DOCUMENT
61 -- Eaton UPS Support Contract base plus 4 option year periods This notice of intent (NOI) to sole source is published in accordance with FAR 5.101(a)(1) requiring dissemination of information regarding proposed contract actions. - Attachment
- Notice Date
- 1/4/2018
- Notice Type
- Attachment
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of Veteran Affairs;PCAC-ST. LOUIS;11152 South Towne Square;Saint Louis MO 63123
- ZIP Code
- 63123
- Solicitation Number
- 36C77718Q9069
- Response Due
- 1/11/2018
- Archive Date
- 1/16/2018
- Point of Contact
- Wanakee Strickland
- E-Mail Address
-
r
- Small Business Set-Aside
- N/A
- Description
- EMPLOYEE EDUCATION SYSTEM (EES) PERFORMANCE WORK STATEMENT EES BUILDING 56 UNINTERUPTIBLE POWER SUPPLY PREVENTATIVE MAINTENANCE SERVICE Page 7 of 7 1. Title of Project: Employee Education System (EES) St. Louis Building 56 UPS PM Services 2. Background: The Employee Education System manages a satellite uplink center and a data center, which contains equipment and technical systems, in support of VA-wide education services. The critical equipment supporting these national services employs a backup power system in order to receive continuous power. Major components of the backup power system are the two uninterruptible power supply (UPS), which require regular preventative maintenance to sustain proper operation. 3. Scope of Work: The Contractor shall provide all resources, labor, equipment, tools, materials, and supervision necessary to perform quarterly preventative maintenance and service for the two VA-owned uninterruptible power supplies (UPS) units, as recommended and defined in the manufacturer s Eaton Flex Service plan. 4. Mandatory Tasks and Deliverables: The Contractor shall perform the mandatory tasks and provide the specific deliverables described below within the performance period stated in this Performance Work Statement (PWS). If, for any reason, any deliverable cannot be delivered on time according to the below schedule, the Contractor shall provide a written explanation to the Program Manager (PM)/Contracting Officer s Representative (COR) three days prior to deliverable due date. This written transmittal shall include a firm commitment of when the work shall be completed. This transmittal to the PM/OR shall cite the reasons for the delay and the impact on the overall project. The Contractor shall not commit or permit any act that interferes with the performance of work awarded to another Contractor or with the performance of Government employees. In any case where, in the course of fulfilling the contract requirements, the Contractor disturbs any work guaranteed under another separate contract, the Contractor must restore such disturbed work. Task 4.1: Service Plan: The Contractor shall provide an Eaton Flex Service Plan, or equivalent plan, for the two following VA-owned Eaton UPS units. UPS#1: Eaton 9390-160/160 UPS S/N: EK211CBC01 (40) Batteries (Installed 9/2016) Capacitors/Fans (Installed 9/2016) UPS#2: Eaton 9390-160/160 UPS S/N: EK206CBC10 (40) Batteries (Installed 9/2016) Capacitors/Fans (Installed 9/2016) 7x24 Eaton Corrective Electronics Maintenance Coverage including all parts, labor and expenses Covers Electronics Only (excludes batteries and full capacitor/fan upgrades) 8 Hour Eaton Response 5x8 Annual Eaton UPS Preventive Maintenance Service Visit1 5x8 Annual Eaton Battery Preventive Maintenance Service Visit 7x24 Eaton Technical Support Access & Eaton Service Priority 30% Spare Parts Kit and Time & Material Services Task 4.2 Service Visits-Visual Inspections: The contractor shall provide visual inspection of UPS components during a scheduled Preventive Maintenance visit. The contractor shall inspect all printed circuit board connections for cleanliness, swab contacts if necessary. The contractor shall inspect all power connections for signs of overheating. The contractor shall inspect all subassemblies, bridges and legs for signs of component defects or stress inspect all DC capacitors for signs of leakage. The contractor shall inspect all AC capacitors for signs of leakage. The contractor shall inspect and inventory all customer-owned spare parts g. Inspect for, and perform as required, any open engineering changes. Task 4.3 Internal Operating Parameter Tests: The contractor shall conduct measurement and testing of the UPS internal operating condition to ensure Eaton s recommended operating condition is met. The contractor shall test and verify DC Ground Detection Offset. The contractor shall test and verify Inverter leg current average balance. The contractor shall test and verify