Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR
PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for
information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly.
IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses
associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources
Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 335311 (size standard of 800 employees). Responses to this Sources
Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be
published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach
Network Contracting Office, is seeking sources who can possibly provide Uninterrupted Power Supplies Units that at a minimum meet the brand name and/or can possibly provide an equal
product for the VA Long Beach Healthcare System. Located in Long Beach, CA. Brand name Information: Manufacturer: VERTIV CORPORATION Part Number: Nomenclature: The Vertiv Liebert® GXT5
UPS Model Number: GXT5-2000LVRT2UXL (Any other information): Equal to product Information: Salient Characteristics: UPS and its accessories Salient characteristic: UPS requirement: Must
be a DOUBLE CONVERSION UPS, part number: GXT5-2000LVRT2UXLS 2000/1800 CAPACITY VA/WATTS. True on-line design with PWM sine wave output 0.9 output Power Factor Rating Input PF correction
with wide input voltage and frequency range for longer battery life. Efficient three-stage charging technique and comprehensive discharging protection +/- 3% output voltage regulation
Automatic restart after extended outages Input and output noise suppression Emergency fail safe bypass for mission-critical availability Configurable to operate at voltages of
110/118/120/127 VAC Automatic and manual battery test feature Microprocessor-based control and monitoring. LCD display for user friendly operation with local monitoring and configuration
of operational parameters. Programmable-controllable outlet groups USB port and contact closure communication USB compatible Operation systems monitoring and GXT4 configuration program
Intellislot communications port Battery start capability Extended run capability Requirement for Maintenance Bypass Switch Must be compatible with UPS above 120 Volt, 20 Amp electrical
rating Two NEMA 5-20P input plugs, one connected to utility power (10 ft long), one to UPS output power (6ft. long) Eight NEMA 5-15/20R (T-slot) output receptacles for power distribution
Maintenance bypass switch for load transfers between UPS and utility 5 years extended maintenance for the UPS Contractor shall be partner with Vertiv to provide the Power Assurance
Package with 5 years extend warranty and maintenance for UPS. 100% parts, labor, and travel cost coverage for maintenance, repair and replacement, including internal battery. Perform
health check on all UPS listed in the contractor quarterly and submit report to the VA. On-site support and emergency response Rack construction, installation or re-configuration with UPS
accessories Installation includes mounting and start-up of new UPS and internal batteries Services performed by factory trained technician Continuous monitoring, expert analysis and
proactive response The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is
the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you
are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice
should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business,
such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?
(2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items
being referenced above? If applicable, please provide the manufacturer name and business size. (4) Is the end product manufactured in the United States; and is the cost of the components
made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin.
(5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
(5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested
in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be
self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company
have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS
GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state
if all or some items are available on the contract. (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not
be used to evaluate for any type of award. (10) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal
to items for planning purposes; show clear, compelling and convincing evidence that all equal to items" meet all the salient characteristics. (11) Please review salient
characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your SAM.gov Unique Entity ID/Cage Code number.
Responses to this notice shall be submitted via email to israel.garcia2@va.gov. Telephone responses will not be accepted. Responses must be received no later than 08/18/2023 by 2:00PM
PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested
parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to
be added to a prospective bidders list or to receive a copy of the solicitation.