THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing Brand Name or Equal uninterruptable power supplies. The power supplies will be delivered to the Indiana CBOC, located in Indiana, PA 15701. Background: The James E Van Zandt VAMC needs two (2) uninterruptable power supplies (UPS) in support of the new Indiana Community Based Outpatient Center (CBOC) buildout. History of the Requirement: The UPSs are required to support operations of the newly constructed clinic. The UPSs at the current clinic no longer meet the VA Infrastructure Standards for Telecommunication Spaces (ISTS). The UPSs are in support of the activation of the new clinic. Summary of the Requirement: The James E Van Zandt VAMC needs two (2) uninterruptable power supplies (UPS) in support of the new Indiana CBOC buildout. Detailed description of requirement: Station requires two (2) new UPSs fitting the salient characteristics listed below. VA Special Engineering Projects (SEPS) consultant provided the listed brand name product below as a representation that would meet all requirements of the VA ISTS. Brand Name or Equal RS Means data: Station requires two (2) 19 rack mountable UPS that fit in no more than 6 rack units. The units shall require 208 volt, 3-phase AC power input utilizing NEMA L21-20P plug. Output connections shall consist of NEMA L21-20R receptacle(s). UPSs shall have a minimum capacity of 5 kW, but no more than 6 kW. UPS shall also contain network cards for connection and monitoring by Building Automation Systems (BAS) and set for alarming on certain battery conditions. Salient Characteristics (Qty 2): Mounting: 19 rack mount UPS AC Voltage Input: 208 V 3-phase kW Rating: 5kW 6 kW Connectivity: Network interface card required for connection and monitoring by the BAS and set for alarming on certain battery conditions Input Connection: NEMA 20A L21-20P, three-phase, four-wire + ground Output Connection: NEMA 20A L21-20R Size: 6 RU, 19 rack-mountable Warranty: two years, minimum Brand Name or equal to (Qty 2 each): Chatsworth VD5K3P-1 UPS with Chatsworth UPSRPANELVD5K3PH1 UPS Receptacle Panel, Chatsworth UPSINPUTL21-20 UPS Input Cord, and Chatsworth UPSRAILKIT4C 4-Post Rack Mount Rail Kit Incidental Services: No incidental services are required. Installation Requirements: No installation is required. Facility Access: Delivery driver can check in through the main entrance doors with a VA representative. Delivery will be made through the exterior double doors on the north side of the building. Delivery Instructions: The company will drop ship all deliverables in one shipment to the Indiana CBOC located at 101 IRMC Drive, Indiana, PA 15701. All deliveries shall be made between the hours of 0800 and 1500, Monday through Friday. Other special requirements or situations: See solicitation for requirements. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 335999, Electrical All Other Miscellaneous Electrical and Component Manufacturing. The Small Business Size Standard for this NAICS code is 500 employees. Please answer the following questions: 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), Small Business (SB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this notice? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). 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? If you intend to subcontract 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 subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? 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. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your Unique Entity ID. This Sources Sought Notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to mcdaniel.brayboy@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on May 05, 2025. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, McDaniel Brayboy III. All firms responding to this Sources Sought Notice are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date, and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Source Sought Notice. Information will only be accepted in writing by e-mail to Contract Specialist, McDaniel Brayboy III at mcdaniel.brayboy@va.gov DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. 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 notice.