SOURCES SOUGHT
41 -- Laboratory Refrigerators (LB)
- Notice Date
- 6/6/2025 11:14:34 AM
- Notice Type
- Sources Sought
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0977
- Response Due
- 6/13/2025 10:00:00 AM
- Archive Date
- 07/13/2025
- Point of Contact
- Melissa Ramirez, Contract Specialist
- E-Mail Address
-
Melissa.Ramirez8@va.gov
(Melissa.Ramirez8@va.gov)
- Awardee
- null
- Description
- 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 333415 (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 laboratory refrigerators equivalent to the brand True Scientific. This procurement shall be a brand name or equal. Contractors must provide brand name or equal that meet or exceed the physical, functional, and performance of listed in the statement of work below. Contractors shall show clear, compelling, and convincing evidence that all equal to items meet all required salient characteristics including brand name and model numbers IAW FAR 52.211-6 Brand Name or Equal. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered nonresponsive and not considered for award. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM. CLIN ITEM DESCRIPTION QTY UOM 0001 True Scientific Laboratory Refrigerator TSCI-150LR-SWS or equal 4 EA 0002 True Scientific Laboratory Refrigerator TSCI-450LR-SWS or equal 1 EA Salient Characteristics: CLIN 0001 True Scientific Laboratory Refrigerator TSCI-150LR-SWS or equal Quantity: 4EA Must have a laboratory grade design suitable for clinical use, with materials that support sanitation. Must have digital display with both audible and visual alarms that include: power failure, high and low temperature alarms, door ajar, condenser temperature, and low battery alerts. Must come with a solid and lockable door for secure storage of temperature sensitive items and medications. Must have sturdy powder-coated shelves to accommodate various sizes and volumes of medication containers. Must be designed to maintain cabinet temperatures between +2°C to +10°C for safe medication storage. Must provide uniform internal airflow to ensure consistent temperature distribution throughout the cabinet. Must include an automatic defrost feature to maintain optimal cooling performance and minimize maintenance. Must not exceed 24inches wide, 25 inches deep, and 32 inches tall to ensure compatibility with space limited clinical settings. Must operate on standard 120V electrical connection and include a minimum 10ft. power cord for flexible installation. Must be a NEMA 5-15P plug type to properly fit plug ins. Must use a low global warming potential refrigerant and feature energy efficient components to support sustainability efforts. CLIN 0002 True Scientific Laboratory Refrigerator TSCI-450LR-SWS or equal Quantity: 1EA Must have a laboratory grade design suitable for clinical use, with materials that support sanitation. Must have digital display with both audible and visual alarms that include: power failure, high and low temperature alarms, door ajar, condenser temperature, and low battery alerts. Must feature a lockable solid swing door with an antimicrobial handle and magnetic gaskets to ensure a tight seal and contamination control. Must maintain a stable temperature between 36-50 degrees Fahrenheit to ensure proper medication storage. Must maintain uniformity within +/- 1 Celsius throughout the interior and provide real time monitoring for internal stability. Must offer at least 15.4 cubic feet of usable storage space for medications, vials, and temperature sensitive supplies. Must not exceed approximately 27 inches wide, 24.5 inches deep, and 81.5 inches high to ensure fit in clinical storage rooms. Must include a minimum of 7 adjustable steel shelves, spaced in ½ inch increments to support flexible storage configuration. Must be fully wired for use with 115V/601Hz outlets and include a dedicated NEMA 5-15P plug to properly fit plug ins. Must support installation on standard or seismic legs or include castors for mobility if necessary for the clinical space. Must have interior LED lighting for visibility and include a minimum of one 0.625-inch access port for probes or sensors. The list of laboratory refrigerator 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, please provide the information indicated below. Incomplete responses to the questions below 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 list of Salient Characteristics requirements. For instances where your company cannot meet the Salient Characteristics requirement(s), please explain. For instances where your company can meet the Salient Characteristics requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of Salient Characteristics requirements 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 Salient Characteristics? (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 Friday, June 13th, 2025, 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cd01cc908344415a8d65445f7ae34436/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Long Beach Healthcare System 5901 East 7th Street, Long Beach 90822
- Zip Code: 90822
- Zip Code: 90822
- Record
- SN07469525-F 20250608/250606230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |