J035--New Annual ITOPs UPs Preventive Maintenance Base Plus Two 692-26-2-668-0156
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.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 20, is soliciting quotes for Annual Preventive Maintenance (PM) services for ITOPS Uninterruptible Power Supply (UPS) systems. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside and covers a base year plus two option years for services at the VA Southern Oregon Rehabilitation Center & Clinics (SORCC) in White City, Oregon. Quotes are due May 27, 2026, at 3:00 PM ET.
Scope of Work
This requirement is for OEM-recommended annual preventive maintenance on two (2) ITOPS UPS systems to ensure reliable backup power for critical IT infrastructure and compliance with NFPA 99/110 and manufacturer recommendations. Key services include:
- Performing OEM-recommended annual PM on two UPS systems.
- Battery inspection, electrical/mechanical checks, firmware verification, and environmental assessment.
- Delivering a standardized PM checklist, a narrative summary, and a separate Deficiency Log with recommended corrective actions.
- Providing a separate repair quote for COR review and approval before any repair work.
- Ensuring compliance with NFPA 99/110, manufacturer guidelines (Eaton/APC or applicable), VA safety, and IT change-control procedures.
- Contractors must be OEM-certified or demonstrate equivalent UPS expertise.
- Submitting a Method of Procedure (MOP) and Job Hazard Analysis (JHA) at least 10 business days prior to work.
- Ensuring technicians have NFPA 70E electrical safety training and proper Personal Protective Equipment (PPE).
Contract & Timeline
- Type: Combined Synopsis/Solicitation, issued as a Request for Quotation (RFQ).
- Duration: One base year and two option years.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 811310 (Commercial and Other Services and Repair) with a small business size standard of $13 million.
- Product/Service Code (PSC): J035 (Maintenance, Repair And Rebuilding Of Equipment: Service And Trade Equipment).
- Federal Supply Class (FSC): 5999.
- Place of Performance: VA Southern Oregon Rehabilitation Center & Clinics (SORCC), 8495 Crater Lake Hwy, White City, Oregon 97503.
- Response Due: May 27, 2026, at 3:00 PM Eastern Time.
- Published Date: May 14, 2026.
Submission & Evaluation
This is an RFQ; quotes are being requested, and a separate written solicitation document will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01, published March 13, 2026.
Contact Information
For inquiries, contact Brian Stephen, Contract Specialist, at Brian.Stephen@va.gov.