Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2022 SAM #7537
SOURCES SOUGHT

J -- Uninterruptible Power Supply (UPS) | Philadelphia VA Medical Center | RFI

Notice Date
7/18/2022 8:24:04 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0965
 
Response Due
7/25/2022 9:00:00 AM
 
Archive Date
09/23/2022
 
Point of Contact
Justin Erdley, Contract Specialist, Phone: 412-360-6179
 
E-Mail Address
justin.erdley@va.gov
(justin.erdley@va.gov)
 
Awardee
null
 
Description
See attached - RFI Sources Sought 36C24422Q0965 & Attachment A - UPS Inventory - 22 June 2022 Philadelphia VA Medical Center | Preventative Maintenance for Uninterruptible Power Supply | Sources Sought Notice Purpose and Objectives: The intent of this Sources Sought Notice is to identify potential businesses capable of providing Preventative Maintenance for Uninterruptible Power Supply (UPS) as listed in the below Statement of Work (SOW). It is expected that NAICS Code 561210, Facilities Support Services. The Government anticipates a Base Contract with Four Option Years. Vendors to this Sources Sought Notice shall demonstrate the firm's ability, capability, and responsibility to provide the UPS Services as described below. Vendors shall include the following information: Business name, address, Point of Contact, Business size. Vendors shall indicate if they are the direct supplier of the items. All information is to be submitted via e-mail at Justin.Erdley@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 12pm (ET) on Monday, July 25, 2022. No submissions will be accepted after this date and time. Questions can be submitted electronically to Justin.Erdley@va.gov. This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Quote (RFQ), nor is the government obligated to issue an RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey either. STATEMENT OF WORK Purpose: The scope of this SOW includes all labor, materials, equipment, supervision, and quality assurance necessary to perform preventative maintenance, testing and repairs for Uninterrupted Power Supplies. Objectives Repairs and part replacements will be covered under a separate CLIN. Contractor is not authorized to commence with repairs without written approval from the contracting officer. The Contractor shall furnish all parts, materials, labor, and transportation necessary to provide semi-annual Uninterruptable Power Supply (UPS) preventive maintenance services in accordance with the Terms, Conditions and Specifications of the contract. Contractor shall be responsible for maintaining documentation of each inspection and providing a report to the COR. The contract shall be awarded for one (1) year base years from date of award and with four (4) one-year option years. Locations: Main Campus 3900 Woodland Ave Philadelphia, PA 19104 Bldgs. 1 and 2 Description: Provides inpatient and outpatient services for veterans in areas: Emergency Department, Operating Rooms, Intensive Care Unit, Step down Units, Inpatient Units, Outpatient Clinics, Mental Health Services (inpatient/outpatient services), Food delivery, and Education. Nursing Home Campus 3461 Civic Center Blvd. Philadelphia, PA 19104 Bldg. 30 Description: Houses full-time residents in a nursing home type setting and Administration Buildings Contractor Requirements: All OSHA, NFPA Life Safety Codes, VHA Directives with Safety and Infection Control standards are to be adhered to prior to starting any work. Superintendent must have OSHA 30 -hour certification. Employees and subcontractors are requiring possessing OSHA 10-hour certification. The contractor is responsible to identify, provide and maintain all personal protective equipment required to perform the duties outlined in the contract. In addition, the Contractor is responsible for identifying and providing all applicable safety programs (i.e., lockout/tag out, confined space entry, universal precautions, etc.) required performing the work. Training on required safety programs and the proper use of PPE s shall be provided, and documentation maintained by the contractor. The Contractor shall possess all necessary licenses and/or permits required to perform the work. Requirements CMCMC has a requirement for all labor, travel, tools, equipment, supplies, parts, and batteries to perform a semi-annual preventive maintenance service by a trained technician to inspect and service Uninterruptable Power Supply (UPS) systems at locations in this contract. Service on all UPS systems equates to each UPS being inspected and tested twice per year. Required repairs will be included as a separate CLIN Required battery replacement will be included as a separate CLIN A complete list of UPS units is included in this SOW. All UPS services shall be completed in accordance with the manufacturer s recommendations and shall include, but are not limited to: A complete visual inspection of units including sub-assemblies, wiring harnesses, contacts, cables, and major components (swab contacts if necessary) Cleaning out of dust or debris from entire unit Re-torquing of all high-current carrying terminals and breakers Recording of all voltage and current meter readings on the control cabinet Calibrating of all unit electronics to system specifications Measuring and recording of all low-voltage power supply levels Measuring and recording phase-to-phase input voltage and current levels Checking the calibration