Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 06, 2024 SAM #8349
SOURCES SOUGHT

61 -- Provision and Installation of Uninterruptible Power Supplies

Notice Date
10/4/2024 1:41:37 PM
 
Notice Type
Sources Sought
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0019
 
Response Due
10/11/2024 2:00:00 PM
 
Archive Date
10/26/2024
 
Point of Contact
Stephanie Cahill, Contract Specialist, Phone: 303-712-5841 *Email preferred
 
E-Mail Address
Stephanie.Cahill@va.gov
(Stephanie.Cahill@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested, please read this notice entirely and submit the required information, as requested herein. Provision and Installation Uninterruptible Power Supplies Veterans Affairs Office of Integrated Veteran Care (VAIVC) BRIEF SCOPE OF WORK (This is for information only) IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine the socioeconomic status of interested companies). No award will be made off this posting. Scope: Personnel must be qualified and licensed if required by the State of Colorado to complete the required electrical work. Contractor must deliver all equipment and supplies for task 1 and 2 to VHA by December 1, 2024. All contractor employees who require access to the Department of Veterans Affairs areas shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to performance. The contractor will be responsible for the actions of those individuals they provide to perform work for the IVC. The contractor must comply by providing fingerprints and personal history statements as required by the security process. Task 1 - Completed on January 16, 2025. Provide and install the below equipment into Network Racks 4, 5, and 6. Three (3) 5kW rackmount L21-20 input/output UPSs, 10 power cord, with rail kit, 20-minute battery backup. Brand name or equal: Lead Acid Online UPS 5kVA 8kVA, 3-Phase (Product Number VD8K3P-1) Eighteen (18) Black Z-Lock C13/C14 power cords (1m) (18) White Z-Lock C13/C14 power cords (1m) Task 2 - Completed on January 16, 2025. Provide and install the below equipment into Network Racks 1, 2, and 3. One (1) 5kW rackmount L21-20 input/output UPSs, 10 power cord, with rail kit, 10-minute battery backup. Brand name or equal: Lead Acid Online UPS 5kVA 8kVA, 3-Phase (Product Number VD8K3P-1) Two (2) vertical Rack PDU, L6-30 input. Two (2) L21-20 branch circuits run from distribution panel in adjacent electrical room. Each includes 3-pole 20A circuit breaker, 5-wire 12AWG branch circuit (neutral 10AWG), conduit, junction box/cover, and L21-20R receptacle. Four (4) L6-30 branch circuits run from distribution panel in adjacent electrical room. Each includes 2-pole 30A circuit breaker, 3-wire 10AWG branch circuit (neutral 8AWG), conduit, junction box/cover, and L6-30R receptacle. Two (2) Rackmount UPS with L6-30 input/output, 10 power cord, 10-minute battery backup. Brand name or equal: 208/240V 5000VA 5000W On-Line UPS, Unity Power Factor with Bypass PDU, Hardwire/L6-30P Input, 3U, TAA (Part number: SU5KRT3UHVMB) Four (4) Horizontal Rack PDU with L6-30 input, C13 outlets. Nine (9) Black Z-Lock C13/C14 power cords (1m) Nine (9) White Z-Lock C13/C14 power cords (1m) Task 3 Completed by December 1, 2024. Provide and install 6 ea. L21-20 connections (2ea per rack) above racks 4, 5, and 6. Ensure power is run from the distribution panel in the adjacent room. The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor. This is anticipated to be a commercial supply acquisition under the authority of FAR Part 12, Simplified Acquisition Procedures for Commercial Items. The products and service will be delivered to the following location: Denver Federal Center Building 53, Room 107 West 6th Avenue and Kipling Street Lakewood, CO 80225 IMPORTANT NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) OEM certified technicians to perform services with unrestricted access to the facility during inclement weather, as well as immediate access to OEM software updates. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507. Please communicate via e-mail to Stephanie.Cahill@VA.Gov by 15:00 MST on October 11th, 2024, as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Provide company s capability statement describing ability to provide equipment that meets or conforms to the salient characteristics listed above *include specification or brochure documents for confirmation of equivalent products* Company s business size in relation to NAICS 335311 and socio-economic category (SDVOSB/VOSB/WOSB/Large Business): SAM UEI: FSS/GSA contract # (if applicable): Estimated lead time: Only written responses, to items 1 through 5 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp To become a CVE-verified VOSB or SDVOSB visit https://www.vip.vetbiz.va.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4e3bc622f6ef43a79635f0649f751703/view)
 
Place of Performance
Address: Denver Federal Center Building 53, Room 107 West 6th Avenue and Kipling Street, Lakewood 80225, USA
Zip Code: 80225
Country: USA
 
Record
SN07234146-F 20241006/241004230110 (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.