J061--636-26-1-5058-0029 - Service - UPS Maintenance - NWI
ID: 36C26326Q0162Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa VA Healthcare System located in Omaha, NE. This procurement, designated as a combined synopsis/solicitation (36C26326Q0162), requires contractors to provide semiannual preventive maintenance, battery replacement, and full-service repair for various UPS units, with a focus on compliance with industry standards and manufacturer recommendations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will span a base period from January 1, 2026, to December 31, 2030, with quotes due by December 17, 2025, at 5:00 PM CST. Interested parties should submit their quotes via email to Contract Specialist James Miller at james.miller4@va.gov.

    Point(s) of Contact
    James MillerContract Specialist
    319-338-0581 x635987
    james.miller4@va.gov
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J061--UPS IT Battery Maintenance Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 16, is seeking Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) to provide UPS IT Battery Maintenance Services for the Gulf Coast Veterans Health Care System located in Biloxi, Mississippi. This presolicitation notice indicates a requirement for service, maintenance, and repairs of UPS IT equipment, emphasizing the importance of these services in supporting the healthcare system's operational integrity. A solicitation package will be released following this notice, and interested parties must be registered and verified in SAM, SBA VetCert, and comply with Vet 4212 reporting requirements to be eligible for award. For inquiries, contact D. Rene' Impey at rene.impey@va.gov or call 228-523-4747.
    UPS Battery Replacement & Installation Services, QTY2EA
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for UPS Battery Replacement and Installation Services at the VA Puget Sound Health Care System in Seattle, Washington. The contractor will be responsible for procuring, removing, and installing two new UPS batteries, ensuring compliance with manufacturer specifications, industry standards, and VA codes, while also adhering to environmental regulations for the disposal of old batteries. This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under NAICS code 238210, highlighting the importance of supporting veteran-owned enterprises in the contracting process. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    S201--IDIQ Floor Cleaning
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for floor cleaning services at the VA Nebraska-Western Iowa Health Care System located in Omaha, Nebraska. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and includes a base period from March 1, 2026, to February 28, 2027, with four optional ordering periods extending the contract until February 28, 2031. The scope of work involves comprehensive floor maintenance, including stripping existing finishes, scrubbing baseboards, and applying a specialized floor finish to approximately 86,000 square feet of space annually. Interested vendors must submit their quotes via email to John Milroy at John.Milroy@VA.GOV by 4:00 PM Central Time on December 11, 2025, with a guaranteed minimum contract value of $120,000 for the base period and a maximum potential value of $800,000 over the contract's lifetime.
    36C78626Q50001 - Janitorial Service Omaha National Cemetery -- S201
    Buyer not available
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting quotes for janitorial services at the Omaha National Cemetery, with a focus on maintaining a respectful and dignified environment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base year from January 1, 2026, to December 31, 2026, with four additional option years extending through December 31, 2030. The services required encompass daily cleaning, restroom maintenance, and periodic deep cleaning, adhering to strict guidelines due to the cemetery's status as a National Shrine. Quotes are due by December 17, 2025, and must be submitted by registered vendors in SAM with SBA Veteran Small Business Certification; a site visit is scheduled for December 10, 2025. For further inquiries, interested parties may contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    J061--Generator Maint
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Caterpillar Generator Maintenance services at the Minneapolis VA Health Care System. This procurement is a total Small Business set-aside, requiring qualified contractors to provide preventative maintenance, OEM parts, and certified technicians for comprehensive inspections, oil and filter changes, cooling system maintenance, and valve train adjustments. The contract includes a base year from February 1, 2026, to January 31, 2027, with the possibility of two option years, emphasizing compliance with various FAR and VAAR clauses, including limitations on subcontracting. Interested offerors must submit quotes and technical questions via email to Contract Specialist Robert Bennett by December 16, 2025, and quotes are due by December 23, 2025, at 4:00 PM.
    J065--Preventative Maintenance for Steris Sterilization Systems
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@va.gov.
    J079- SLVHCS Housekeeping Equipment Maintenance: POP: 01/01/2026 thru 12/31/2026, w/ 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide housekeeping equipment maintenance and repair services at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. This procurement involves a non-personnel services contract that includes a base year from January 1, 2026, to December 31, 2026, with four additional option years, covering preventive maintenance, scheduled and unscheduled repairs for various housekeeping equipment from manufacturers such as Nilfisk, Tennant, Hoover, and Taski. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 811310 and a size standard of $47 million. Interested parties must submit their electronic quotes by December 19, 2025, at 13:00 Central Time to Christopher Rossi at christopher.rossi2@va.gov, and all inquiries must be directed to the same contact by December 09, 2025, at 13:00 CST.
    J041--SPS VFD REPLACEMENT 26 WASHINGTON DC VAMC 688-26-1-459-0041
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the replacement of Variable Frequency Drives (VFD) at the Washington DC VA Medical Center (VAMC). The project involves replacing two ABB ACH580 VFDs with bypasses, upgrading from existing ACH-550-031A-4 VFDs to ACH-550-045A-4 or equivalent, while ensuring continuous operation of air handlers. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561210, emphasizing the importance of supporting veteran-owned enterprises in facilities support services. Interested contractors must submit their quotes by December 19, 2025, at 10:00 AM EST, and can contact Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or 843-814-0299 for further details.
    J061--Generator Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide generator maintenance services at the Clement J. Zablocki Medical Center in Milwaukee, WI. The procurement includes comprehensive maintenance, inspection, and testing services for generators and automatic transfer switches (ATS), with a contract period spanning from February 2026 to January 2031, consisting of a base year and four option years. This maintenance is crucial for ensuring the reliability and operational continuity of the medical center's power infrastructure, which includes a detailed inventory of generators and ATSs that must adhere to strict compliance and testing protocols. Interested contractors should contact Derrick A. Paquette at Derrick.Paquette@va.gov for further details, with all proposals due by the original deadline specified in the solicitation.