THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER 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. 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 DESCRIPTION This is NOT a solicitation announcement. This is a RFI only. The purpose of this RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 333415 (size standard of 1250 Employees). Responses to this RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this RFI, a solicitation announcement may be published. Responses to this RFI synopsis are not considered adequate responses for a solicitation announcement. The Southern Arizona Veterans Affairs Health Care System (SAVAHCS) Chemistry department requires a laboratory-grade freezer intended for the secure and reliable storage of Chemistry reagents, calibrator, and quality control. The freezer must support a stable temperature environment suitable for preserving the integrity of sensitive clinical laboratory materials, as required in a clinical medical setting. In addition, the freezer serves as a back-up for Blood Bank in storing Frozen plasma and Cryoprecipitate. The SAVAHCS P&LMS Blood Bank requires a freezer for storage of Frozen Plasma and Cryoprecipitate Antihemophilic factor (AHF). It is a requirement to comply with FDA, AABB and CAP regulations and standards when storing Frozen plasma and Cryoprecipitate. SAVAHCS P&LMS Blood Bank must be able to continuously store Frozen plasma and Cryoprecipitate for surgeries and patients that need products for clotting abnormalities or factor deficiencies. Frozen plasma and Cryoprecipitate are lifesaving products that must always be available and in quantities sufficient to meet surgical, massive transfusion, or disaster situation demands. SALIENT CHARACTERISTERS The freezer must be upright freezer and have a right hinge. The freezer must have an internal capacity of at least 18 to 20 cu ft. The Freezers exterior dimensions in inches must fall into the following range: Width: 29-30 Height: 80-81 Depth: 28-34 The freezer must have at least a minimum of 6 drawers. Roll-out stainless-steel drawers to allow easy access to blood products. Each drawer must be liquid-tight to prevent spills from leaking out of the drawers. Minimum Drawer Dimensions: 21 x 3 x 20 inches The freezer must be able to maintain a consistent temperature of < -18°C with normal use, with a set point between -30°C and -40°C. The freezer must maintain a temperature uniformity of +/-2°C. The freezer must have audible and visual alarms to include power failure, high and low temperature alarms, door ajar, condenser temperature, and low battery. The freezer must have the ability to set point ranges for high and low alarms. The freezer must have a chart recorder to document temperature range is maintained. The freezer must have a 7-day, 24-hour inkless temperature chart recorder. The freezer must have a touch screen display for user interface. The freezer must be an AABB (Association for the Advancement of Blood & Biotherapies) standards compliant product. The freezer must be compatible with existing electrical outlets that are 110V 120V, 60Hz, 15amps. The freezer must have the following plug type, NEMA 5-15. The vendor will provide documentation for Installation and Operational Qualifications (IQ/OQ), as well as an outline of suggested topics for performance qualification (PQ). The freezer must be capable of handling daily use in laboratory settings. The freezer warranty must be at least 5 years compressor, 2 years parts, and 1 year labor. The freezer must have even distribution of temperature across all compartments. The positioning of the freezer must ensure adequate ventilation and service access. Blood bank validation / performance qualification will consist of taking temperature for 7 consecutive days. The results must be < -18°C and all temperature probes must be within +/-2°C of each other. In addition, all probes will be compared to a calibrated NIST thermometer and must be within +/-2°C or calibration is required. Train laboratory staff on operation, alarm systems, and basic troubleshooting. Brand name Info: Helmer Scientific iBF120-GX i.Series® Upright Plasma Freezer (-35°C) The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and can provide the sought-out supplies, please provide the requested information as well as 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) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to joanne.woo@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday July 15,202 at 10:00 AM Pacific Time. If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.