H159--Uninterruptible Power Source (UPS) Service
ID: 36C25625Q0762Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

QUALITY CONTROL- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (H159)
Timeline
    Description

    The Department of Veterans Affairs is issuing a Special Notice regarding the cancellation of award 36C25626P0001, which was associated with the procurement of Uninterruptible Power Source (UPS) services under solicitation number 36C25625Q0762. This cancellation requires all related activities and expenditures to cease immediately, following a thorough review of the circumstances surrounding the award. The UPS services are critical for ensuring reliable power supply in various facilities, underscoring the importance of maintaining operational continuity for the department. For further information regarding next steps and potential re-issuance of this award, interested parties should monitor updates on SAM.gov and may contact Contract Specialist Caleb Parker at Caleb.Parker@va.gov or (713) 791-1414 ext. 149866.

    Point(s) of Contact
    Caleb ParkerContract Specialist
    (713) 791-1414 ext. 149866
    Caleb.Parker@va.gov
    Files
    Title
    Posted
    The document is an amendment to solicitation number 36C25625Q0762 for preventive maintenance and repair services of the APC Symmetra PX250/500 Uninterruptible Power Supply system at the G.V. (Sonny) Montgomery VA Medical Center. The amendment extends the due date for quotes to May 12, 2025, and includes updates to the Price/Cost Schedule and Statement of Work (SOW) based on contractor inquiries. Key services required include annual preventive maintenance, quarterly service calls, and a framework for emergency and non-emergency repairs, with a limit of $10,000 per contract year for repairs outside the SOW. The contractor is responsible for all expenses related to the maintenance, while detailed documentation is necessary for approval of repairs over the established limit. The contract's performance period spans from October 1, 2025, to September 30, 2030, with specified working hours and the need for certified technicians. This document reflects the VA's commitment to providing uninterrupted power service, crucial for maintaining operations and patient care, underscoring the importance of compliance with various standards and regulations.
    The Department of Veterans Affairs has issued a Special Notice regarding the cancellation of award 36C25626P0001 under solicitation number 36C25625Q0762, which was related to Uninterruptible Power Source (UPS) services. The notification emphasizes that, following a comprehensive review, the award's retraction is immediate, requiring all associated activities and expenditures to stop. The department acknowledges the potential inconvenience this may cause to affected parties and assures that further guidance regarding the next steps and any possible re-issuance of this award will be communicated through SAM.gov and direct outreach. This notice indicates ongoing federal processes surrounding procurement and contract management, particularly in handling cancellations effectively.
    The G.V. (Sonny) Montgomery VA Medical Center is soliciting proposals for Uninterruptable Power Source (UPS) Services through a Request for Quote (RFQ) set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement seeks preventive maintenance and repair for the APC Symmetra PX25-500 UPS system, crucial for ensuring uninterrupted power and maintaining the facility's operational integrity. The base period for the contract is October 1, 2025, to September 30, 2026, with four additional option periods. Key requirements include comprehensive service such as labor, material provision, inspection, reporting, and annual testing of UPS units. Interested vendors must submit completed pricing schedules and past performance references by May 5, 2025. Evaluation criteria include technical capability, past performance, and pricing, with the government prioritizing best value over the lowest bid. Contractors must also meet specific compliance and reporting standards outlined in the Statement of Work and adhere to regulations concerning subcontracting limitations. The overarching aim is to secure reliable UPS maintenance services while supporting veteran-owned businesses.
    The provided document serves as a final invoice memo confirming the absence of outstanding invoices against a specific Contract and Purchase Order referenced by the contracting officer. The memo is intended for communication between the vendor and the government contracting authority, ensuring that all financial obligations have been settled. It requires the vendor to fill out their representative's name, title, and contact information, and to sign and date the memo, thereby formalizing the closure of financial accounts related to the contract. This document is a standard requirement in federal and local RFP procedures, emphasizing accountability and compliance within contracting processes. By confirming that no further payments are due, it facilitates the smooth conclusion of vendor engagements with government agencies.
    Attachment D.2 outlines the requirements for past performance references related to federal government requests for proposals (RFPs) and grants. This document asks contractors to provide detailed information about previous contracts performed either as a prime contractor or a subcontractor. Each reference includes the name and address of the organization, contract number, brief description of the contract, performance dates, total cost, and any issues such as terminations for cause or default. Contractors must also list a point of contact for each reference, including their title and contact information. This information serves to evaluate a contractor's capabilities, reliability, and overall performance history, which are critical criteria in the RFP selection process. The structured format helps ensure consistency and comprehensiveness in the responses provided by bidders, facilitating informed decisions by government evaluators.
    Attachment D.3 Wage Determination outlines the criteria and regulations concerning wage rates for various labor categories required for federal contracts. It is a critical document for ensuring compliance with the Service Contract Act and the Davis-Bacon Act, setting minimum wage standards that contractors must adhere to when compensating their employees. The document lists prevailing wage rates segmented by job title and geographic location, including any benefits or additional compensation that may be applicable. The wage determination serves as a framework for federal contracts, aimed at promoting fair labor practices and ensuring that workers receive appropriate remuneration for their services. Overall, this attachment is essential for contractors to understand their obligations and for federal agencies to enforce equitable labor standards within government contracts.
