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) Tucson Healthcare System Pharmacy Service is seeking sources capable of providing Medical Grade Refrigerators.
The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required.
STATEMENT OF WORK (SOW)
Contract Title:
TUC-678-25-3-071-0104 FOLLET PHARMACY REFRIGERATOR REPLACEMENT
Background: Replacing current equipment that is past the life expectancy needed for functionality in the pharmacy department. Biomedical suggested that the old units be replaced. Labor and parts are out of warranty and no longer supported by the manufacturer. If refrigerators go down, it will take a long time to fix and find replacements with contents of medications and vaccines totaling a value of excess a million dollars we cannot take the risk in storing the medications in unsupported refrigerators. This equipment request has been approved by the equipment committee to move forward with purchase due to the life expectancy exceeding the manufacture warranty and recommended use of life.
Scope: To ensure this units get replaced prior to having any of the refrigerators go down, causing stored medications to be compromised. These refrigerators are calibrated to meet the required temperature to ensure the medication being stored is within guidelines. These medications are costly, so if these are compromised, this will create additions costs to the facility to replace needed on hand supplies.
Specific Tasks: Deliver shall be completed within 30 days of award. Equipment must be delivered secure and strapped to pallets. Deliver location is warehouse 14 at the address provided in this SOW.
Deliverables:
CLIN
Description
Qty
UOM
0001
Infinity Series™ 24.6 cu ft capacity full size medical grade refrigerator, Follett Part# REF25i-4S-R0000G or equal to medical grade refrigerator
6
EA
0002
Infinity Series upright refrigerators with variable capacity compressor 24.6 cu ft, Follett Part# REF25i-6B-R0000G or equal to medical grade refrigerator
6
EA
NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are “or equal”, a description of the salient characteristics is outlined below. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Offeror quotations must demonstrate meeting the salient physical, and functional characteristics included in this solicitation, otherwise, they will be considered non-responsive and not considered for award.
Salient Characteristics:
Infinity Series™ 24.6 cu ft capacity full size medical grade refrigerator, Follett Part# REF25i-4S-R0000G or equal to Medical grade refrigerator x 6EA
- Must be medical grade refrigerator.
- Must be certified to meet NSF/ANSI 456 standards for vaccine storage purposes.
- Must have a minimum of 24.6 cubic feet capacity.
- Must have a touchscreen and display temperature and integral alarming functions.
- Users must have an option to change display temperature to C or F.
- Must have integral data and even logging capability.
- Must have a lock option.
- Must have glass doors so users can see the content inside of the refrigerator for easy access.
- Must be configured with right-hinged glass door.
- Must have a minimum of four (4) epoxy-coated shelves for durable and resistant shelving.
- Sound level must not exceed 40 dBA to avoid noise pollution in hospital environment.
- Must ENERGY STAR® certified for efficient energy use.
- Must have a modular refrigeration system with a variable capacity compressor and microprocessor controller to control stable and consistent temperature throughout each cabinet with minimal fluctuation of ±1 C (1.8 F) temperature.
- Must have energy-efficient LED lights necessary for energy efficiency and maintaining a cooler temperature.
- Must have a minimum of three (3) shelves inside of refrigerator.
- Must have stainless steel cabinet to provide precise temperature control, plus provides high corrosion resistance, and hygiene, making it important for safe and cost-effective operations in hospitals.
- Must have a front-face turn air circulation to maintain consistent internal temperatures, reducing moisture buildup and promotion content preservation.
- Must have a minimum of six (6) drawers inside of refrigerator
- Drawers must be stainless steel for corrosion resistance, strength, and ease of cleaning and sterilization in hospital environment.
- Drawers must have full extension shielded roller bearings and stainless S-tracks to making moving appliances sage and easy.
- Must come with Omnicell® compatible door bracket.
- Must have medDISPENSE® compatible door bracket.
- Must come with Glycerine for temperature monitoring and to prevent ice build-ups.
- Must come with a seismic anchoring for safety and to resist the forces exerted by earthquakes.
- Must have DicksonOne VFC-compliant freestanding display data logger with Wi-Fi and Ethernet capability for use.
- Must have ambient temperature and humidity sensor for use with DicksonOne freestanding display and touchscreen data loggers.
Infinity Series upright refrigerators with variable capacity compressor 24.6 cu ft, Follett Part# REF25i-6B-R0000G or equal to medical grade refrigerator x 6EA
- Must be medical grade refrigerator.
- Must be certified to meet NSF/ANSI 456 standards for vaccine storage purposes.
- Must be “upright” style refrigerator.
- Must have a minimum of 24.6 cubic feet capacity.
- Must have a minimum of six (6) drawers.
- Drawers must be epoxy-coated “floating” basket types for durable and resistant.
- Drawers must be fully extended for its use. stainless steel drawers must be shielded with roller bearings and stainless S-tracks in order to move appliances sage and easy).
- Must have an LCD capacitive touchscreen with user selectable C or F.
- Must have Integral data and event logging, user-programmable temperature display and integral alarming functions
- Sound level must not exceed 40 dBA to avoid noise pollution in hospital environment
- Must ENERGY STAR® certified for efficient energy use.
- Must have a modular refrigeration system with a variable capacity compressor and microprocessor controller to control stable and consistent temperature throughout each cabinet with minimal fluctuation of ±1 C (1.8 F) temperature.
- Must have energy-efficient LED lights necessary for energy efficiency and maintaining a cooler temperature.
- Must have stainless steel cabinet to provide precise temperature control, plus provides high corrosion resistance, and hygiene, making it important for safe and cost-effective operations in hospitals.
- Must have a front-face turn air circulation to maintain consistent internal temperatures, reducing moisture buildup and promotion content preservation.
- Must have a minimum of three (3) shelves.
- Must come with Omnicell® compatible door bracket.
- Must have medDISPENSE® compatible door bracket.
- Must come with Glycerine for temperature monitoring and to prevent ice build-ups.
- Must come with a seismic anchoring for safety and to resist the forces exerted by earthquakes.
- Must have DicksonOne VFC-compliant freestanding display data logger with Wi-Fi and Ethernet capability for use.
- Must have ambient temperature and humidity sensor for use with DicksonOne freestanding display and touchscreen data loggers.
Packaging, Packing and Shipping Instructions:
Packaging to include all user guides and manufacturer cleaning instructions. Must be delivered with secure measures to ensure no damage occurs to the fragile equipment.
Inspection and Acceptance Criteria:
Equipment must be brand new and in good working order
Place of Performance:
Department of Veterans Affairs
Tucson Healthcare System
Warehouse 14
3601 S. 6th Ave
Tucson, Az 85746
Delivery Schedule: 30 days after award
If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. 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 SOW requirements. For instances where your company cannot meet the SOW requirement(s), 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 list of SOW 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 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 Hestia.Sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, May 14, 2025 by 10:00 PM 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.