Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2018 FBO #6068
DOCUMENT

65 -- Replacement Batteries and Fan for UPS - Attachment

Notice Date
7/3/2018
 
Notice Type
Attachment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9599
 
Response Due
7/11/2018
 
Archive Date
9/9/2018
 
Point of Contact
Mayra Barbosa
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) 36C26218Q9599 -IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW FAR 15.201(e), 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 DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 811212 (size standard of $27,500,000.00). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide replacement for batteries and fans that at a minimum meets the following salient characteristics with brand name for the VA San Diego Healthcare System: ITEM DESCRIPTION QUANTITY UNIT 0001 Replacement Batteries for Mitsubishi. 60 EA   Stock Number UPS12-540MR       Model UP9833A-A154SU4     0002 Mitsubishi Fan for the uninterrupted power supply 2 EA   Stock Number FAN20013             0003 Installation of item 0001 and item 0002 1 LOT   Include removable of item 0001 and item 0002       Include re-energized UPS and test     Include shipping cost on the items price. STATEMENT OF WORK Contract Title: VASDHS UPS Batteries, Room BB100 Background This contract is for the replacement of the UPS batteries for the main server. The UPS batteries are at the end of their serviceable life and need to be replaced. Scope of Work The purpose of this Statement of work is to outline tasks and responsibilities for the contractor to supply and install 60 new batteries and 2 fan units into the uninterruptible power supply (UPS) for the main computer server room. Removed batteries are to be disposed of by the contractor. Specific Tasks The contractor will: Shut down power to the UPS unit, following lock-out/tag-out procedures. Remove sixty (60) existing batteries. Remove two (2) existing fan units. Install two (2) new fan units. Install sixty (60) new batteries. Re-energize UPS and test. Safety Precautions Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. All necessary precautions shall be taken by the Contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. No flammable liquids shall be stored or used in the medical center for a duration period greater the time scheduled to perform the work. Due to the presence of asbestos in the interstitial areas of building #1, all workers entering these areas shall have a 16 hour O&M asbestos certification and a valid fit test. Certification and proof of fit test shall be presented no later than the start of any work. Inspection and Acceptance Criteria: The VA POC can perform inspection of the work performed without the presence of the contractor and determine whether the work performed is within standards expressed in this scope of work. It is VA prerogative to hire an independent qualified third party to check the validity of the work conducted. Risk Control The medical services at the designated locations will remain operational during the execution of this work; Contractor shall take all precautions to minimize disruption to daily routine tasks performed in those services. Patients care shall remain a top concern for the Contractor and his employees while performing the work. Place of Performance: VASDHS, 3350 La Jolla village Drive, San Diego CA 92161 Period of Performance: Within 90 days of contract award. VA POC: Name: TBD Section: Engineering, Maintenance & Repairs Address: 3350 La Jolla village Drive, San Diego CA 92161 Phone Number: TBD Fax Number: E-Mail Address: TBD The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. 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 required specifications. 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 indicates 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), Hub zone, 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 or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/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 or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Mayra.Barbosa@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, July 11, 2018 at 11:00 A.M. PST. 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 request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9599/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9599 36C26218Q9599.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4457258&FileName=36C26218Q9599-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4457258&FileName=36C26218Q9599-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA San Diego Healthcare System;3350 La Jolla Village Drive;Warehouse Bldg 1;San Diego, CA
Zip Code: 92161
 
Record
SN04978480-W 20180705/180703230959-764e61ee7867a09a1ef595f4785fad25 (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 |
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.