    Lifecycle
    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.
    MCSC PDSS Support Services - CANCELLATION
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, has announced the cancellation of Solicitation M6785424R7603 for Post Deployment System Support (PDSS) services for the Program Manager Logistics Integrated Information Solutions – Marine Corps (LI2S-MC). The cancellation is due to a latent ambiguity in the solicitation's requirements and changes in government needs, which necessitate a revision to ensure clarity and promote fair competition among potential offerors. A revised solicitation is expected to be issued within the next 120 days, and interested parties are encouraged to monitor SAM.gov for updates. For inquiries regarding this cancellation, please contact Ms. Renée S. Stahl at renee.stahl@usmc.mil.
    SOLE SOURCE - UPS MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure maintenance services for Uninterruptible Power Supplies (UPS) on a sole source basis. This procurement is justified under the category of maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational continuity. The maintenance of UPS systems is vital for ensuring reliable power supply in various defense operations, thereby supporting mission readiness. Interested parties can reach out to Christina Staggs at christina.l.staggs.civ@us.navy.mil for further details regarding this opportunity.
    S218--Snow Removal and Salt VA Bedford Crescent House: Solicitation Cancelled
    Buyer not available
    The Department of Veterans Affairs is canceling the solicitation for snow removal and salt application services at the Bedford VAMC Crescent House in Lowell, MA, originally designated under solicitation number 36C24126Q0113. This procurement, which was set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), required contractors to provide comprehensive snow management services, including 24/7 snow plowing, salting, and off-site snow removal, with specific documentation and emergency response requirements. A new solicitation for these services will be issued at a later date, and interested parties can contact Contract Specialist Carissa Sarazin at carissa.sarazin@va.gov or by phone at 401-273-7100 for further information.
    6515--Equipment - Canon Ultrasound Power Supply (VA-26-00022111)
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 10, is issuing a special notice for a sole source procurement of replacement parts and installation for a Canon Aplio I800 Ultrasound Machine at the VA Ann Arbor Healthcare System. The requirement specifically involves the urgent acquisition of part number PM30-43282-2H, as Canon Medical Systems USA, Inc. is the sole OEM distributor and the only certified provider for these parts and installation services. This ultrasound machine is critical for patient care, and the urgency of the situation necessitates immediate repair to address current power supply issues. Interested parties must submit any responses demonstrating competitive capability by December 9, 2025, at 11:00 AM Eastern Time, and can contact Laura Poma at laura.poma@va.gov or Kellie Konopinski at Kellie.Konopinski@va.gov for further information.
    SPS Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for SPS Services, as outlined in the attached documentation. The procurement aims to fulfill specific medical service requirements under the jurisdiction of the Veterans Affairs Network Contract Office 17. These services are critical for supporting the healthcare needs of veterans, ensuring they receive timely and effective medical care. Interested vendors can reach out to Dayna Cantu at dayna.cantu@va.gov or call 512-922-0142 for further details regarding the submission process and requirements.
    FTG267 R and C 80KVA UPS Replacement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is crucial for ensuring reliable power supply and operational readiness within the facility. The procurement is set aside for small businesses under the SBA guidelines, and interested parties must request a copy of the solicitation and any amendments by contacting Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil. For further inquiries, Brittney Morrison can also be reached at 907-753-2894.
    Y1DA--589-707 Construct Addition and Renovate Bldg. 3 for Pharmacy and Associated ADA Parking Minor Construction - Wichita
    Buyer not available
    The Department of Veterans Affairs (VA) has announced the cancellation of Invitation for Bid (IFB) 36C77625B0034 for the project titled "Construct Addition and Renovate Bldg. 3 for Pharmacy and Associated ADA Parking Minor Construction" at the Wichita VA Medical Center. This decision was made due to budget funding constraints, as the lowest responsive bid exceeded the statutory minor construction limit, which prevented an award from being made. The VHA Procurement Contracting Activity Central (PCAC) will not oversee any future re-procurement of this project; instead, the procurement strategy will be determined by VHA PCAC in conjunction with VISN 15. For further inquiries, interested parties may contact Contract Specialist Samuel Cornwell at Samuel.Cornwell@va.gov or by phone at 216-447-8321.
    Z1DA--PN:549-23-723 NRM Upgrade Utility Grand Prairie (VA-26-00004529)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the NRM Upgrade Utility project in Grand Prairie, Texas, under solicitation number 36C25726R0016. The contractor will be responsible for providing all necessary labor, equipment, tools, materials, supplies, and supervision to complete the utility upgrade, which includes demolition, removal of existing materials, and construction in accordance with the provided Statement of Work, drawings, and specifications. This project is crucial for maintaining the infrastructure and operational efficiency of the facilities serving veterans. Interested parties should note that the deadline for submitting proposals has been extended to December 12, 2025, at 1:00 p.m. CST, and inquiries can be directed to Contract Specialist Miguel Gonzalez at miguel.gonzalez4@va.gov or (915) 282-1732.