SOURCES SOUGHT
41 -- Commercial Food Fridge/Freezers for the VA San Diego Healthcare System
- Notice Date
- 5/4/2022 8:27:10 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
- 36C26222Q0788
- Response Due
- 5/11/2022 12:00:00 PM
- Archive Date
- 06/11/2022
- Point of Contact
- Isaac Shimizu
- E-Mail Address
-
isaac.shimizu@va.gov
(isaac.shimizu@va.gov)
- 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. The Veteran�s Integrated Service Network 22 is seeking a contractor to provide the VA San Diego Healthcare System with one each three-compartment reach-in freezer and two each single-compartment reach-in freezers. ��This procurement is solely to procure the materials/hardware purchase. No services or labor required.� Required items are Traulsen Model No. RLT332WUT-FHS and RLT132WUT-HHS or equivalent possessing the salient characteristics listed below. Salient Characteristics � three compartment reach-in freezer Must meet or be equivalent to the following specifications. The unit must be a three-compartment reach-in-type freezers with three full-height doors. The units shall be easy to move and have 4 heavy-duty casters with wheel locks per unit. The units shall maintain internal temperatures less than 0F & be programmable to maintain temperature as low as -10F. The units shall have an electric control panel that displays current temperature & controls temperature settings. The units must have food-grade stainless steel interior, exterior and door surfaces that meet food safety standards; and insulation for temperature retention. The units must have gaskets to seal doors for temperature retention when doors are closed. The units shall have an energy-saver mode when not in use. Inside dimensions of units shall allow for storage of standard sheet pan-sized (18�x26�) trays per compartment. The units must have at least 15 sets of attached tray slides to hold trays in unit per compartment. The units shall have a minimum 9-ft electric cable. The unit shall have a NEMA L14-20P 201/115v/60/1-ph plug. Salient Characteristics � two compartment reach-in freezer: Must meet or be equivalent to the following specifications. The units must be single-compartment reach-in-type freezers with two half-length front doors. The units shall be easy to move and have 4 heavy-duty casters with wheel locks per unit. The units shall maintain internal temperatures less than 0F & be programmable to maintain temperature as low as -10F. The units shall have an electric control panel that displays current temperature & controls temperature settings. The units must have food-grade stainless steel interior, exterior and door surfaces that meet food safety standards; and insulation for temperature retention. The units must have gaskets to seal doors for temperature retention when doors are closed. The units shall have an energy-saver mode when not in use. Inside dimensions of units shall allow for storage of standard sheet pan-sized (18�x26�) trays per compartment. The units must have at least 15 sets of attached tray slides to hold trays in unit per compartment. The units shall have a minimum 9-ft electric cable. The unit shall have a NEMA 5-15P plug. The pictures below are to provide guidance to the vendors only. Delivery Delivery shall be within 90 days of award The vendor must coordinate with the VA Point of Contact to schedule the delivery. The vendor must clearly tag and label the items with the contract number and Purchase Order (PO) number. The vendor must include equipment manuals with delivery The units shall come with a minimum 3-year manufacturer�s warranty covering labor and parts of manufacturing defects & 5-year compressor warranty. 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 isaac.shimizu@va.gov.� Telephone responses will not be accepted.� Responses must be received no later than 05/11/2022 12:00 PM PDT. 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 Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cfe730a6e5e94417a3e17b089dbb13c6/view)
- Place of Performance
- Address: San Diego, CA 92161, USA
- Zip Code: 92161
- Country: USA
- Zip Code: 92161
- Record
- SN06317711-F 20220506/220504230115 (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 |