Output filter current average phase balance. The contractor shall test and verify Rectifier bridge current average leg balance. The contractor shall test and verify AC Protection settings are checked. The contractor shall test and verify DC Protection settings are checked. The contractor shall test and verify Input and Output Frequency and Voltage Bandwidth settings are checked. The contractor shall test and verify DC filter capacitance The contractor shall test and verify AC tank and trap filter capacitance. The contractor shall test and verify Power Supply voltages and waveforms. The contractor shall update firmware as necessary with VA approval (parts if required are included at no charge under service agreements with full parts coverage, otherwise billable) The contractor shall Evaluate Field Service Bulletins (FSBs) for potential updates (parts if required are included at no charge under service agreements with full parts coverage, otherwise billable) Task 4.4 External Operating Parameter Tests: The contractor shall conduct measurement and testing of the UPS external operating condition to ensure Eaton s recommended operating condition is met. The contractor shall test and verify System Input Voltages (all phases). The contractor shall test and verify System Input Currents (all phases). The contractor shall test and verify DC Charging Voltages (float and equalize), record settings, adjust to nominal. The contractor shall test and verify Rectifier phase on and walk up. The contractor shall test and verify Inverter phase on and walk up. The contractor shall test and verify Adjust all panel meters to measured values. The contractor shall test and verify System Bypass Voltages (all phases). The contractor shall test and verify Manual and UV Transfer Testing, verify uninterrupted transfer waveform (if applicable). The contractor shall test and verify Outage simulation, and battery capability testing, and verify charger current limit. The contractor shall test and verify Generator operation and interface verification (if applicable). Task 4.5 Environmental Operating Parameter Tests: The contractor shall conduct measurement, monitoring, and testing of the UPS environmental operating condition to ensure Eaton s recommended operating condition is met. The contractor shall monitor, test, and verify UPS area ambient temperature and condition of ventilating equipment. The contractor shall monitor, test, and verify General Cleanliness of UPS Power Module. The contractor shall monitor, test, and verify General Cleanliness of UPS area. The contractor shall replace air filters as applicable and necessary (parts if required are included at no charge under service agreements with full parts coverage, otherwise billable). The contractor shall clean outside of UPS including control panel/CRT screen. Task 4.6 Battery Cabinet Checks: The contractor shall conduct measurement, monitoring, and testing of the UPS battery system condition to ensure Eaton s recommended operating condition is met. The contractor shall monitor, test, and verify general appearance of Battery System (all types). The contractor shall monitor, test, and verify general cleanliness of Battery System area (all types). The contractor shall inspect cells for physical abnormalities. The contractor shall inspect all DC connections for abnormalities. The contractor shall monitor, test, and verify battery System area ambient temperature and condition of ventilating equipment. The contractor shall verify for the internal batteries only, and measure and record: Overall battery float voltage Charger output current and voltage Negative terminal temperature of one cell/battery per battery cabinet shelf or rack tier Momentary load testing of cells < 100 watts (e.g. 9E, 9x55, not 9330) Task 4.7 Monitoring System Parameters: The contractor shall conduct measurement, monitoring, and testing of the UPS monitoring system condition to ensure Eaton s recommended operating condition is met. The contractor shall inspect the alarm archive for review and printing. The contractor shall inspect the alarm lamp test-local and remote (if applicable). The contractor shall inspect and replace all open monitor bulbs. The contractor shall inspect and review battery test in history (if applicable). Task 4.8 Consultation and Reporting: The contractor shall provide, to the VA COR, with detailed written reports, in electronic format, following inspections, test and measurements results, system updates, emergency repair detail, and system recommendations as determined by Eaton. Deliverable 4.8 : Inspection and test and measurement reports Emergency repair reports System update and recommendation reports Table 1, Mandatory Deliverable Table Deliverable Description Quantity Due Date 4.8a Inspection and test and measurement reports 1 Within five (5) days of inspection 4.8b Emergency repair reports 1 Within five (5) days of emergency service 4.8c System update and recommendation reports 1 Within five (5) days of updates or recommendations 7. Evaluated Optional Tasks and Deliverables: N/A 8. Performance Details: 8.1 Period of Performance: The period of performance shall be for one year after contract award, plus four (4) option years. 