Skip to main content

An official website of the United States government

You have 2 new alerts

6515--Pharmaceutical Grade Refrigerators

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: May 22, 2024 10:26 am PDT
  • Original Response Date: May 30, 2024 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 29, 2024
  • Initiative:

Classification

  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Greater Los Angeles Healthcare System Los Angeles , 90073

Description

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. The Department of Veterans Affairs Network Contracting Office 22 is seeking a contractor to provide Helmer Scientific Pharmaceutical Grade Refrigerators for Greater Los Angeles VA Healthcare System. The prospective contractor must be able to meet specified characteristics and provide the following items: Salient Characteristics: Must meet Joint Commission and VA standards for pharmaceutical grade refrigerators and freezers. Must provide continuous internal temperature monitoring recording, internal alarm to detect out of range temperatures. Must maintain temperatures between 2-8C, Uniformity +/- 1C. Must have recovery time to 8C after 3 minutes door opening < 10 minutes. Meets new requirements for USP 797/800 needs. Must be Energy Star Certified. Must have interior that could use cleaning detergents and disinfectants without corrosion or discoloring to product shelves. Must have bacteria resistant powder coated shelves. Must be capable to be utilized as storage for sterile clean room and hazardous drug storage areas. Must have a touch screen (color) display & control panel with functions of Monitoring and visualization of current and historical temperature data. Temperature adjustment controller. Alarm settings. Ability to download temperature log and event log via USB to PDF or CSV format. Must have shelves/drawers that are fully adjustable. Must have caster wheels for easy transport and movement of units, with the ability to lock wheels once in place. Must have minimum 1 year labor, 2 years part, and 7-year compressor warranty. Must have alarm sound system when door is left ajar, temperature exceeds min/max set temperature ranges of 2-8C, power failure, event door is not sealed properly etc. Must have ability to easily adjust temperature set points. Must have Interactive temperature graph. Must have interior lighting. Applicable model/make/ Helmer Scientific, iSeries iPR120-GX (Qty 1) Minimum capacity: 20.2 cu ft. Exterior dimensions not to exceed (29 x 79.6 x 28.2 in.) (w x h x d), overall depth including door handle, electrical box cannot exceed 34 in. Interior storage shelves At least 1 ventilated, powder coated adjustable shelf. At least 6 ventilated, powder coated, pull out adjustable drawers. Door - 1 dual pane glass Controller, display panel, touch color screen Bacteria-resistant powder coating shelves NSF/ANSI 456 Vaccine Storage Certified Labeling and Certificate of Calibration iPR245-GX (Qty 2) Minimum capacity: 44.9 cu ft. Exterior dimensions not to exceed (59 in x 79.6 x 28 in.) (w x h x d), overall depth including door handle, electrical box cannot exceed 34 in. Interior storage shelves At least 2 ventilated, powder coated, adjustable shelves. At least 12 ventilated, powder coated, pull-out, adjustable drawers. Two doors, dual-pane glass Controller, display panel, touch color screen Bacteria-resistant powder coating shelves NSF/ANSI 456 Vaccine Storage Certified Labeling and Certificate of Calibration iLR120-GX (Qty 1) Minimum capacity: 20.2 cu ft. Exterior dimensions not to exceed (29 x 79.6 x 28.2 in.) (w x h x d), overall depth including door handle, electrical box cannot exceed 34 in. Interior storage shelves At least 4 ventilated, powder coated, adjustable shelves. Door - 1 dual pane glass Controller, display panel, touch color screen Bacteria-resistant powder coating shelves iLR245-GX (Qty 2) Minimum capacity 44.9 cu ft. Exterior dimensions not to exceed (59 in x 79.6 x 28 in.) (w x h x d), overall depth including door handle, electrical box cannot exceed 34 in. Interior storage shelves At least 8 ventilated, powder coated adjustable shelves. Two doors, dual-pane glass Controller, display panel, touch color screen Bacteria-resistant powder coating shelves If you are interested and are capable of providing the required supply(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) 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. (3) Is your company considered small under the NAICS code 333415? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Must provide general pricing for your products/solutions for market research purposes. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources-sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 333415 (1,250 Employees). 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, 05/30/2024 10:00 AM PT. After review of the responses to this source sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this source sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this source sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.

Contact Information

Contracting Office Address

  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jul 29, 2024 08:55 pm PDTSources Sought (Original)