4110--Pharmacy Refrigerator/Freezers (LL)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Level of Government: Federal
Category:
  • 41 - Refrigeration, Air Conditioning and Air Circulating Equip.
Opps ID: NBD00159256212908214
Posted Date: Apr 23, 2024
Due Date: Apr 30, 2024
Solicitation No: 36C26224Q1035
Source: Members Only
Follow
4110--Pharmacy Refrigerator/Freezers (LL)
Active
Contract Opportunity
Notice ID
36C26224Q1035
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 23, 2024 01:31 pm PDT
  • Original Date Offers Due: Apr 30, 2024 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4110 - REFRIGERATION EQUIPMENT
  • NAICS Code:
    • 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
  • Place of Performance:
    Department of Veterans Affairs VA Loma Linda Healthcare System Loma Linda , 92357
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below.

VA Loma Linda Healthcare System, 11201 Benton Street, Loma Linda, CA 92357 is looking to purchase pharmacy grade refrigerators and laboratory freezers and its components equivalent to the brand Helmer Scientific. Purchased equipment is needed for replacement of current units that are over 20 years old. This equipment will be used for the long-term storage of clinical study samples as well as, other medical products that are used for research purposes that are to be stored in low temperatures.

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 characteristics described 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.

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
Helmer Scientific iSeries Laboratory Freezer Part# iLF125-GX or equal

2
EA

0002
Helmer Scientific iSeries Pharmacy Refrigerator Part# iPR256-GX or equal

2
EA
Salient Characteristics:

CLIN 0001 Helmer Scientific iSeries Laboratory Freezer iLF125-GX or equal Quantity: 2EA
Must have a touchscreen with user interface that is password protected and provides advanced monitoring and information to ensure protection of stored product.
Must have audible and visual alarms that include: power failure, high and low temperature alarms, door ajar, condenser temperature, and low battery alerts.
Must meet NSF/ANSI 456 Vaccine Storage Standard temperature performance requirements.
Must include Certificate of Calibration.
Must have adjustable powder-coated shelves that are bacteria-resistant.
Must have a temperature range of -15°C to -30°C.
Must be at least/minimum of 20.2 cubic feet capacity.

CLIN 0002 Helmer Scientific iSeries Pharmacy Refrigerator iPR256-GX or equal Quantity: 2EA
Must have a touchscreen with user interface that is password protected and provides advanced monitoring and information to ensure protection of stored product.
Must have audible and visual alarms that include: power failure, high and low temperature alarms, door ajar, condenser temperature, and low battery alerts.
Must contain access control that can provide data capture of unit access and documents how and when access occurred.
Must have adjustable powder-coated shelves that are bacteria-resistant.
Must contain ventilated shelves and ventilated drawers.
Must have a temperature range of +2°C to +10°C.
Must be certified to NSF/ANSI 456 Vaccine Storage Standard.
Must be at least/minimum of 25.2 cubic feet capacity.

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 required service(s) please provide the following information.
(1) Company Name, Address, Point of Contact
(2) 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.
(3) Is your company considered small under the NAICS code 333415-Air Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing?
(4) 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 type and number.
(5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(6) Please provide general pricing for your products/solutions for market research purposes.
(7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above.

The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 333415 (1,250 Employees).

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 04/30/2024 10:00 AM PST.

After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process.

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the U.S. Small Business Administration (SBA) located at
http://veterans.certify.sba.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 23, 2024 01:31 pm PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >