Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2020 SAM #6663
SOURCES SOUGHT

61 -- UPS Battery Replacement and Maintenance

Notice Date
2/24/2020 6:48:42 AM
 
Notice Type
Sources Sought
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0215
 
Response Due
2/26/2020 8:59:59 PM
 
Archive Date
03/27/2020
 
Point of Contact
Leah Bennett, Contract Specialist
 
E-Mail Address
leah.bennett2@va.gov
(leah.bennett2@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice only. This is not a solicitation. INTRODUCTION The Medical Center has an EATON POWERWARE 9390-80/40 UPS that provides power back-up to the facility computer and telecommunications systems servers. The UPS has forty (40) PWHR12500W4FR batteries that provide the back-up power. BACKGROUND The batteries in the POWERWARE 9390 80/40 UPS are 4.5 years of age. [date code 6/15] The batteries used in these units have a reliable useful life of between three to five years. This range is based on such factors as battery type, the environment they are operating in and the number of deep discharges to the system. DEFFINITIONS/ ACRONYMS Engineer (ing) - Supervisor or designee. CO - Contracting Officer COR - Contracting Officer's Representative. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. Authorization Signature - COR signature; indicates work status is accepted as stated in ESR. VAMC - Department of Veterans Affairs Medical Center. Contractor- Vendor performing service. SCOPE Vendor shall provide labor and materials for the following; Removal and EPA approved disposal of forty (40) existing batteries. Installation of forty (40) new PWHR12500W4FR batteries. Three (3) year Parts and One (1) year labor warranty. Semi-Annual Preventative Maintenance on all 40 UPS batteries installed as directed by the battery manufacturer. HOURS OF WORK Normal hours of business are Monday through Friday from 7:00 a.m. to 4:30p.m., excluding holidays. Work must be performed outside the normal hours of business, due to the affected computer and telecommunications systems. DOCUMENTATION/REPORTS The contractor must submit the ESR to the COR or designee at the time of departure. The final documentation report shall include, but not limited to the following: Equipment description. Suggested Preventative maintenance procedures and schedules. The ESR must, at a minimum, document the following data legibly and in complete detail: Name of Contractor and Contract Number. Name of FSE who performed services. Contractor service ESR number/log number. Date, time (starting and ending), equipment downtime and hours on-site for service call. Identification of equipment to be serviced. (ID Number, Manufacturer's name, device name, and any other Manufacturer's identification numbers. Itemized description of service performed. Total cost to be billed. Signatures of FSE performing service described and VA employee who witnessed service described. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE APPROVING OFFICIAL BEFORE SERVICE IS COMPLETED. ARRIVAL (CHECK-IN/CHECK-OUT) REQUIREMENTS: The Contractor shall be required to report to Engineering Service to log in. This check in/check out is mandatory. Upon check in, ALL members of Contractor group must sign out a CONTRACTOR badge and it must be worn at all times, while on the premises. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to log out with Engineering, turn in CONTRACTOR badge and submit the preliminary report (ESR) to the COR, designee, or Engineering Program Assistant at the time of departure. C. Work sites shall be left in the same manner of cleanliness and order in which they were found. Contractor will provide their own waste disposal, if any. PAYMENT Invoices must include the contract number or purchase order number, and item(s) covered (identified by serial numbers and /or equipment ID numbers). ADDITIONAL CHARGES: There will be no additional charge for time spent at the site (during or after normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. REPORTING REQUIRED SERVICES: DEFECTS/REPAIRS REQUIRED: The Contractor shall immediately, but no later than twenty-four (24) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: Each respondent must have an established business, with an office and full time staff. The staff includes a ""fully qualified"" FSE and a ""fully qualified"" FSE who will serve as the backup. ""Fully Qualified"" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program for the equipment. The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by ""Fully Qualified"" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each equipment make and model the Contractor services at the VAMC. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or COR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. IDENTIFICATION, PARKING, SMOKING AND VA REGULATIONS: The Contractor's FSEs shall wear visible identification at all times while on the premises of the VAMC. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited anywhere on the property at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state or municipal court. There shall be no changes to this statement of work without prior approval of the Contracting Officer. If you are able to meet these requirements, please send your company information to leah.bennett2@va.gov by 1400 EST on 2/26/2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67cce9bbb6cf4b71881428771a8ce8e0/view)
 
Place of Performance
Address: Department of Veterans Affairs;Manchester VAMC;718 Smyth Rd.;Manchester, NH 03104, USA
Zip Code: 03104
Country: USA
 
Record
SN05571199-F 20200226/200224230143 (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.