BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in Augusta, Georgia. Completed plans call for the renovation of a medical facility.

1 UPS SYSTEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C24722Q0178 Posted Date: 12/14/2021 Response Date: 12/21/2021 Set Aside : SMALL BUSINESS (SB) NAICS Code: 811310 Contracting Office Address NCO 7 CONTRACTING OFFICE DEPARTMENT OF VETERANS AFFAIRS CARL VINSON VA MEDICAL CENTER 1826 VETERANS BLVD DUBLIN, GA 31021 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of $8.0 million. The Engineering Department at the Charlie Norwood VA Medical Center, 1 Freedom Way, Augusta, Georgia, 30904. is seeking to install new UPS system to match existing UPS system. B:PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Remove existing UPS system and replace with new UPS system for Uptown and Downtown 2 UNITS 1 JB __________________ __________________ GRAND TOTAL __________________ PERFORMANCE OF WORK TEMPLATE UPS REMOVAL AND REPLACEMENT CONTRACT GENERAL INFORMATION 1. Removal and replacement of existing UPS systems: 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified. Contractor shall remove existing UPS systems and install new UPS systems located at the Charlie Norwood VAMC, Bldg. 110 Room GB137 and Bldg. 801 Room 2C120/121. This will include, electrical disconnect, rigging, and disposal fees of existing UPS systems. 3. Performance Period: The period of performance is 0700 to 1530, Monday thru Friday. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). 4. Place of Performance/Delivery Location: Building 110 Room GB137 and Building 801 Room 2C120/121. This is a fixed-price contract and work must be performed at the Government s site. 5. Statement of Work: Contractor shall remove old battery systems and UPS systems located at the Charlie Norwood VAMC, Bldg. 110 Room GB137 and Bldg. 801 Room 2C120/121. This will include, electrical disconnect, rigging, and disposal fees of existing UPS systems. Contractor will install new UPS systems to match existing UPS systems (KVA and Voltage). Both systems will have to be selected to provide space for the installation of a future second UPS, which will provide a second zone of redundancy. The new equipment will have to be narrower than the existing system. The removal and replacement of the existing UPS systems will be a Turnkey Contract. Vendor will dispose of all old equipment. 6. Hours of Operations: 7:00am 3:30 pm 7. Holidays: Federal Holidays New Year s Day January 1st Martin Luther King s Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day November 11th Thanksgiving Day Last Thursday in November Christmas Day December 25th Specifications and Salient Characteristics for 50kW Uninterruptible Power Supply (Name Brand or Equal) Dimensions:A shall not exceed 72 H x 61 W x 42 D, including all components. Weight:A shall not exceed 3,100 lbs. total. Specification:A 480V, 3ph, 3W input / 208V, 3ph, 4W output 50 kW capacity (4) strings internal batteries Runtime: 6.7 minutes full load; ~16 minutes half load. Included 3 breaker Maintenance Bypass Switch Accessory cabinet to include k13, non TP1 480/208 Delta/Wye transformer. Construction:A Enclosures: The UPS shall be housed in free-standing double front enclosures (safety shields behind doors) equipped with casters and leveling feet. The enclosures shall be designed for computer room applications. Front doors shall have locks to prevent unauthorized entry. Modular construction: The UPS shall be comprised of Universal Power Modules (UPMs), each hardware-rated for 20kW, and each including the rectifier, inverter, and battery converter power and control circuitry. These UPMs shall be draw-out assemblies that can be quickly exchanged or replaced by authorized service personnel, with proper personal protective equipment, without transferring the UPS output load to bypass. Ventilation: The UPS and shall be designed for forced-air cooling. Air inlets shall be on the front of the unit. Air outlet configuration for the UPS, and its accessory cabinet(s) shall be user selectable at time of order to exhaust warm air at the top of the cabinet (row or wall installations), or exhaust at the rear of the cabinet for hot aisle configurations. Eighteen inches of clearance over the UPS outlets shall be required for proper air circulation (top exhaust) or working space (rear exhaust). An air filter shall be mounted in the front door of the UPS module. Display:A The UPS control panel shall be a 7 touch sensitive, backlit LCD front panel display that includes LED indicators for basic UPS status. Large, luminous, color coded LED pillars (vertical bars) shall show the UPS status (green, amber, red), and be visible up to 30m from the UPS. The LCD shall display: UPS status (home screen): the LCD screen shall have a color-coded border (header) that turns red on alarm and shows basic UPS status in the header of the display, visible at all times. The header shall alternately show UPS status output voltage and battery time remaining and be visible constantly in all display screens. The home screen shall show load level, average efficiency, and power consumption in kWh. The home screen shall show a system mimic diagram with a color-highlighted power path, operating mode, and active events. Control s tab: Shall provide touch sensitive button controls, with a confirm prompt, for turning the UPS on and off, transfer to/from bypass, and enabling or disabling the battery charger, initiating a battery test, and enabling or disabling Energy Saver System (ESS). Metering tab: The metering screen shall show voltages currents, temperatures, kW, kVA, and power factor (as applicable) for the UPS