Virginia Bids > Bid Detail
J061--UNINTERRUPTIBLE POWER SUPPLY MAINTENANCE BASE + 4 OYS
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159209853965232 |
Posted Date: | May 22, 2023 |
Due Date: | May 25, 2023 |
Solicitation No: | 36C25223Q0637 |
Source: | https://sam.gov/opp/67b7bc91b2... |
Active
Contract Opportunity
Notice ID
36C25223Q0637
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: May 22, 2023 02:58 pm CDT
- Original Response Date: May 25, 2023 10:00 am CDT
- Inactive Policy: Manual
- Original Inactive Date: Jun 09, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: J061 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
-
NAICS Code:
- 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
-
Place of Performance:
OSCAR G. JOHNSON VA MEDICAL CENTER 325 EAST H STREET IRON MOUNTAIN , 49801USA
The Great Lakes Acquisition Center (GLAC) in Milwaukee, WI is searching for vendors with the capability to provide Uninterruptible Power Supply Maintenance at the Oscar G. Johnson VA Medical Center, 325 East H Street, Iron Mountain, MI.
Contactor shall provide preventative maintenance of ten pieces of equipment to include uninterruptible power systems, emergency switchgear battery systems, and battery chargers and batteries. Contractor will be required to meet a 6 hour on-site response time in case or emergency service that cannot be resolved by phone. Preventative maintenance will be performed twice per year on the equipment. Scheduled battery replacement will also be part of the requirement.
All interested, responsible sources must submit a brief summary of their capabilities to this office by 10:00 AM Local/Central on Thursday May 25, 2023 to include detailed description of the firm s experience in providing this service, Unique Entity Identifier number, name and phone number of a point of contact in case further information is needed. Summaries must be submitted via email to susan.pasholk@va.gov. Telephone inquiries will not be returned.
This RFI is issued solely for information and planning purposes to determine availability of qualified vendors and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. The procurement will be competed under NAICS 811310. Please note that this is not a request for proposal and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents.
NOTE:
Limitations on Subcontracting
13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states:
(a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that:
(1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
For an SDVOSB set-aside, similarly situated means other SDVOSB firms. Â Â Â Â
Look for any further information on opportunities.gov.
Contactor shall provide preventative maintenance of ten pieces of equipment to include uninterruptible power systems, emergency switchgear battery systems, and battery chargers and batteries. Contractor will be required to meet a 6 hour on-site response time in case or emergency service that cannot be resolved by phone. Preventative maintenance will be performed twice per year on the equipment. Scheduled battery replacement will also be part of the requirement.
All interested, responsible sources must submit a brief summary of their capabilities to this office by 10:00 AM Local/Central on Thursday May 25, 2023 to include detailed description of the firm s experience in providing this service, Unique Entity Identifier number, name and phone number of a point of contact in case further information is needed. Summaries must be submitted via email to susan.pasholk@va.gov. Telephone inquiries will not be returned.
This RFI is issued solely for information and planning purposes to determine availability of qualified vendors and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. The procurement will be competed under NAICS 811310. Please note that this is not a request for proposal and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents.
NOTE:
Limitations on Subcontracting
13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states:
(a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that:
(1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
For an SDVOSB set-aside, similarly situated means other SDVOSB firms. Â Â Â Â
Look for any further information on opportunities.gov.
Attachments/Links
Primary Point of Contact
- SUSAN PASHOLK
- SUSAN.PASHOLK@VA.GOV
- Phone Number 414-844-4846
Secondary Point of Contact
- May 22, 2023 02:58 pm CDTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.