5999--UPS Battery Replacement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Sources Sought Notice
Sources Sought Notice
Page 8 of 8
Sources Sought Notice
*= Required Field
Sources Sought Notice
Page 1 of 8
SUBJECT*
UPS Battery Replacement & Installation Services, QTY2EA
GENERAL INFORMATION
CONTRACTING OFFICE S ZIP CODE*
98661
SOLICITATION NUMBER*
36C26026Q0066
RESPONSE DATE/TIME/ZONE
10-31-2025 15:00 PACIFIC TIME, LOS ANGELES, USA
ARCHIVE
30 DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
N
SET-ASIDE
PRODUCT SERVICE CODE*
J041
NAICS CODE*
811210
CONTRACTING OFFICE ADDRESS
Network Contracting Office 20
ATTN: V4CONT
1601 E. Fourth Plain Blvd
Bldg.17, Suite B428
Vancouver WA 98661
POINT OF CONTACT*
Contract Specialist
Derek Crockett
Derek.Crockett@va.gov
360-816-2760 x32760
PLACE OF PERFORMANCE
ADDRESS
Department of Veterans Affairs
Seattle VA Medical Center
1660 South Columbian Way
Seattle Washington
POSTAL CODE
98108
COUNTRY
ADDITIONAL INFORMATION
AGENCY S URL
https://www.va.gov
URL DESCRIPTION
Agency Website
AGENCY CONTACT S EMAIL ADDRESS
EMAIL DESCRIPTION
DESCRIPTION
DESCRIPTION
THIS IS A REQUEST FOR INFORMATION ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this sources sought to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services:
Any questions or information may be directed to Robert Weeks via e-mail at robert.weeks@va.gov.
RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION AND RESPONSES TO THE FOLLOWING QUESTIONS:
1.) Company name, address, and business size; point of contact name, phone number, and e-mail address.
2.) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program and the anticipated North American Industry Classification System (NAICS) code.
[ ] yes [ ] no Small Business (SB)
[ ] yes [ ] no HUBZone
[ ] yes [ ] no Small Business 8(a)
[ ] yes [ ] no Small Disadvantaged Business (SDB)
[ ] yes [ ] no Women-Owned (WO) Small Business
[ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no Veteran Owned Small Business (VOSB)
[ ] yes [ ] no Other (please specify)
3.) Can you provide firm-fixed-pricing for the scope of services and supplies outlined in the Draft SOW below?
4.) Do you have staff certified in relevant fields such as electrical distribution systems, power systems, or other trade certifications necessary for the safe and efficient removal and replacement of UPS batteries? Please provide details on certifications and training of your technical staff to fulfill the scope of services outlined in the DRAFT SOW below?
5.) Are you an authorized distributor for UPS (Uninterruptible Power Supply) batteries? If so, which manufacturer's batteries do you supply, and can you provide proof of your authorization along with the new OEM (Original Equipment Manufacturer) warranty terms?
6.) Does your firm offer installation services for these UPS batteries? If yes, please describe your experience and capacity to perform installations in healthcare or similar critical environments.
9.) What is the estimated lead time your firm would need to complete the procurement and installation for QTY2EA UPS batteries?
6.) Based on the Draft Statement of Work (SOW) and scope of services stated below, what additional information would you need to accurately estimate the effort for this requirement?
7.) Please provide a capability statement (not to exceed 5 pages) detailing any technical capabilities, certifications, and/or historical projects for similar requirements.
DRAFT STATEMENT OF WORK (SOW):
DRAFT STATEMENT OF WORK (SOW)
END OF DRAFT STATEMENT OF WORK
1. Contract Title. Battery Replacement Service for the Boise VA Medical Center s (BVAMC) 1 Eaton 93PM-100-IAC UPS and 1 Eaton 93PM-L-120 UPS.
2. Background. Biomedical Department does not have the necessary specialized tools and training to perform 40 battery removal, replacement and recycle of 1 Eaton 93PM-100-IAC UPS (SN EP374UJJ08) and 1 Eaton 93PM-L-120 UPS (SN EQ042UXX08). Qualified Service is required to maintain the devices to Manufacturer s specifications. The equipment is located in the BVAMC s main campus. Sensitive Patient Records will not be viewed as a result of this requirement. Access to the controlled area will be provided by POC, Biomed Staff, Police Service, or another designated and authorized BVAMC employee.
3. Scope. Contractor shall furnish all supervision, labor, travel, equipment, parts, and supplies to furnish battery removal, replacement and recycle of 1 Eaton 93PM-100-IAC UPS (SN EP374UJJ08, 40 batteries) and 1 Eaton 93PM-L-120 UPS (SN EQ042UXX08, 40 batteries). All equipment is located at the BVAMC main campus.
4. Specific Tasks.
1) Batteries, shipping and labor to remove, replace and recycle (40) HRL 12390WFR of 1 Eaton 93PM-100-IAC UPS (SN EP374UJJ08)
2) Batteries, shipping and labor to remove, replace and recycle (batteries associated with Eaton 93PM-L-120 UPS (SN EQ042UXX08).
3) After disposal or recycling the lithium ion batteries, the vendor will provide to the COR a recycling certificate or certificate of destruction. The transport and disposal of the batteries must be in compliance with The Mercury-Containing and Rechargeable Battery Management Act and Department of Transportation Regulations.
5. Performance Monitoring Performance will be monitored by periodic inspections and observation of work. Work will be observed by the POC, or designee, during installation of replacement batteries. Equipment operators will be contacted to report on contractor performance when POC, or designee, is not available.
6. Security Requirements. The C&A requirements do not apply and a Security Accreditation Package is not required.
7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
No Government supplied Equipment or Information is required or anticipated.
8. Other Pertinent Information or Special Considerations. Only Manufacturer Trained Service Engineers/Technicians or Manufacturer Authorized Service Engineers/Technicians will perform services and repairs.
a. Identification of Potential Conflicts of Interest (COI). No Known COI
b. Identification of Non-Disclosure Requirements. Contractor will not have access to Sensitive or Proprietary Information. Any Patient Information that may have been observed during the course of the work must not be discussed, or shared, with anyone beyond the Hepatology Service Staff or any person who does not have the need to know such information.
c. Packaging, Packing and Shipping Instructions. N/A
d. Inspection and Acceptance Criteria. POC, or designee, will verify that the unit is working within Manufacture s specifications after completion of service or repair.
9. Risk Control. The Contractor shall obtain all necessary licenses and/or permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to any contractor representative, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by the contractors fault or negligence.
In the event that Patient Information may have been observed during the performance of work, the Contractor will not discuss any patient issues that may have been observed during the course of the work.
10. Place of Performance. All service will be performed at the BVAMC OIT Service.
11. Delivery Schedule. Service Reports will be emailed or faxed to POC by the 5th workday after completion of the work.