Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOURCES SOUGHT

70 -- Uninterruptable Power Supply (UPS) Systems

Notice Date
6/24/2022 9:51:22 AM
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1154
 
Response Due
7/5/2022 10:00:00 AM
 
Archive Date
08/04/2022
 
Point of Contact
Hestia Sim, Contract Specialist, Phone: 562-766-2239
 
E-Mail Address
hestia.sim@va.gov
(hestia.sim@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the supplies described below. VA Long Beach located in 5901 East 7th Street, Long Beach, CA 90822 is seeking to for a contractor to provide seven uninterruptable power supply (UPS) systems, its accessories, and services indicated below. UPS systems and its accessories must have salient characteristics specified below. The supplies and services should be completed within 2 months after award. Work shall be performed on the weekend or after regular business hours to avoid interruption for the services in the facility. Required Supplies/Services Remove the old UPS in the closets Provide and install 7 EA new UPS Provide and install 7 EA new network cards which are compatible with the provided UPS to monitor the UPS over the VA network Provide and install 7 EA new maintenance bypass switches which are compatible with the provided UPS for load transfer between UPS and utility Salient Characteristics UPS requirement Must be a DOUBLE CONVERSION UPS, Vertiv LiebertĀ® Part# GXT5-2000LVRT2UXLS 2000/1800 CAPACITY VA/WATTS True on-line design with PWM sine wave output 0.9 output Power Factor Rating Input PF correction with wide input voltage and frequency range for longer battery life. Efficient three-stage charging technique and comprehensive discharging protection +/- 3% output voltage regulation Automatic restart after extended outages Input and output noise suppression Emergency fail safe bypass for mission-critical availability Configurable to operate at voltages of 110/118/120/127 VAC Automatic and manual battery test feature Microprocessor-based control and monitoring. LCD display for user friendly operation with local monitoring and configuration of operational parameters. Programmable-controllable outlet groups USB port and contact closure communication USB compatible Operation systems monitoring and GXT4 configuration program Intellislot communications port Battery start capability Extended run capability Maintenance Bypass Switch Requirement Must be compatible with UPS above 120 Volt, 20 Amp electrical rating Two NEMA 5-20P input plugs, one connected to utility power (10 ft long), one to UPS output power (6ft. long) Eight NEMA 5-15/20R (T-slot) output receptacles for power distribution Maintenance bypass switch for load transfers between UPS and utility 5-years Extended Maintenance for the UPS Contractor shall be partner with Vertiv to provide the Power Assurance Package with 5 years extend warranty and maintenance for UPS. 100% parts, labor, and travel cost coverage for maintenance, repair and replacement, including internal battery. Perform health check on all UPS listed in the contractor quarterly and submit report to the VA. On-site support and emergency response Rack construction, installation or re-configuration with UPS accessories Installation includes mounting and start-up of new UPS and internal batteries Services performed by factory trained technician Continuous monitoring, expert analysis and proactive response If you are interested and are capable of providing the required supplies, please provide the following information. (1) Company Name, Address, Point of Contact (2) 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. (3) Is your company considered small under the NAICS code 335999 All Other Miscellaneous Electrical Equipment and Component Manufacturing? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. 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 particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 335999 (500 employees). Responses to this notice shall be submitted via email to hestia.sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than 7/5/2022 10:00 AM Pacific Time. After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b45c71646a04a7f94692a52cc0e69a1/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Long Beach Healthcare System 5901 East 7th Street, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN06369253-F 20220626/220624230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.