Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2021 SAM #7293
SOLICITATION NOTICE

J -- Battery Preventative Maintenance and Repair Services Base and Four-Year Option Unrestricted

Notice Date
11/17/2021 11:23:28 AM
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24722Q0016
 
Response Due
11/24/2021 1:00:00 PM
 
Archive Date
01/23/2022
 
Point of Contact
Leonard Robinson, Contracting Officer, Phone: 404-321-6111 x5508
 
E-Mail Address
leonard.robinson@va.gov
(leonard.robinson@va.gov)
 
Awardee
null
 
Description
Battery Preventative Maintenance and Repair Services The Department of Veterans Affairs, RPO-East NCO 7 located in Tucker, Georgia anticipates the award of a Firm-Fixed price VISN (7) Wide Unify Telephone System DC Power Distribution System and Batteries Preventative Maintenance Contract which covers the following VA Medical Facilities and Community Based Outpatient Clinics as identified in the attached SOW: Georgia, South Carolina and Alabama. This service will be acquired in accordance with FAR 13 Simplified Procedures. The requirement will be Unrestricted. The government anticipates awarding a contract for a period of 5 years which includes a Base Year and (4) additional one-year option periods from date of award Statement of Work (SOW) information is attached for additional information. The applicable North American Industry Classification System Code (NAICS) for this procurement is 811219: Other Electronic and Precision Equipment Repair and Maintenance. The Small Business Size Standards is $22 Million. THIS PRESOLICITATION NOTICE IS NOT A REQUEST FOR QUOTE (RFQ). VENDORS SHOULD NOT SUBMIT FORMAL QUOTES UNTIL THE RFQ IS POSTED TO THE GENERAL PUBLIC. This notice is not to be construed as a commitment by the Government nor will the Government pay for the information resulting from this posting. All interested parties shall have a current registration and current annual On-line Representation and Certifications Application (ORCA) in the System Award Management (SAM) database https://www.sam.gov at time of submission and award. Points of Contact: Leonard Robinson Leonard.robinson@va.gov STATEMENT OF WORK VISN 7 PBX DC Battery Plant Preventative Maintenance SCOPE The Contractor shall provide all labor, parts, material, and supervision necessary to provide preventive maintenance and support for the Department of Veterans Affairs VISN 7 Unify Telephone System DC Power Distribution System and Batteries All work will be in accordance with applicable local, state, and federal codes, guidelines, and regulations governing such work. Maintenance is required for approximately 264 Batteries equating to 24 Batteries per VA Facility see facility listing in Section C. GENERAL Period of Performance The Period of performance shall be 12 months with four 12-month option periods, if exercised and effective from the date of award. Days and Hours of Operation Typical working hours at the VA facilities are 8:00 a.m. to 4:30 p.m. ET, Monday through Friday, excluding Federal holidays. Work may be required outside of normal business hours due to system failures and other issues but must be coordinated in writing with the assigned COR. Performance Locations Routine preventative maintenance services shall be conducted twice per each year of the contract at each of the Veterans Affairs Medical Centers (VAMC), facilities, and/or clinics identified in the table below. The Government reserves the right to add or remove facilities to the covered lists to cover expansions and/or restructuring. Table 1: Covered Facilities VA Facility Name VA Facility Address VA Facility POC (TBD) Atlanta VA Health Care System 1670 Clairmont Rd, Atlanta, GA 30333 Central Alabama VAMC-Montgomery 215 Perry Hill Rd, Montgomery, AL 36109 Charlie Norwood VAMC (Downtown) 950 15th St, Augusta, GA 30901 Charlie Norwood VAMC (Uptown) 1 Freedom Way, Augusta, GA 30904 Carl Vinson VAMC 1826 Veterans Blvd. Dublin GA 31021 Greenville Community-Based Outpatient Clinic (CBOC) 41 Park Creek Dr., Greenville, SC 29605 Ralph Johnson VAMC 109 Bee St, Charleston, SC 29401 Tuscaloosa VAMC 3701 Loops Rd East, Tuscaloosa, AL 35404 Tuskegee VAMC 2400 Hospital, Tuskegee, AL 36083 VA VISN7 Office/Duluth 3700 Crestwood Pkwy NW, Suite 500, Duluth, GA 30096 WM Jennings Bryan Dorn VAMC 6439 Garner's Ferry Road, Columbia, SC 29209 PERFORMANCE REQUIREMENT Tasks General: The vendor shall provide Preventative Maintenance and correction of any minor discrepancies for the Unify Telephone Systems DC Power System and associated batteries at the VISN 7 sites noted above, reference Table 1. Vendor must be capable to accomplish major repair (or minor repair) as noted above, replacement, and system expansion as required without taking the system off-line. This maintenance contract will include two (2) visits per year to each of the sites and must be coordinated through the VISN 7 Contracting Officer Representative (COR) and site POC provided a minimum of 30 days in advance of proposed site visits. Any major repairs, replacement, or system expansion of private branch exchange (PBX) battery systems shall occur after normal working hours and be coordinated with the local facility. Specific: The vendor will check the following systems: Telephone Switch DC Power Distribution System functions including: Cable and Connectors for proper size and applied load Bolts and Connectors for Heat; torque all bolts to spec Low Voltage Shutdown Function DC Rectifier/Chargers Check, adjust as