The Department of Veterans Affairs (VA) has issued an amendment to Solicitation 36C26326Q0162 for UPS Maintenance services at the Nebraska Western Iowa VA Healthcare System in Omaha, NE. This combined synopsis/solicitation, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), has been extended to December 17, 2025, at 5:00 PM CST. The amendment includes answers to previously submitted questions. Quotes must be emailed to the Contract Specialist, James Miller, at james.miller4@va.gov by the extended deadline. The contracting office is located in Coralville, IA, and the NAICS code for this service is 811310.
The Department of Veterans Affairs (VA) is soliciting quotes for UPS maintenance services for the Nebraska Western Iowa Healthcare System. This is a combined synopsis/solicitation, 36C26326Q0162, issued as a Request for Quotes (RFQ) under Simplified Acquisition Procedures (FAR Part 13). The procurement is a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) with NAICS code 811310 and a size standard of $13 million. The contract will be a firm fixed-price base plus four option years, with a performance period from January 1, 2027, to December 31, 2030. Prospective offerors must be registered in SAM.gov. Technical questions are due by December 4, 2025, and quotes must be emailed to James Miller (james.miller4@va.gov) by December 11, 2025, at 10:00 AM CST.
This government solicitation, 36C26326Q0162, issued by the Department of Veterans Affairs, outlines a Request for Proposal (RFP) for Uninterruptible Power Supply (UPS) maintenance services. The contract covers semiannual preventive maintenance, battery replacement, and full-service repair for various UPS units across multiple VA facilities in Nebraska and Iowa. The base contract, with four option years, runs from January 1, 2026, to December 31, 2030. Key requirements include contractor qualifications (certified dealer, 5+ years' experience), adherence to manufacturer recommendations and industry standards (NFPA 70B, NETA MTS, NECA 411), 24/7 technical support with a 4-hour response time for repairs, and specific documentation requirements for services performed. The solicitation also details administrative data, contract clauses, and general requirements for contractor conduct, safety, and security while on VA premises. It is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
The document outlines a federal government Request for Proposal (RFP) related to various services and supplies. It details several line items, including requirements for different types of equipment, maintenance, and support services. Key sections address general requirements, specific technical specifications for items like "UNINTERRUPTIBLE POWER SUPPLY (UPS)" and "NETWORK SWITCHES," and associated deliverables. The RFP also covers quality assurance, packaging, and delivery instructions. Furthermore, it specifies administrative procedures, evaluation criteria, and contract clauses relevant to federal acquisitions. The document emphasizes adherence to federal regulations and standards, ensuring comprehensive coverage of the procurement process from solicitation to contract award.
The Department of Veterans Affairs (VA) Network Contracting Office 23 has issued an amendment (0001) to solicitation 36C26326Q0162 for UPS Maintenance services for the Nebraska Western Iowa VA Healthcare System in Omaha, NE. This amendment extends the deadline for offer receipt to December 17, 2025, at 5:00 PM CST. The solicitation is a combined synopsis/solicitation for commercial items. The amendment also includes answers to questions from potential offerors. Quotes must be emailed to james.miller4@va.gov by the new closing date and time. All other terms and conditions of the original solicitation remain unchanged. The purpose of this amendment is to provide clarifications and extend the bidding period for interested contractors.
This document outlines questions and answers regarding RFP NWI-36C26326Q0162 for UPS maintenance. Key points include site visit scheduling, contractor qualifications (certified provider of Vertiv/Liebert UPS units, 5 years experience, knowledgeable in NFPA 70B, NETA MTS, NECA 411), and battery replacement specifics. Bids must include battery costs, with current batteries from 9/2022 and a 4-year replacement cycle for most units (excluding small APC units). UL-listed equivalent batteries are acceptable. Runtime tests are acceptable for battery capability, and zero downtime is preferable for testing. All IT closets/TRs and UPS units are connected to generator-supported power. The contractor is responsible for proposing and purchasing a spare parts list. Emergency service calls require no lead time, while non-emergency escorts require 24 hours notice. Escorts are required until the contractor is vetted and has a PIV card.