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 333310 (size standard of 1,000 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 heat on demand activator system equivalent to Aladdin Temp-Rite ADV700 Heat on Demand Advantage Plus Activator 208-240 Volt #13978.
CLIN
ITEM DESCRIPTION
QTY
UOM
0001
Aladdin Temp-Rite ADV700 Heat on Demand Advantage Plus Activator 208-240 Volt #13978 or equal
1
EA
STATEMENT OF WORK
General:
VA Tucson Healthcare System located at 3601 S 6th Ave, Tucson AZ, 85723 has a requirement for a heat on demand activator system with the following required salient characteristics. The Nutrition and Food Service (NFS) department currently utilizes this modernized patient meal delivery system to ensure food items are delivered at appropriate temperatures to patients bedside.
Scope:
VA Tucson facility is looking to purchase a heat on demand activator system. The contractor is required to provide brand name or equal equipment that meets or exceeds the physical, functional, and performance of the listed SOW in this section. Installation services will not be required.
SALIENT CHARACTERISTICS:
CLIN 0001 Aladdin Temp-Rite ADV700 Heat on Demand Advantage Plus Activator 208-240 Volt #13978 or equal Quantity: 1EA
Must maintain food temperatures at or above 140F for 60+ minutes without a pre-heated plate.
Must fit standard 9 entrée plates.
Must have power requirements of 208 to 240 volts.
Must have 12-second heating cycle via induction heating.
Must be able to activate a minimum of 5 bases per minute.
Must have bases be able to stay cool to the touch to ensure safety when in use.
Must have a stainless-steel countertop design.
Must come with LED display that contains visual and audio alerts for when bases are ready for use.
Must be energy saving and be able to automatically shut off.
Must be portable to easily transport throughout the facility.
Must be designed for commercial use.
Warranty of Equipment
Government requirement for standard manufacturer industry warranty term. The
government does not accept extended warranties, which require advance payment.
Period of Performance
30 Days ARO
Place of Performance:
VA Tucson Healthcare System
3601 S 6th Ave
Tucson, AZ 85723
The list of Heat on Demand Activator System 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/services, please provide the information indicated below. Incomplete responses to the questions below this notice 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 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 Melissa.Ramirez8@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, August 12th, 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.