J065--5 Year IDIQ UPS Maint. and Repair Agrmt. (Biomed Serv.)
ID: 36C24926Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance and repair services for Uninterruptible Power Supply (UPS) systems under a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract at the Lt. Col. Luke Weathers, Jr. VA Medical Center in Memphis, TN. The procurement encompasses a range of electronic and precision equipment repair and maintenance services, specifically targeting medical, dental, and veterinary equipment and supplies, with an emphasis on ensuring operational reliability and compliance with regulatory standards. This contract, valued at approximately $175,000 over its duration, requires submissions by August 15, 2025, at 10:00 PM CST, with all proposals directed to Contract Specialist Ayslin Kennett via email at Ayslin.Kennett@va.gov. No phone inquiries will be accepted.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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--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.
    Emergency Medical Air and Vacuum Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a sole-source contractor for emergency medical air and vacuum maintenance services at the Greater Los Angeles VA Healthcare System. The procurement aims to secure critical maintenance and repair for medical air, medical vacuum, oxygen, and dental vacuum systems, following the expiration of the previous contract with Certified Medical Sales, LLC, which posed a safety risk to patients and the VA's medical licensure. The estimated cost for this bridge contract is $42,765.00, covering the period from April 1, 2023, to June 30, 2023. Interested parties can contact Darryl Handberg at darryl.handberg@va.gov or by phone at 614-257-5200 ext. 54575 for further details.
    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.
    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 Veterans Affairs Medical Center in Milwaukee, Wisconsin. This presolicitation notice, identified as 36C25226Q0035, outlines the need for maintenance and repair of electric wire and power distribution equipment, categorized under Product Service Code J061 and NAICS Code 811310. The services are critical for ensuring the reliability and functionality of power systems within the facility, which is essential for supporting the healthcare services provided to veterans. Interested parties must submit their proposals by December 22, 2025, at 6:00 AM Central Time, and can direct inquiries to Contract Specialist Derrick Paquette at Derrick.Paquette@va.gov or by phone at 414-844-4859.
    J030--Request for Quote Emergency Generator Repairs Baltimore VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to perform emergency generator repairs at the Baltimore VA Medical Center. The procurement involves corrective maintenance on six Cummins Allison diesel generators, requiring restoration to original equipment manufacturer (OEM) standards, including repairs to leaks, exhaust systems, and fuel pumps, while adhering to NFPA, EPA, and OSHA regulations. This contract is crucial for maintaining reliable emergency power infrastructure at the facility, ensuring compliance with safety and operational standards. Interested parties must submit their quotes by December 22, 2025, at 13:00 Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at Patricia.Thai@va.gov.
    J061--REQUEST FOR QUOTES ELECTRICAL REPAIR AND SERVICE BPA WASHINGTON DC VA MEDICAL CENTER
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for a Blanket Purchase Agreement (BPA) for electrical repair and service at the Washington DC VA Medical Center, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The procurement aims to establish a reliable source for maintenance and repair services for low and medium voltage electrical systems, including emergency and after-hours repairs, ensuring compliance with VA regulations and safety standards. This BPA, valued at less than $5,000,000, will cover a five-year period, with task orders issued on a firm-fixed-price basis, and requires contractors to be licensed in Washington D.C. Interested parties must submit their quotes by January 5, 2026, at 10:00 AM Eastern Time, and can direct inquiries to Contracting Officer Bill Pratt at Billie.Pratt@va.gov.
    Maintenance for Medrad Injector System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative and corrective maintenance services for Bayer Medrad Injector Systems at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, TX, and the Kerrville VA Medical Center. The contract includes a 12-month base period and four additional 12-month option years, requiring compliance with various standards such as NFPA-99 and OSHA, as well as specific response and repair times, annual preventive maintenance, and detailed documentation of services. This maintenance is crucial for ensuring the operational reliability and safety of medical equipment used in patient care. Interested vendors must demonstrate their qualifications and submit proposals, with contact inquiries directed to Astrid McKinney at astrid.mckinney@va.gov or by phone at 254-654-9608.
    J065--Medical Gas Inspections
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for medical gas inspections at the James J. Peters VA Medical Center in Bronx, NY. The contract focuses on annual inspections and corrective maintenance of medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets. Compliance with NFPA 99, NFPA 55, ASSE 6000 series, and CGA standards is required, emphasizing the critical nature of these services in maintaining patient safety and operational efficiency. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to Christopher Weider at Christopher.Weider@va.gov, with the contract covering a base period from January 13, 2026, to January 12, 2027, and four option years.
    J079--586-26-1-532-0006 (Cloned) Housekeeping Preventive Maintenance and Repair (VA-26-00004735) (VA-26-00012758) 586-26-1-532-0006
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for housekeeping preventive maintenance and repair services at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. This procurement, identified by Solicitation Number 36C25626Q0123, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 561720, which pertains to janitorial services. The contract will cover a base year and four option years, requiring contractors to provide preventive and corrective maintenance for various floor care machines, ensuring compliance with strict maintenance schedules and service standards. Interested parties must submit their proposals by December 17, 2025, at 4 PM Central Time, and can contact Contract Specialist Stephanie Watts at stephanie.watts@va.gov or 601-362-4471 for further information.