J059--PM&R SVC for 30 Kilo-Volt Ampere Uninterrupted Power Supply
ID: 36C26225Q0465Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Preventive Maintenance services for a 30 Kilo-Volt Ampere Uninterruptible Power Supply (UPS) system, with a total award amount of $19 million. This procurement is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the operational efficiency of critical power systems that support the VA's mission. Proposals are due by February 21, 2025, with the contract period running from March 16, 2025, to March 15, 2030, and options for extensions. Interested vendors should contact Contract Specialist Jessica Brooks at JESSICA.BROOKS3@VA.GOV for further details.

    Point(s) of Contact
    Jessica BrooksContract Specialist
    (480) 466-7940
    Jessica.brooks3@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the procurement of Preventive Maintenance services for a 30 Kilo-Volt Ampere Uninterruptible Power Supply (UPS) system for the Department of Veterans Affairs (VA). The solicitation number is 36C26225Q0465, with a total award amount of $19 million. Proposals are due by February 21, 2025. The contract covers a period spanning from March 16, 2025, to March 15, 2030, with options for extensions. It emphasizes that the procurement is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and outlines compliance requirements regarding subcontracting and limitations on subcontracting for awarded contracts. Invoicing will be mandatory through the Tungsten Network. The document includes specific instructions for bid submission, certification requirements, and clauses incorporated by reference, ensuring compliance with federal regulations. The RFP underscores the importance of high-quality service delivery and stipulates the Government's rights to inspect, accept, or reject provided services. This initiative represents the VA's ongoing commitment to support veteran-owned businesses while ensuring operational efficiency of critical power systems.
    The document is a presolicitation notice for a contract regarding Preventive Maintenance and Repair Services for a 30 Kilo-Volt Ampere Uninterrupted Power Supply at the VA San Diego Healthcare System. The contracting office is located in Phoenix, Arizona, and the proposal is set aside for Small Business Administration (SBA) firms. The solicitation number is 36C26225Q0465, with a response deadline of February 21, 2025, at 13:00 Mountain Time. Key information includes the product service code J059 and the relevant NAICS code 238220. Interested parties should contact the contracting officer, Jessica Brooks, via the provided email or phone for further inquiries. This notice signifies the government's intent to procure necessary services to ensure reliable power supply and service continuity at a critical healthcare facility, emphasizing the VA's commitment to high operational standards. The stated place of performance is specifically the ASPIRE Center at 2121 San Diego Avenue, San Diego, CA.
    The document outlines the vendor registration process for the Department of Veterans Affairs (VA), detailing the information required from vendors wishing to provide services. Key sections include vendor identification, contact information, business classification, and contract status. Vendors must provide a Tax Identification Number or Social Security Number, and complete various mandatory registrations to ensure compliance with federal regulations. Specific questions assess the vendor's existing contracts, socioeconomic status, and ability to accept Purchase Cards. Additionally, completion of registration with Central Contractor Registration (CCR) is essential for vendors to operate within the federal system. The document emphasizes the importance of verifying mandatory registration to prevent possible administrative actions, serving as a comprehensive guide for potential vendors to navigate the procurement process with the VA. This structure supports the overarching aim of ensuring that vendors meet all necessary criteria to participate in federal contracts and grants.
    The VA-FSC Vendor File Request Form is designed for entities seeking to establish or update their vendor records within the Department of Veterans Affairs (VA). It outlines the necessary information required, including details about the VA facility, the vendor type, and payment information to comply with the privacy and financial regulations set forth by the Treasury Department. Key sections include the selection of payee/vendor type (e.g., commercial, employee, veteran), and requirements for registration in the System for Awards Management (SAM.gov). Additionally, the form requires banking information for electronic payment processing, emphasizing the timely completion of submissions, typically taking 3-5 business days. This process is important for ensuring vendors receive payments through the Automated Clearing House (ACH) Payment System, crucial for government acquisitions and contracting. Collectively, this form streamlines vendor management and aligns with federal mandates for efficient fiscal operations within the VA.
