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. 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. 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, Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (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 Network Contracting Office 22 is seeking a contractor to provide ALTO-SHAAM S QC3-20 or Equivalent for the SAN DIEGO VAMC, SAN DIEGO, CA. The prospective contractor must be able to provide supplies that meet or exceed the following requirements: Salient Characteristics (Requirements) Essential/significant physical, functional, or performance characteristics. Must have capacity to store (5) of 12 x 20 x 2.5 full size pans OR (9) of 18 x 26 x1 full size sheet pans must have and utilize touchscreen control to change modes. Must have pre-programmed, quick freeze mode, soft-chill mode (for less dense items), hard-chill mode (for more dense items), holding mode (for chilled or frozen items), and automatic defrost mode. Must have Temperature Probe and HACCP data port. Must have a USB port to update software and recipe information such as ideal chilling conditions based on the type and density of food and temperatures used. Must include at least one of 9-pan slide-in rack. Must have stainless steel interior and exterior. Must have stainless steel work top. Must be UL listed & certified and NSF certified. Must have maximum dimensions of minimum 41.5 (h) x 57 (w) x 36 (d) Must come with five (5) year limited compressor warranty. Must have 115v/60/1-ph, 16.0 amps, 1.8 kW, and NEMA 5-20P 20a-125v plug. Must have Left-hand door swing. Must have Stainless steel top and back-splash. Must have height of 6" (152 mm) or larger legs. Complete generic identification Blast Chiller Freezer Applicable model/make/catalog number Alto-Sham, Quick Chiller / Blast Chiller, Counter Model, Model # QC3-20 Manufacturer name ALTO-SHAAM Warranty (must meet or exceed) For all other original parts, one (1) year from the date of installation of appliance or fifteen (15) months from the shipping date, whichever occurs first. The labor warranty period is one (1) year from the date of installation or fifteen (15) months from the shipping date, whichever occurs first. Contractor will bear normal labor charges performed during standard business hours, excluding overtime, holiday rates or any additional fees. For the refrigeration compressor, if installed, the warranty period is five (5) years from the date of original installation of the appliance. 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: Submit your capabilities statement illustrating how your organization can/cannot meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company cannot meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please explain. For instances where your company can meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please show how your company meets/exceeds each requirement. (Example: Requirement #1, Meet, Description/Explanation). Please review the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. 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. Is your company considered small under the NAICS code identified in this RFI? Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of DRAFT/SALIENT CHARACTERISTICS/SOW? 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). 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. Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas? 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? Please indicate whether your product conforms to the requirements of the Buy American Act. Please indicate and provide the proof of country of origin. What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. What is estimated life span of your solution? What support/services does that entail? Does your organization offer a leasing solution? Please elaborate. 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). 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. 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. Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to SAM.CHOO@VA.GOV. Telephone responses will not be accepted. Responses must be received no later than Thursday, May 15, 2025 by 1:00 PM EST. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses without proper responses to above questions/inquiries will not be considered as response. 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.