Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2024 SAM #8214
SOURCES SOUGHT

63 -- 36C25524Q0397 | UPS system for Alarm and Safety (non-IT) | Marion VAMC

Notice Date
5/22/2024 10:38:23 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25524Q0397
 
Response Due
5/28/2024 2:00:00 PM
 
Archive Date
06/07/2024
 
Point of Contact
Aubrey Visocsky, Contract Specialist, Phone: 913-946-1992
 
E-Mail Address
Aubrey.Visocsky@va.gov
(Aubrey.Visocsky@va.gov)
 
Awardee
null
 
Description
REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER This RFI/Sources Sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI/Sources Sought 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/Sources Sought. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI/Sources Sought In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/Sources Sought only. The purpose of this RFI/Sources Sought is to gain knowledge of potential qualified sources and their size classification relative to NAICS 561621 with a business size standard of $25 Million. Responses to this RFI/Sources Sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this RFI/Sources Sought, a solicitation announcement may be published. Responses to this RFI/Sources Sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: Statement of Work (SOW) Description of Use: Extended Uninterruptible Power Supply (UPS) Security System for use at the Marion VAMC located at 2401 West Main St., Marion, IL 62959-1188. This is for Siemens UPS systems to support Siemens security systems. These units will provide Extended Use Time for Security Devices on Access Control Locks, Access Control Modules, SSTV Cameras, and Switches that are part of the PACS and SSTV Systems. Pricing will need to include main unit and applicable additional battery packs. Additional rack space will need to be included with a small 4 post rack. Some locations may use available rack space in addition to the rack provided. UPS setup to allow for 10% overage factor of current usage at 8 hours of no power. This also includes 80% recharge within 1 day of power after outage. Manufacture estimates batter life from 4-6 years under normal operating conditions. UPS system install is included. System requires a new circuit of 208-240v Volts, Single Phase. New circuit is to be included and will use existing system Breaker Panels and adding 1 new Breaker for this purpose. The following locations require a new UPS system on their existing systems. Marion VHA Building 8 Building 13 Building 15 Building 16 Building 82 Building 7 Owensboro CBOC Minimum Technical Specifications: 1st system: Extends the runtime of expandable 240V DC Tripp Lite UPS Systems Included daisy-chain connector supports the addition of multiple compatible external battery packs Supports 3U rackmount installation; 4 post installation accessories included Options for 2 post rackmount and tower installation available -AND- 2nd system: 10kVA / 10,000VA / 9000W on-line double-conversion UPS; 0.9 power factor 208/120V or 240/120V 50/60Hz output; Economy mode option 9U Rack / Tower compatible; Hot-swappable power and battery modules USB, RS232 & EPO ports; support for SNMP/WEB and contact-closure card options Front panel LEDs with detailed LCD monitoring and control screen Expandable runtime with optional external battery packs Hardwire input (3 wire); Hardwire output These are an additional component that will be used for connection based on final engineering for input/output and power layout at each location. Description Quantity UPS Controller and Rack Space 7 UPS Bater and Connectors 7 New Power Circuit with Single Breaker added to current Panel 7 Rework wall power and Rack Power for Unified System As needed Rework Fiber Landing Panel to New Ground Mount Rack As needed Remove unused components that are abounded As needed 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 brand name. If you are interested and are capable of providing the sought-out 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 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? 5. Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your Sam.gov UEI number. Responses to this notice shall be submitted via email to Aubrey Visocsky at Aubrey.Visocsky@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday May 28, 2024, at 4:00PM CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ac2d19c2e5f94b0d874f22e476eefbdb/view)
 
Place of Performance
Address: 2401 West Main St. Marion VAMC 2401 West Main St., Marion, IL 62959-1188, USA
Zip Code: 62959-1188
Country: USA
 
Record
SN07074196-F 20240524/240522230052 (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.