    The document elaborates on Form W-9, which is used by U.S. persons to provide their correct Taxpayer Identification Number (TIN) and certify their status regarding backup withholding. The form is specifically designed for individuals, sole proprietors, corporations, and other entities who may be subject to tax reporting requirements by payers. Key sections outline the purposes of the form, the certification process, and detailed instructions for completing it. Certifications include confirming that the provided TIN is accurate and indicating whether the individual is subject to backup withholding. Additionally, the document categorizes various payee types exempt from backup withholding, such as governments, tax-exempt organizations, and certain corporations. It also includes guidance on penalties for providing false information or failing to furnish a TIN. The thorough instructions aim to ensure compliance with IRS regulations while emphasizing the importance of protecting personal information from identity theft. Overall, the document serves as a critical compliance tool for entities engaging in federal or state financial transactions, aligning with the greater context of government RFPs and grants requiring accurate tax documentation.
    Similar Opportunities
    J061--UPS Inspection, Corrective, and Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the inspection, corrective, and preventative maintenance of Uninterruptible Power Supply (UPS) systems at the Grand Junction VA Medical Center in Colorado. The contract will encompass a base year and four optional years, with a total potential value of approximately $34 million, requiring contractors to provide comprehensive maintenance services, including annual and semi-annual inspections, detailed reporting, and necessary repairs in compliance with industry standards. This procurement is critical for maintaining operational reliability of essential healthcare infrastructure, ensuring that power backup systems function effectively to support various medical and safety systems. Interested parties must submit their quotes by 2:00 PM MDT on February 13, 2025, to the Contract Specialist, Jim Lewis, at james.lewis114fbb@va.gov, while adhering to specific requirements regarding authorized service provider status and technical qualifications.
    J061--UPS Batteries Preventive Maintenance Green Bay CBOC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventive maintenance services for UPS batteries at the Milo C. Huempfner VA Health Care Center in Green Bay, Wisconsin. The procurement involves conducting annual and semi-annual inspections on an APC Symmetra PX, 50kVA UPS system and associated battery banks, ensuring the reliability of critical power systems in healthcare facilities. Interested parties must submit a capabilities statement detailing their qualifications, business size, and socio-economic status, with a focus on compliance with limitations on subcontracting for Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses. Responses are due by February 6, 2025, at 11:00 AM Central Time, and should be directed to Contracting Officer Aaron Rogers at aaron.rogers1@va.gov.
    J049--MOBILE MEDICAL UNIT SERVICE & REPAIR
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the service and repair of mobile medical units, as outlined in solicitation number 36C25725R0022. The procurement aims to ensure comprehensive maintenance, including preventive and corrective services for vehicle power systems, truck chassis components, and HVAC systems, with a focus on timely responses to emergency calls. This initiative is crucial for maintaining high-quality healthcare services for veterans, reflecting the VA's commitment to operational excellence. Interested vendors should note that the total award amount is approximately $9 million, with a contract duration of five years, and proposals must be submitted by February 20, 2025, at 12 PM Central Time to Contract Specialist Lesley Kitchen at Lesley.Kitchen@va.gov.
    Z2DA--657-21-117JB, Correct Deficiencies Identified During Triennial Testing Phase 2
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the project titled "Correct Deficiencies Identified During Triennial Testing Phase 2" at the Jefferson Barracks Division of the VA St. Louis Health Care System. This initiative, set aside for Service-Disabled Veteran-Owned Small Businesses, involves addressing various electrical deficiencies across multiple buildings, with an estimated budget ranging from $100 million to $150 million. The project is critical for ensuring compliance with electrical codes and safety regulations while enhancing the operational capacity of healthcare facilities. Proposals are due by February 21, 2025, and interested contractors should contact Contract Specialist Jennifer Hill at Jennifer.Hill@va.gov or 913-946-1975 for further details.
