4110--Top Freezer Refrigerator
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) is conducting a Request for Information (RFI) / Sources Sought to identify potential qualified sources for Top Freezer Refrigerators and Under-Counter Refrigerator/Freezers. This market research is for the VA Prescott Healthcare System in Prescott, AZ, and aims to gather information for future acquisition planning. Responses are due by February 20, 2026.
Scope of Work
The VA seeks sources capable of providing:
- 40 units of Top Freezer Refrigerator (Whirlpool Model WRT549SZDW or equivalent). These must be top freezer/bottom refrigerator design, with minimum 14 cu. ft. refrigerator and 5 cu. ft. freezer capacity (19 cu. ft. total), ADA compliant, Energy Star Certified, and specific dimensions (max 29 3/4" W x 34 1/2" D x 65 7/8" H). They require interior lighting, adjustable glass shelves, clear door bins, and clear crispers.
- 2 units of Under-Counter Refrigerator/Freezer (Summit Model ALRF48 or equivalent). These must be ADA Compliant, with specific dimensions (max 32" H x 19.75" W x 22.5" D), minimum 2.68 cu. ft. capacity, interior lighting, removable door racks, adjustable glass shelves, and a slide drawer. All items must be "brand name or equal," with equivalents meeting or exceeding salient characteristics. Shipping costs must be included (FOB Destination).
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Place of Performance: VA Prescott Healthcare System, 500 N. State Highway 89, Warehouse, BLDG 165, Prescott, AZ 86313.
- Period of Performance: All deliverables required within 3 months After Receipt of Order (ARO). Delivery will be phased over approximately 4 weeks.
- Set-Aside: None specified; however, the VA is gathering information on business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) and small business status under NAICS 333415 (size standard 1,250 employees).
- Response Due: Friday, February 20, 2026, by 10:00 AM Pacific Local Time.
- Published: February 12, 2026.
Submission Requirements
Interested companies should submit a capabilities statement via email to Hestia.Sim@va.gov. The submission must include:
- Company name, address, point of contact, and SAM.gov UEI/Cage Code.
- Detailed explanation of how the organization can/cannot meet SOW requirements.
- Feedback or suggestions on SOW requirements.
- Business size status and whether considered small under NAICS 333415.
- Confirmation of manufacturer, authorized distributor, or solution provider status.
- Information on large business distributors, small business item alteration, limitations on subcontracting, COTS status, Non-Manufacturer Rule compliance, Buy American Act compliance, lead times, estimated lifespan, FDA clearance, and leasing solutions.
- Details on Federal Supply Schedule (FSS) or other Federal Government contracts.
- General pricing for market research purposes (not for evaluation).
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or a commitment to award a contract. Responses are not offers and cannot be accepted by the Government to form a binding contract. Proprietary information will be handled accordingly. Any future solicitations will be announced separately.