input, output, bypass source, and battery. Color coded (green, amber, red) bar graph indicators will accompany power and temperature measurements Log s tab: alarm/event queue, active alarms and alarm history, events, status changes and commands, all timed to the 1/1000th second for tracking and analysis. Statistics tab: Numerically and graphically displays the estimated savings afforded by ESS operation over time. Settings tab: shall provide button access to user adjustable settings such as, but not limited to date/time, building alarm designations, communications parameter setup, UPS name, user passwords, and display language. Control Panel Indicators:A Control Panel Lamp Indicators: The UPS control panel shall provide the following monitoring functions with indicator (icon) LED s: NORMAL: This green LED shall indicate that the commercial AC utility or generator source is supplying power to the rectifier and the inverter is supporting the critical load. BYPASS: This amber LED shall indicate that the UPS has transferred the load to the bypass circuit. BATTERY: This amber LED shall indicate that the commercial AC utility or generator source has failed, and the battery is supplying power to the inverter, which is supporting the load. ALARM: This red LED and the accompanying audible alarm horn, shall indicate that the UPS detects an alarm condition, outlined in detail in the Logs tab from the home screen and in the operator s manual. UPS Module Protection:A Rectifier/Charger and Bypass protection shall be provided through individual fusing of each phase. Bypass back feed protection shall be included with sidecar and wall mount maintenance bypass options. The UPS shall provide back feed detection. If no maintenance bypass is used, back feed protection shall be provided via a shunt trip (48VDC) signal available to an external bypass input breaker Battery protection shall be provided by thermal-magnetic molded-case circuit breakers in each battery cabinet (if standard battery pack is provided) or external protective device for an external battery. Electronic current limiting circuitry and fuses in the Inverter circuit shall provide output protection. To comply with agency safety requirements, the UPS module shall not rely upon any disconnect devices outside of the UPS module to isolate the battery cabinet from the UPS module. Specifications and Salient Characteristics for 120kW Uninterruptible Power Supply (Name Brand or Equal) Dimensions:A shall not exceed 72 H x 57 W x 42 D, including all components. Weight:A shall not exceed 4,890 lbs. total. Specification:A 480V, 3ph, 3W input / 480V, 3ph, 3W output 120 kW capacity (1) strings batteries in external cabinet Runtime: 11.3 minutes full load. Construction:A Enclosures: The UPS shall be housed in free-standing double front enclosures (safety shields behind doors) equipped with casters and leveling feet. The enclosures shall be designed for computer room applications. Front doors shall have locks to prevent unauthorized entry. Modular construction: The UPS shall be comprised of Universal Power Modules (UPMs), each hardware-rated for 20kW, and each including the rectifier, inverter, and battery converter power and control circuitry. These UPMs shall be draw-out assemblies that can be quickly exchanged or replaced by authorized service personnel, with proper personal protective equipment, without transferring the UPS output load to bypass. Ventilation: The UPS and shall be designed for forced-air cooling. Air inlets shall be on the front of the unit. Air outlet configuration for the UPS, and its accessory cabinet(s) shall be user selectable at time of order to exhaust warm air at the top of the cabinet (row or wall installations), or exhaust at the rear of the cabinet for hot aisle configurations. Eighteen inches of clearance over the UPS outlets shall be required for proper air circulation (top exhaust) or working space (rear exhaust). An air filter shall be mounted in the front door of the UPS module. Display:A The UPS control panel shall be a 7 touch sensitive, backlit LCD front panel display that includes LED indicators for basic UPS status. Large, luminous, color coded LED pillars (vertical bars) shall show the UPS status (green, amber, red), and be visible up to 30m from the UPS. The LCD shall display: UPS status (home screen): the LCD screen shall have a color-coded border (header) that turns red on alarm and shows basic UPS status in the header of the display, visible at all times. The header shall alternately show UPS status output voltage and battery time remaining and be visible constantly in all display screens. The home screen shall show load level, average efficiency, and power consumption in kWh. The home screen shall show a system mimic diagram with a color-highlighted power path, operating mode, and active events. Control s tab: Shall provide touch sensitive button controls, with a confirm prompt, for turning the UPS on and off, transfer to/from bypass, and enabling or disabling the battery charger, initiating a battery test, and enabling or disabling Energy Saver System (ESS). Metering tab: The metering screen shall show voltages currents, temperatures, kW, kVA, and power factor (as applicable) for the UPS input, output, bypass source, and battery. Color coded (green, amber, red) bar graph indicators will accompany power and temperature measurements Log s tab: alarm/event queue, active alarms and alarm history, events, status changes and commands, all timed to the 1/1000th second for tracking and analysis. Statistics tab: Numerically and graphically displays the estimated savings afforded by ESS operation over time. Settings tab: