Virginia Bids > Bid Detail

7320--542-24-1-483-0037 | Restaurant Supply Refrigerators | NCO 4 Commodities 1 (VA-24-00043122)

Agency:
Level of Government: Federal
Category:
  • 73 - Food Preparation and Serving Equipment
Opps ID: NBD00159530784314981
Posted Date: Mar 5, 2024
Due Date: Mar 12, 2024
Source: https://sam.gov/opp/31112850df...
Follow
7320--542-24-1-483-0037 | Restaurant Supply Refrigerators | NCO 4 Commodities 1 (VA-24-00043122)
Active
Contract Opportunity
Notice ID
36C24424Q0467
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 05, 2024 02:26 pm EST
  • Original Response Date: Mar 12, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7320 - KITCHEN EQUIPMENT AND APPLIANCES
  • NAICS Code:
    • 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
  • Place of Performance:
    Corporal Michael J. Crescenz VA Medical Center Philadelphia , 19104
    USA
Description
This is Not a Solicitation Announcement. This is a Request for Information Only. This Request for Information (RFI) 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. Since this is Request for Information announcement, no evaluation letters and or results will be issued to respondents. No solicitation exits. Therefore, do no request a copy of the solicitation.
The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified/verified Small Businesses capable of meeting requirement and salient characteristics below to provide Coatesville VAMC Mental Health Services with a variety of ten (10) new commercial refrigerator and refrigerator/freezers.
Commercial Refrigeration for Domiciliary Services Coatesville VAMC MH Services

1. Background: The Coatesville VAMC located at 1400 Blackhorse Hill Rd, Coatesville, PA, provides outpatient, inpatient and skilled nursing services to veterans residing with the medical center s 3 county catchment area in Southeastern Pennsylvania. The Mental Health domiciliary and acute Mental Health unit provide MH services to Veterans in need of acute or longer-term care.

2. History of the Requirement: Our programs require refrigeration units to keep patient foods and drink at specific temperatures based on federal guidelines. Previous purchases of refrigeration units for the programs were more residential in nature and were not robust enough to maintain the temperatures needed when the units were opened repeatedly. Our service was tasked with identifying commercial equipment that would meet our specifications and maintain a safe environment for the patient s food and drink. Some of these pieces are replacements for failed units and some are additional units to increase the space for storing food and drink.

3. Summary of the Requirement: The Coatesville VAMC has a new requirement for the purchase a variety of ten (10) new commercial refrigerator and refrigerator/freezers, brand name or equal to the Everest Refrigeration units listed below, to be distributed among our residential domiciliary and acute MH unit. These will be used to store food and drink designated for the patients in a safe manner. Request to include installation of the units in specified locations and the removal of all packaging materials.

4. Description of requirements:

Four (4) ETBR1 7 Cu. Ft. Undercounter Refrigerators or Equal
Locations Bldg 8 Rooms 125D and 204, Bldg 39 Rooms 124 and 204

Dimensions not to exceed 27.75 wide by 35.25 high with casters by 31.5 deep
Top Mounted Blizzard R404A condensing unit for ease of replacement
Electronically commutated fan motors to achieve fast cooling with less energy consumption
Full length air duct system to ensure optimal circulation of cold air
Required temperature range performance - Refrigerator must be able to maintain constant temperature below 41° F.
Audible overheat alarms for compressor and condenser coil
LED Lighting to provide bright illumination with low heat generation
Snap in magnetic door gaskets for easy cleaning and replacement
High strength, recessed door handles
Pre-wired and ready to plug in
Auto defrost cycles for seamless operation
High performance condenser to support rapid temperature stabilization
Adjustable shelving
Multifunction digital controller with LED display
7 cu. ft. storage capacity
Self-maintaining condensate pan requiring no external drains

Two (2) ESFRH2 22 Cu. Ft. Refrigerator/Freezer or Equal
Locations Bldg 8 Room 125D, Bldg 39 Room 113C