    J061--Bedford VAMC – Inspection, Testing & Maintenance of Automatic Transfer Switches and Generator Load Bank Testing
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the inspection, testing, and maintenance of Automatic Transfer Switches (ATS) and generator load bank testing at the Bedford VA Medical Center. The contract, identified as solicitation number 36C24125Q0219, requires contractors to provide trained technicians, necessary equipment, and perform annual preventive maintenance in compliance with safety standards such as NFPA and OSHA. This procurement is crucial for ensuring the operational readiness and reliability of electrical backup systems within the facility. Proposals are due by February 19, 2025, at 12 PM Eastern Time, and interested parties should contact Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov or by phone at 401-273-7100 for further information.
    Z1DA--Project No. 539-22-203 - Electric Deficiencies
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Project No. 539-22-203, which addresses electrical deficiencies at the Cincinnati VA Medical Center. The project involves comprehensive electrical upgrades, including the demolition of existing equipment and installation of new electrical panels, with a focus on enhancing system reliability and safety across multiple floors. This initiative is crucial for modernizing the facility's infrastructure to support ongoing healthcare services for veterans. The estimated contract value ranges from $500,000 to $1,000,000, and the procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their bids by the specified deadlines, with a pre-bid site visit scheduled for February 6, 2025. For further inquiries, contact Luke Turner at luke.turner@va.gov.
    J030--NTX Bldg. 1 Generator Radiator & Aftercooler Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of the generator radiator and aftercooler at Building 1 of the Dallas Veterans Affairs Medical Center, under solicitation number 36C25725Q0242. This urgent project aims to address deficiencies in the existing generator, ensuring reliable backup power capabilities during testing, and requires the contractor to provide all necessary parts, labor, and materials, including proper disposal of old components and load testing of new installations. The contract, valued at approximately $22 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a response deadline of February 17, 2025, at 4 PM Central Time. Interested contractors can reach out to Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov for further information.
    6120--NEW: VAMC Dallas Bldg 2 Elevator Transformer Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of the elevator transformer at the Veterans Affairs Medical Center (VAMC) in Dallas, Texas. The project involves replacing the degraded Unit Substation B Transformer, which is critical for powering the main passenger and service elevators, and must be completed within 60 days of contract award to mitigate risks to patient care. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated budget of $19 million, reflecting its significance in maintaining healthcare facilities for veterans. Interested parties should submit their proposals by February 26, 2025, and can contact Contract Specialist Crystal Carabajal at 210-992-3721 or via email at crystal.carabajal@va.gov for further information.
    Z1DA--PN: 636-25-307, Emergency Electrical System Upgrades (OM)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a federal contract focused on Emergency Electrical System Upgrades at the VA Nebraska/Western Iowa Health Care System in Omaha, Nebraska. The project aims to enhance emergency power systems in critical areas of the medical facilities, addressing safety deficiencies that affect patient care, which includes the removal and installation of electrical conduits, cables, and junction boxes. This contract is vital for ensuring the reliability of electrical systems in healthcare settings, with a completion timeline of 365 days from the issuance of the Notice to Proceed. The solicitation is anticipated to be released around February 24, 2025, with bids due by March 26, 2025. Interested bidders must be registered in the System for Award Management (SAM) and can direct inquiries to Contract Specialist Tommy Opal at tommy.opal@va.gov or by phone at 402-996-3529.
    5999--Uninterruptible Power Supplies
    Buyer not available
    The Department of Veterans Affairs is seeking potential suppliers for Uninterruptible Power Supplies (UPS) and Power Distribution Units (PDUs) for the Eastern Oklahoma VA Healthcare System's new Tulsa VA Medical Center, which is set to be completed in September 2025. The procurement aims to enhance the facility's communication infrastructure by providing essential power systems for various server racks, with specific requirements including 55 rack-mounted UPS units and 144 vertical PDUs, all adhering to established technical standards. Interested vendors are encouraged to respond to the Request for Information (RFI) by February 18, 2025, and should direct inquiries to Contract Specialist Danita Webster at danita.webster1@va.gov. This opportunity is part of the VA's commitment to ensuring reliable healthcare infrastructure through efficient power solutions.