shall provide button access to user adjustable settings such as, but not limited to date/time, building alarm designations, communications parameter setup, UPS name, user passwords, and display language. Control Panel Indicators:A Control Panel Lamp Indicators: The UPS control panel shall provide the following monitoring functions with indicator (icon) LED s: NORMAL: This green LED shall indicate that the commercial AC utility or generator source is supplying power to the rectifier and the inverter is supporting the critical load. BYPASS: This amber LED shall indicate that the UPS has transferred the load to the bypass circuit. BATTERY: This amber LED shall indicate that the commercial AC utility or generator source has failed, and the battery is supplying power to the inverter, which is supporting the load. ALARM: This red LED and the accompanying audible alarm horn, shall indicate that the UPS detects an alarm condition, outlined in detail in the Logs tab from the home screen and in the operator s manual. UPS Module Protection:A Rectifier/Charger and Bypass protection shall be provided through individual fusing of each phase. Bypass back feed protection shall be included with sidecar and wall mount maintenance bypass options. The UPS shall provide back feed detection. If no maintenance bypass is used, back feed protection shall be provided via a shunt trip (48VDC) signal available to an external bypass input breaker Battery protection shall be provided by thermal-magnetic molded-case circuit breakers in each battery cabinet (if standard battery pack is provided) or external protective device for an external battery. Electronic current limiting circuitry and fuses in the Inverter circuit shall provide output protection. To comply with agency safety requirements, the UPS module shall not rely upon any disconnect devices outside of the UPS module to isolate the battery cabinet from the UPS module. NOTE: EVALUTION Criteria FACTORS UPS REMOVAL AND REPLACEMENT CONTRACT Technical Contractor must provide documentation showing ability to provide service(s) listed in accordance with specifications listed in the statement of work document. Contractor must be licensed, bonded, and insured to perform UPS installation. Contractor shall possess minimum of 10 years of experience in UPS installation service. Contractor should Identify Federal, State, and local government contracts and private contracts, and should describe their experience of the company in providing the same/comparable equipment as specified in this solicitation within the past five (5) years. Contractor shall provide a list of three (3) references pertaining to those contracts including name, address, contact person, and telephone number that can validate level of performance. Offerors with no relevant performance history will receive a neutral rating. Contractor must provide documentation showing ability to provide service(s) listed in accordance with specifications listed in the statement of work document. Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria:.SEE STATEMENT OF WORK & Evaluation Criteria The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items October 2018 FAR 52.212-3, Offerors Representations and Certifications Commercial Items December 2019 Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items October 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders January 2020 52.217-5, Evaluation of Options July 1990, Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8, Option to Extend Services November 1999, The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Addendum to 52.217-8, For purposes of award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be those rates in effect under the contract each time an option is exercised under this clause. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The following subparagraphs of FAR 52.212-5 are applicable: 52.204 10, 52.209-6, 52.219-6, 52.219-27, 52.219-28, 52.219-28, 52.222-3, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-41, 2.222-42, 52.222-43, 52.222-55, 52.223-18, 52.225-1, 52.225-13, 52.232-33, and 52.232-34. All offerors shall submit the following: Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. Files should be sent in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotations submit shall include the Solicitation Number and Title in the subject line of the email. Submission shall be received not later than 10:00AM (EST) on December 21, 2021. Offerors must be submitted via email to the Contracting Officer, Sheryl Harris at sheryl.harris5@va.gov. ONLY ELECTRONIC MAIL (EMAIL) OFFERS WILL BE ACCEPTED. Hand deliveries or facsimile will not be accepted. Telephone responses will NOT be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail no later than December 16, 2021 at 14:00 PM (EST) to the Contracting Officer, Sheryl Harris at sheryl.harris5@va.gov. No questions received after this date will be answered. Telephone or faxed questions will not be answered. ONLY ELECTRONIC MAIL (EMAIL) QUESTIONS WILL BE ANSWERED. The solicitation number must be identified on all submitted questions. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not receive a response Point of Contact Sheryl Harris Contracting Officer, NCO 7 sheryl.harris5@va.gov Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.

Post-Bid

Medical

$200,000.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
155
Active Projects
86
Bidding Soon
980
All Active Projects
438
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

January 10, 2022

February 10, 2022

img_map_placeholder

1 Freedom Way, Augusta, GA


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.