necessary and provide a written record of settings/values programmed for all functions including: High/Low Voltage Shutdown Current Limiting/Low Current Alarms High/Low Alarms Float and Equalize Voltages to Spec. Load Sharing Function The vendor will perform preventive maintenance on the Telephone Switch Battery System to include: Visual Inspection, cleaning and application of corrosion inhibitor as required Analyze condition of each battery using Alber CRT-300 Cellcorder or equivalent to measure and record float voltage, internal resistance, and intercell connection resistance. All test instruments shall have been calibrated within six (6) months of test performance by a certified calibration facility. Apply a momentary load to calculate internal cell resistance while cells are on-line. Perform a Safety Inspection of the DC Power System to include: Ensure required Safety Shields on Power Board, DC Wiring Tie Points, and Batteries are in place. Check Critical Power System Functions as related to safety e.g. alarms, shutdown and monitoring functions. Ensure DC Power System and battery stack area are clear of any foreign objects and non-system related items, especially metallic items that should be kept well clear of system. Any items found in the area will be brought to the attention of the facility Telecom Staff, local CIO, and the COR, and prominently documented in the site report. Ensure no unauthorized modifications or changes to the system have been made that could compromise the system. Analysis/load testing of the PBX DC power system and battery plant shall not in any way cause the PBX system to lose voice service or create a reboot/system reload condition. The loss of voice service or system reboot/reload shall result in a negative evaluation to the contracting officer regarding potential contract renewal or follow-on service. The winning bidder must be cognizant that VISN 7 facilities are involved in direct medical patient emergent care and loss of voice service creates life safety risks. Data collected from each visit will be maintained in a database for long term ""trending"" of battery condition. Scheduling Contractor will conduct two (2) maintenance visits per year to each of the sites Each visit must be coordinated through the VISN 7 Contracting Officer Representative (COR) and site POC provided a minimum of 30 days in advance of proposed site visits. Deliverables The contractor shall provide a soft copy of the data for each battery in Microsoft Excel format to the Contracting Officer and the COR along with a printable report in Microsoft Word for each site visit. Both the soft data and hard copy report shall be submitted within five (5) business days following completion of testing at each site. The hard copy report shall include an overall battery system condition, identification and results of all tests conducted and minor corrective repair actions performed, projected DC power system remaining service life duration, and recommendations for any single/multiple battery or power system servicing issues with estimated costs. License/Certifications The contractor shall have liability insurance PROPOSALS Proposal should include all parts and labor to be used. PERFORMANCE MONITORING The government reserves the right to monitor services in accordance with the Performance Requirements. Performance Standards Matrix Performance Objective SOW Ref Performance Measure/Standard Acceptable Level of Performance Method of Assessment Perform maintenance activities as required by the contract Para 3.1 Maintenance, Services, and Inspections are completed IAW the SOW Satisfactory Direct Observation, 100% Inspection, and User Survey Deliverables (Data and Printable reports). Para 3.2 Reports in appropriate format, within specified time, and contains applicable information Satisfactory 100% Inspection Invoice Submittal Para 6 Invoices prepared properly and submitted timely in arrears. Satisfactory 100% Inspection INVOICES All invoices should be submitted in arrears and must contain the appropriate purchase order number. Submit invoices through Tungsten Network, (1-877-489-6135), http://www.tungsten-network.com . NOTE: If invoice is submitted improperly (too early, incorrect purchase order number, incorrect billing, etc), invoice will be returned to contractor for correction. Vendor Electronic Invoice Submission Methods Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten Network (Formerly OB10), to transition vendors from paper to electronic invoice submission. Please go to this website http://www.tungsten-network.com/us/en/veterans-affairs-us/  to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org). A properly prepared invoice will contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Date and location of Service Provided Invoice must show service provided and amount due, by CLIN Total amount due Vendor e-Invoice Set-Up Information: Please contact OB10 at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or OB10, please contact the FSC at the phone number or email address listed below: OB10 e-Invoice Setup Information: 1-877-489-6135 OB10 e-Invoice email: VA.Registration@ob10.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c0560c4fd9cf439f800e5e533a37dbd9/view)
 
Place of Performance
Address: Georgia, Alabama, and South Carolina Please refer to the Statement of Work for more information.
 
Record
SN06179060-F 20211119/211117230120 (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.