This document is an amendment to a previous combined solicitation, 36C24926Q0003, for a 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for UPS maintenance and repair agreements, specifically for Biomedical Services. The contracting office is located in Murfreesboro, TN, with the place of performance at the Lt. Col. Luke Weathers, Jr. VAMC in Memphis, TN. The solicitation number is 36C24926Q0003, and responses are due by August 15, 2025, at 10 AM Central Time. The point of contact is Contract Specialist Ayslin Kennett, who can be reached via email at Ayslin.Kennett@va.gov. No phone calls will be accepted. The solicitation is set aside with a Product Service Code of J065 and a NAICS Code of 811210. Additional details are available in the attached documents: "36C24926Q0003 0001" and "Equipment Information."
This document is Amendment 0001 to Solicitation 36C24926Q0003 issued by the Department of Veterans Affairs, Network Contracting Office 9 (90C). The amendment clarifies pricing requirements, confirms kVA sizes and models for equipment, and provides serial numbers and performance dates for the units. It outlines a five-period Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Electronic and Precision Equipment Repair and Maintenance, specifically for Medical, Dental, and Veterinary Equipment and Supplies. Each ordering period spans one year, starting October 1, 2025, and concluding September 30, 2030. The amendment includes a detailed list of equipment with EE#/Serial Numbers, locations, Make/Models, kVA, and Type/Notes, highlighting newly added or corrected information in red font and yellow highlight. The solicitation due date remains August 15, 2025, at 10:00 PM CST.
The government file details a Request for Quotation (RFQ) titled "VHA-SERVICES-RFQ" with Primary ID 36C24926Q0003, seeking bids for "N MED MPR APC SRT 2200XLAEE# 84196 DATA ROOM BIO MED APC 5000EE# 84329 E300 APC 5000EE# 1028" and related equipment. This is a new base year annual contract for FY 2026, with four option years. The contract spans from October 1, 2025, to September 30, 2030, with each year valued at $35,000.00, totaling $175,000.00 over five years. The procurement falls under NAICS Code 811210 (Electronic and Precision Equipment Repair and Maintenance) and Product/Service Code J065. Each ordering period involves a quantity of 12 units (EA - Each).
The Department of Veterans Affairs is soliciting quotes for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement for the maintenance and repair of Electrical Power Systems at the Lt. Col. Luke J. Weathers, Jr. VA Medical Center. This request for quotations (RFQ) invites commercial service providers to submit bids by August 15, 2025, with a performance period running from October 1, 2025, to September 30, 2030. The procurement is classified under NAICS code 811210 and is set aside as unrestrictive for businesses, with specific submission requirements detailed for potential bidders. Evaluations will consider technical capability, pricing, and past performance, with the government seeking the most advantageous proposal. Bidders must submit their proposals via email and adhere to the instructions outlined, including the need for a unique entity identifier. The document emphasizes the importance of following federal acquisition regulations and provisions, detailing submission formats and expectations for compliance by interested parties. This solicitation demonstrates the VA's ongoing commitment to maintaining high-quality service operations through strategic partnerships with qualified vendors.
The document outlines a Federal Request for Proposals (RFP) related to an Indefinite Delivery Indefinite Quantity (IDIQ) contract for medical services under the Veterans Health Administration (VHA). This contract encompasses multiple ordering periods, spanning from fiscal year 2026 to fiscal year 2030 with an annual price set at $35,000, culminating in a total estimated value of $175,000. Each ordering period is designed to support the procurement of medical and biomedical equipment, which includes items that comply with specific regulatory codes. The document details the distribution of quantities in each ordering period, with specifications on unit pricing and delivery arrangements. Notably, the document emphasizes the structured nature of procurement, contingent on compliance with environmental and safety standards prescribed by federal regulations. The primary purpose of this RFP is to ensure a consistent provision of necessary medical services for Veteran patients while following all applicable contracting requirements and standards.
This government Statement of Work outlines the requirements for a contractor, Electronic Power Systems, to provide inspection, support, and repair services for Electronic Power Systems equipment at the Lt. Col. Luke J. Weathers, Jr. VA Medical Center in Memphis, TN. The contract period is from October 1, 2025, through September 30, 2030. The scope of work includes preventive maintenance, unscheduled maintenance, and repair services for a detailed list of equipment, ensuring conformance with manufacturer specifications and various regulatory standards. Key requirements include semi-annual preventive maintenance, a 1-hour phone response time for unscheduled issues, and a 4-hour on-site response time during normal business hours (Monday-Friday, 8:00 AM - 5:00 PM). The contractor must provide fully qualified, factory-certified technicians with at least three domiciled within 100 miles of the VAMC, available 24/7 for emergency callback. Detailed reporting, documentation of services, and adherence to VA policies, including mandatory privacy and information security training for all personnel, are strictly enforced. The contract emphasizes minimizing equipment downtime and outlines payment terms and conditions for additional charges.
The Statement of Work outlines the requirements for a contract with Electronic Power Systems to provide inspection, support, and repair services for medical equipment at the Lt. Col. Luke J. Weathers, Jr. VA Medical Center in Memphis, TN, from October 1, 2025, to September 30, 2030. The contractor is responsible for all necessary travel, labor, and parts to maintain various specified electronic power systems. Key objectives include adherence to conformance standards based on manufacturers' specifications and compliance with local and federal regulations.
Contractual obligations encompass performing preventive maintenance every six months during designated hours, providing emergency support within specified response times, and documenting all service activities through Vendor Engineering Service Reports. The contractor must ensure qualified personnel conduct all maintenance under strict requirements for technician certification and training.
Additional stipulations address equipment modifications, removal procedures, and comprehensive reporting of unscheduled maintenance. Payments are made monthly in arrears, and all modifications require prior approval from the Contracting Officer or authorized representative. This contract emphasizes maintaining healthcare equipment operational efficiency, directly contributing to veterans' healthcare services by minimizing downtime and ensuring safety in medical environments.
The provided government file details an inventory of Uninterruptible Power Supply (UPS) systems and related power equipment across various medical and data room locations. The inventory lists equipment by serial number, location, make/model, kVA capacity, and type/notes. Key manufacturers include APC, Eaton, Transtector, Toshiba, GE, and Riello. The listed devices range from 2.2 kVA to 160 kVA, encompassing APC Smart-UPS SRT series, Eaton 9390/9355/9155/9PX series, and high-capacity units like the GE SG Series and Riello Master Series. The document also notes power conditioning/surge protection units and some items with unclear models requiring further determination. This inventory appears to be part of an assessment for procurement, maintenance, or infrastructure upgrade planning within a federal or state healthcare facility.