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 1,300 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 Ultralow Freezer The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM signed. The letter must either state specific product(s) quoted or that the quoter is an authorized distributor for all the manufacturer s products. This letter must be on the manufacturer s letterhead and contain the signature of an authorized official for the manufacturer. Deliverables: CLIN Installation Qty UOM 0001 PHCbi MODEL Ultra-low Lab Freezer PHCbi MODEL or equivalent Ultra-low lab freezer 1 EA 0002 Additional shelving (if applicable) 6 EA 0003 White Glove Delivery 1 JB Salient Characteristics: 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. Dimensions must not exceed: 40.6 W × 34.7 D × 78.5 H (Exterior) Must have a minimum of 25.6 cu.ft. (725 L) capacity. Must use a natural refrigerant for more energy efficient and dependable ultra-low temperature storage. Must have painted steel exterior and interior to avoid corrosion and ensure long-term durability. Must have frost resistant inner doors. Must have a door handle engineered to tolerate frequent door openings; control frost associated with extreme temperature differentials and configured to allow an additional padlock to be added for securing valuable samples. Door must come with the locking system. Must come with a minimum of two set of keys for Outer Door . Must have Two Vacuum Insulated Panel (VIP) insulated inner doors with latch for temperature regulation. Must have a Self-diagnostic Status Alert function that monitors internal abnormalities of power failure, low voltage, open door, and compressor run-time conditions. Must have a Touch Screen display and control for Easy Access to functions and messages and screen lock w/ password protection Must have a Microprocessor with non-volatile memory for reliable data storage and system functionality especially when power is interrupted for USB data retrieval. Must come with cryostorage box capacity of up to 528 two-inch boxes and 336 three-inch boxes. Must come with a minimum of nine (9) stainless steel shelves inventory storage rack for 2 Cryostorage boxes. Each shelf must be able to support a minimum of 110lbs (50kg). Must have a manual vacuum release. Must have a minimum of four Heavy-duty casters and a minimum of two leveling feet allow for easy relocation Must have Settable Temperature Control Range of -40ºC to -86ºC in 1°C increments Must have a temperature uniformity of +/- 5ºC Power Requirements of 115V, 60HZ, NEMA 5-15P, 8 ft cord length Must provide a minimum of five (5) year full parts and labor warranty at no additional cost to the Government. White Glove Delivery is required. Place of Performance: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Building 113, Los Angeles, CA 90073 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 Salient Characteristics requirements. For instances where your company cannot meet the Salient Characteristics requirement(s), please explain. For instances where your company can meet the Salient Characteristics requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of Salient Characteristics 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 Salient Characteristics? (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 Wednesday, June 16, 2025, by 10AM 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.