Dimensions not to exceed 29.25 wide by 79.25 high with casters by 31.5 deep
Top Mounted Blizzard R404A condensing unit for ease of replacement
Electronically commutated fan motors to achieve fast cooling with less energy consumption
Full length air duct system to ensure optimal circulation of cold air
Required temperature range performance - Refrigerator must be able to maintain constant temperature below 41° F. Freezer must be able to maintain constant temperature below 0° F.
Audible overheat alarms for compressor and condenser coil
LED Lighting to provide bright illumination with low heat generation
Snap in magnetic door gaskets for easy cleaning and replacement
High strength, recessed door handles
Pre-wired and ready to plug in
Auto defrost cycles for seamless operation
High performance condenser to support rapid temperature stabilization
Adjustable shelving
Multifunction digital controller with LED display
11 cu. ft. storage capacity freezer, 11 cu. ft. refrigerator
Self-maintaining condensate pan requiring no external drains
Separate temp controls for the freezer and the refrigerator
Self-closing doors to ensure doors are not accidentally left open

Two (2) ESR1 23 Cu. Ft. Refrigerator or Equal
Locations Bldg 59 Room 139, Bldg 39 Room 127B

Dimensions not to exceed 29.25 wide by 79.25 high with casters by 31.5 deep
Top Mounted Blizzard R404A condensing unit for ease of replacement
Electronically commutated fan motors to achieve fast cooling with less energy consumption
Full length air duct system to ensure optimal circulation of cold air
Required temperature range performance - Refrigerator must be able to maintain constant temperature below 41° F.
Audible overheat alarms for compressor and condenser coil
LED Lighting to provide bright illumination with low heat generation
Snap in magnetic door gaskets for easy cleaning and replacement
High strength, recessed door handles
Pre-wired and ready to plug in
Auto defrost cycles for seamless operation
High performance condenser to support rapid temperature stabilization
Adjustable shelving
Multifunction digital controller with LED display
23 cu. ft. storage capacity
Self-maintaining condensate pan requiring no external drains

Two (2) ESWQ3 52 Cu. Ft. Refrigerator-Freezer or Equal
Locations Bldg 8 Room 232, Bldg 39 Room 221

Dimensions not to exceed 59 wide by 79.25 high with casters by 31.5 deep
Top Mounted Blizzard R404A condensing unit for ease of replacement
Electronically commutated fan motors to achieve fast cooling with less energy consumption
Full length air duct system to ensure optimal circulation of cold air
Required temperature range performance - Refrigerator must be able to maintain constant temperature below 41° F. Freezer must be able to maintain constant temperature below 0° F.
Audible overheat alarms for compressor and condenser coil
LED Lighting to provide bright illumination with low heat generation
Snap in magnetic door gaskets for easy cleaning and replacement
High strength, recessed door handles
Pre-wired and ready to plug in
Auto defrost cycles for seamless operation
High performance condenser to support rapid temperature stabilization
Adjustable shelving
Multifunction digital controller with LED display
13 cu. ft. storage capacity freezer, 39 cu. ft. refrigerator
Self-maintaining condensate pan requiring no external drains
Separate temp controls for the freezer and the refrigerator
Self-closing doors to ensure doors are not accidentally left open

5. Incidental Services: The Contractor will be responsible for delivering the units to the specified locations and removing all packing materials.

6. Installation Requirements: Contractor installation will include the following:
Contractor will deliver each unit to the specific location.
Contractor will place the unit inside the specified room and assemble there.
Contractor will make sure the unit is running properly before leaving.
Contractor will not be responsible for removing current refrigeration units; they will leave their units off to the side of the current units.
Contractor will remove all packing materials associated with the delivery and remove from the VA facility.
Contractor will ensure tools are always kept under the control of the contractor s staff and ensure all tools are accounted for when leaving each area.

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) 333415, Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing, The Small Business Size Standard for this NAICS code is 1,250 employees. Please answer the following questions:

(1) Please indicate the size status and representations of your business in accordance with the NAICS code _______, 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.)

(2) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract? If so, please include the schedule number.Â

(3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?Â

If not, provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.Â

Does your company exceed 500 employeesÂ

Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;Â Â Â

Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;Â Â

Provide the items of a small business

(4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).Â

(5) If your company is 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?Â

(6) 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 sub contracted work and completion of job.Â

(7) 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.Â

(8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?Â

(9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.Â

(10) Please provide your UEI number.Â

*** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics.Â

This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted.

Responses must be received via email to Contract Specialist olivia.osborne@va.gov no later than 2:00 PM Eastern Standard Time on March 12, 2024. 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 firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Â
Â
If a solicitation is issued, information will be posted on Contract Opportunities web site 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 Request for Information.  Information will only be accepted in writing by email to Contract Specialist Olivia Osborne, at olivia.osborne@va.gov.

 DISCLAIMER Â

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI 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 RFI.Â
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 05, 2024 02:26 pm ESTSources Sought (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 >