of all power monitoring features and adjusting as needed Replacing all air filters Reviewing system performance with COR to address any questions, problems, and recommendations and to schedule any repairs. Complete inspection of UPS batteries including: General appearance and cleanliness of immediate area (clean exposed surfaces if necessary) Measure overall battery system voltage on float Inspect each battery for cracks or leakage of electrolyte Inspect all intercell connections and cabling for cleanliness and evidence of corrosion Measure the float voltage of each battery and the total battery terminal voltage Measure and record the ambient temperature Record impedance across the battery string Record impedance of individual batteries Perform mini-load test on any battery found questionable during inspection Perform thermal scan intercell connections for excessive heat Re-torque all battery connections to manufacturer s specifications Record battery date codes and unit installation date information where available The Contractor shall properly dispose all debris and trash generated while performing services and shall clean their work area of dust and debris. The Contractor shall deliver service reports to COR within 5 days of testing. Any failed UPS because of inspection testing must be documented immediately to COR. Inventory of Equipment Attachment A is the list of all equipment to be services under this contract As new equipment is added to the VA, the VA will provide an updated inventory When the contractor replaces any equipment, they are required to update this attachment within 5 days and provide the updated copy to the COR. Copy will be in electronic spreadsheet format. Repairs Within 5 days of inspection, the contractor to provide pricing to CO and COR for any repairs, identified during each inspection. Repair proposals shall be broken down by required materials and associated labor costs. CO and COR will review proposals to validate prices being fair and reasonable. The CO will add approved proposal sot the Repair CLIN Within 5 days of inspection, the contractor to provide pricing to CO and COR for any battery replacements identified during each inspection. CO and COR will review proposals to validate prices being fair and reasonable. The CO will add approved proposal sot the Repair CLIN. Emergency Services The Contractor shall provide all manpower, travel, tools, equipment, batteries, and supplies to perform trouble shooting and minor repairs to ensure the medical center remains operational. Emergency repairs costs must be approved in advance by the CO prior to the performance of work The Contractor shall provide 24-hour, 7-days a week emergency service and a toll-free phone number for technical assistance. The Contractor shall provide on-site response time for routine service calls of 8 hours or less; emergency calls shall have a 4-hr on-site response time. Reports Reports: Contractor is required to submit detailed report (electronic spreadsheet) of the inspection, test, and repair to include specific information on each UPS as defined below: Building number Room number Manufacturer Manufacturer Equipment Name Serial Number Inspector s name Notes on findings/recommendation Any repairs performed by contractor must be included in the report Contractor to provide field marks of drawings and notes to COR Contractor to provide digitally updated Life Safety drawings in AutoCAD to clearly annotate new locations of fire and smoke dampers. Include location of inaccessible dampers. Contractor to provide progress reports (bi-weekly) will be submitted electronically submitted to COR and a hard copy of the field report supplied Contractor to provide finals reports to consist of: (3) sets of hard copy in color, on 8 ½ x 11 of the damper inspection with all noted requirements as defined in this contract. Report shall be submitted in 3 ring binders organized with tabs by building number and floor number. Include table of contents on first page of binder indicating the breakdown of report with associated page numbers. (3) sets of hard copy in color on 11 x 17 of the updated AutoCAD drawings. This shall be submitted in 3 ring binders organized with tabs indicating: Include table of contents on first page of binder indicating the breakdown Tab for each building inclusive of tabs for each floor. All hard copy reports provided by the contractor shall also be provided to COR electronically. Drawings shall be in AutoCAD format so they can be updated of future Spreadsheet shall be in excel format so the data can be searchable and filtered Contractor to provide final reports to COR within 14 days of completion of testing and repairs. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 561210. Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor 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, 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 any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. 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. 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. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6432738a86eb43769af66ce74bc5da51/view)
 
Place of Performance
Address: 3900 Woodland Avenue Philadelphia, PA 19104 19104, USA
Zip Code: 19104
Country: USA
 
Record
SN06392981-F 20220720/220718230102 (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.