenance. PM service shall be scheduled 2 weeks in advance. All manufacturer prescribed software upgrades shall be installed with 2 months of issuance and provided at no cost to the government. All contractor mechanics servicing the UPS's shall be factory trained to perform services on the APC UPS equipment they are servicing. Personnel must report to the FM Office to sign in before and after work on the premises of the HSTMVH. After work has been completed, the contractor shall sign out and furnish a detailed field service report, or equivalent, showing work completed, listing all repairs and/or repair parts used to maintain operating efficiency of the equipment. Contractor shall not replace any parts or perform any service that will result in additional charges without prior approval from the Contracting Officer Representative. All contractor mechanics servicing the UPS's shall be factory trained to perform services on the APC UPS equipment they are servicing. Personnel must report to the FM Office to sign in before and after work on the premises of the HSTMVH. After work has been completed, the contractor shall sign out and furnish a detailed field service report, or equivalent, showing work completed, listing all repairs and/or repair parts used to maintain operating efficiency of the equipment. Payment will be withheld pending receipt of the service report. The service report from the contractor must contain, at a minimum, the following information: Date and time of the contractor's arrival on station Complete list of parts replaced, and description of work accomplished Portable Generator Inventory APC Symmetra PX-40KV A Model: PX Serial #: QD 1803340588 APC Galaxy 4000-40KV A Model: 72-173005-00 Serial#: Ql2P-000817 The North American Industry Classification System Code (NAICS Code) is 541513 (Facilities Support Services, Computer Systems or Data Processing), size standard $30 Million Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open. Any response to this source selection from Interested parties must be received NLT 10/22/2019. Attention: Michelle Stevens, Contracting Specialist. Email: michelle.stevens2@va.gov Phone: 913-946-1963 Fax: 913-946-1996
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25520Q0010/listing.html)
- Document(s)
- Attachment
- File Name: 36C25520Q0010 36C25520Q0010.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189240&FileName=36C25520Q0010-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189240&FileName=36C25520Q0010-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25520Q0010 36C25520Q0010.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189240&FileName=36C25520Q0010-000.docx)
- Place of Performance
- Address: Harry S. Truman Memorial VAMC;800 Hospital Drive;Columbia, MO
- Zip Code: 65201
- Zip Code: 65201
- Record
- SN05476128-W 20191018/191016230755-a83aeb9a1d17ce6177a04d33b255da3a (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 |