THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes 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 Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 335910 (size standard of 1,250 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing UPS Battery Replacement for OIT Servers and installation equivalent to brand GS Yuasa Energy Solutions. CLIN DESCRIPTION QTY UOM 0001 GS Yuasa Battery Replacement Part# SWU 585-12FR or equal for UPS Model#93PM-160-200 Serial# EH431UXX03 144 EA 0002 GS Yuasa Battery Replacement Part# SWU 585-12FR or equal for UPS Model#93PM-160-200 Serial# EH431UXX04 or equal 144 EA STATEMENT OF WORK General: VA Phoenix Healthcare System located at 650 E Indian School Rd. Phoenix AZ, 85012 has a requirement for replacement UPS batteries equivalent to the brand GS Yuasa that support uninterruptible power to the facilities IT Servers. The required batteries will replace 2 existing UPS systems containing 144 batteries each. Scope: VA Phoenix Healthcare System is looking to replace current UPS batteries that is beyond life cycle. The contractor is required to provide brand name or equal equipment that meets or exceed the physical, functional, and performance of the listed salient characteristics in this section. Additionally, contractor must be able to provide installation of new batteries, as well as remove and properly dispose of the spent batteries. Requirements/Salient Characteristics: GS Yuasa Battery Replacement Part# SWU 585-12FR or equal Must be compatible with UPS Model#93PM-160-200 Serial# EH431UXX03. Must be compatible with UPS Model#93PM-160-200 Serial# EH431UXX04. Must have 6-Cells (per battery) for providing reliable backup power. Must have a minimum of 12 Voltage (per battery) for standard operating. Must have 540 Watts per cell rating or 15 mins to 1.67 Volts/cell for effectively discharging the load without exceeding voltage limits. Must be no greater than 43.9kg (96.7 pounds) in weight. Must have a maximum discharge current of 800A (5 Secs) to safely deliver the highest amount of current without risk of damage. Must have approximately 4 mO Internal resistance to maintain the flow of electric currents. Must have a *Operating temperature range Discharge of -15°C to 50°C (5°F to 122°F). Must have a normal operating temperature range of 25±3°C (77±5°F) for optimal performance and longevity. Must have float charging voltage from 13.5 Vdc to 13.8 Vdc to ensure battery life without causing overcharging. Must have a shelf life of 6 8 months at 25°C. Prior to installation, batteries must be stored in temperatures of -15°C to 40°C (5°F to 104°F) and must be charged before use. Must have terminal threaded insert that will accept M6x20 bolt to provide a strong and secure connection. Battery container material must be of polypropylene with a UL 94V-0 rating ensuring safety and compliance with fire safety standards. Battery Dimensions within 13.5 L X 11 H x 6.7D to properly fit and support existing OIT servers. Installation/Uninstallation Service: The vendor is required to manage and coordinate On-site removal and installation of items and services identified in this document at VA Phoenix with designated POCs. The contractor shall provide all tools, labor, and materials necessary to complete assembly and uninstallation/installation of items detailed in this document. The contractor shall be responsible for removing and properly disposing of spent batteries. Disposed batteries are to be recycled and recycling documents must be reported to the facility and designated POC s. The contractor shall install new UPS batteries into existing UPS system and shall verify that the equipment is fully functional before checking out. Period of Performance: 6 Months ARO Place of Performance: VA Phoenix Healthcare System 650 E Indian School Rd. Phoenix, AZ 85012 Delivery Schedule Hours of operations: Mon-Fri / 6:00am -4:30pm The list of UPS battery replacement characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Incomplete responses to the questions below this notice will not be accepted. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the SOW. For instances where your company cannot meet the SOW, please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the SOW and provide any additional feedback or suggestions. If none, please reply as N/A. (3) 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW? (6) 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). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) 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(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Melissa.Ramirez8@va.gov. Telephone responses will not be accepted. Responses must be received no later than Thursday, February 5th, 2026 by 10:00 AM Pacific Local Time. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.