8.2. Place of Performance: Work shall be performed in Room BB102 located in Building 56 at Jefferson Barracks VA Medical Center, #1 Jefferson Barracks Drive, St. Louis MO 63125. Contractor shall provide services during normal business hours from 8:00 A.M. to 4:30 P.M. local time, Monday through Friday, or as otherwise specified. 8.3 Observance of Government Holidays. There are 10 Federal holidays set by law (USC Title 5 Section 6103). Under current definitions, four are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six holidays are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November 8.4. Type of Contract: The Government anticipates award of a Firm Fixed-Price contract. 8.5. Travel: None anticipated. 8.6 Contract Post-Award Meeting: The Contractor shall not commence performance on the tasks in this PWS until the CO has conducted a post-award meeting or has advised the Contractor that the post-award meeting has been waived. 9. Changes to the PWS Any changes to this PWS shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a contract folder, along with all other products of the contract. Costs incurred by the Contractor through the actions of parties other than the CO shall be borne by the Contractor. 10. Quality Assurance Surveillance Plan (QASP) Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor s quality control program is the means that the work complies with the requirement of the contract. The COR will utilize the QASP as the tool to ensure quality of rendered support services are adhered to. Performance Requirements Summary Performance Indicator Performance Standard Minimum Acceptable Standard Method of Surveillance Frequency Reports Reports are submitted on time and include those topics described in the Performance Work Statement. Two or less instances where significant errors or omissions were identified Monthly reports Monthly Customer Service and PWS Maintenance Timelines (PWS Task 4.1) Contractor demonstrates 8 hour Eaton response, all scheduled preventative maintenance, and 7 X 24 Eaton tech support access in an appropriate and cooperative manner with the Employee Education Resource Center Office. Two or less instances where significant errors or omissions were identified Validated complaint/ reports Monthly 11. Confidentiality and Non-Disclosure: It is agreed that: The preliminary and final deliverables, as well as all associated working papers and other material deemed relevant by VA that have been generated by the Contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall be submitted upon request to the CO at the conclusion of the contract. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the Contractor. Any request for information relating to this contract presented to the Contractor shall be submitted to the CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this contract shall not be publicized without the written approval of the CO. Non-Disclosure and Conflict of Interest: The Contractor and Contractor s staff may have access to Government-sensitive information and shall be required to sign non-disclosure and conflict of interest statements. 12. Security Requirements: Contractor shall not have access to any Information Technology systems or Personal Identifiable Information (PII) throughout the contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAC/VAAAC/36C77718Q9069/listing.html)
- Document(s)
- Attachment
- File Name: 36C77718Q9069 36C77718Q9069.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3999039&FileName=36C77718Q9069-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3999039&FileName=36C77718Q9069-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C77718Q9069 36C77718Q9069.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3999039&FileName=36C77718Q9069-000.docx)
- Place of Performance
- Address: #1 Jefferson Barracks Drive;St. Louis MO
- Zip Code: 63125
- Zip Code: 63125
- Record
- SN04781510-W 20180106/180104230953-7f54e168d37bc8b6ee44dd55f663eb6a (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 |