This amendment modifies solicitation 36C25626Q0210, issued by the Department of Veterans Affairs, Gulf Coast Veterans Health Care System, Network Contracting Office 16. The primary purpose of this amendment is to extend the closing date and time for receipt of offers. The new deadline for offer submission is December 19, 2025, at 10:00 AM CST, changed from the original December 12, 2025, at 10:00 AM CST. Offerors must acknowledge receipt of this amendment by completing and returning copies, acknowledging on their offer, or sending a separate communication, with failure to do so potentially resulting in rejection. The amendment also lists John L. Walker as the Contracting Officer and Rene' Impey as the Point of Contact for inquiries. All other terms and conditions of the solicitation remain unchanged.
The Department of Veteran Affairs, Network Contracting Office (NCO) 16, has issued a presolicitation notice (36C25626Q0210) for UPS IT Battery Maintenance Services for the Gulf Coast Veterans Health Care System in Biloxi, MS. This notice targets Service-Disabled Veteran Owned Small Businesses (SDVOSBC) for a 100% set-aside procurement. The NAICS code is 518210 with a $40M business size standard. This is not a request for proposals or quotes; a solicitation package will be released later. Interested parties must be registered, active, and verified in SAM, SBA VetCert, and Vet 4212 to be considered for award. The point of contact for questions is D. Rene' Impey at rene.impey@va.gov.
This government solicitation, 36C25626Q0210, issued by the Department of Veterans Affairs, Gulf Coast Veterans Health Care System, is for a service contract to provide UPS IT preventive maintenance and emergency services. The contract covers two locations: Biloxi, MS (100kW UPS) and Pensacola, FL (40kW UPS). Services include 24/7 emergency support with a four-hour response time, all parts (except batteries), labor, travel, expenses, and two annual IEEE-450 Preventative Maintenance Inspections per year (February and August). The contract has a base period from January 1, 2026, to September 30, 2026, and four one-year option periods. The solicitation also includes detailed clauses regarding security prohibitions, exclusions (e.g., covered foreign telecommunications equipment, Kaspersky Lab products, specific unmanned aircraft systems), and reporting requirements for non-compliance. Contractors must submit invoices monthly in arrears and adhere to specific safety and identification protocols.
The Past Performance Questionnaire (Attachment D) is a critical component for evaluating contractor performance in government solicitations, due by December 12, 2025, at 10:00 AM CT. This document requires evaluators to assess a contractor's past work across several key areas: Quality of Service, Timeliness of Performance, Business Relations, and Management of Key Personnel. Each area is rated using a scale from Outstanding to Unsatisfactory, with specific definitions for high, significant, unknown, little, and no confidence levels. The questionnaire also collects essential contract information such as contract number, type, award date, period of performance, and total dollar amount, along with a brief scope description to determine relevancy and recency. Respondents are encouraged to provide detailed remarks and can supplement their knowledge with input from others within their organization. Completed questionnaires must be returned via email to rene.impey@va.gov.
The Quality Assurance Surveillance Plan (QASP) for UPS IT Maintenance (36C25626Q0210) outlines the systematic methods for monitoring contractor performance to ensure compliance with the Performance Work Statement (PWS). Its purpose is to evaluate if the contractor meets performance standards, identify required documentation, and allocate resources. The QASP emphasizes a performance-based management approach, focusing on results and outcomes rather than strict adherence to processes, granting the contractor flexibility for innovation. Key roles include the Contracting Officer (CO) and Contracting Officer's Representative (COR), who monitor performance, review reports, and ensure compliance. Surveillance methods include random monitoring, 100% inspection, and customer feedback. The plan details quality assurance documentation, performance analysis, and review processes, including corrective action plans for unmet standards and incentives for exceeding them. Specific performance standards and acceptable quality levels (AQLs) are detailed in attachments, covering equipment maintenance, emergency response, and preventive maintenance.