4110--VA Tucson Pharmacy Refrigerators and Freezers
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 market research through a Sources Sought / Request for Information (RFI) to identify qualified sources capable of providing pharmacy refrigerators and freezers for the VA Tucson Healthcare System in Tucson, Arizona. The VA is seeking equipment equivalent to the Helmer Scientific brand. This RFI is for planning purposes only and is not a solicitation. Responses are due by March 18, 2026, at 10:00 AM Pacific Local Time.
Scope of Work
The VA requires medical-grade pharmacy refrigerators and freezers with specific salient characteristics. These include:
- Refrigerators (CLINs 0001, 0002, 0004, 0005): Upright or undercounter medical-grade units with controlled temperatures, touchscreen interfaces (for some models), audible/visual alarms, data logging capabilities, low sound levels (for uprights), specific cubic foot capacities, epoxy-coated shelves, NSF/ANSI 456 certification, ENERGY STAR® certification, modular refrigeration systems for stable temperature control (±1 C), ADA compliant handles, seismic anchoring, and front-face air circulation. CLIN 0002 specifically requires a VFC-compliant data logger with Wi-Fi/Ethernet and ambient temperature/humidity sensor. Undercounter models vary by keypad requirement.
- Freezers (CLIN 0003): Medical-grade units with energy-efficient LED lights, stainless steel cabinets, and ENERGY STAR® certification.
The listed characteristics are descriptive, not restrictive, and the VA encourages feedback or suggestions on these requirements.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research stage)
- Response Due: March 18, 2026, 10:00 AM Pacific Local Time
- Published: March 11, 2026
- Place of Performance: VA Tucson Healthcare System, Tucson, Arizona
Submission & Evaluation
Interested companies must submit a capabilities statement illustrating how they can meet the salient characteristics, explaining any areas they cannot meet. Responses should include:
- Company name, address, point of contact.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) and confirmation of small business status under NAICS 333415 (size standard 1,250 employees).
- Confirmation of being a manufacturer, authorized distributor, or solution provider.
- Information on subcontracting limitations, COTS status, Buy American Act compliance, lead times, estimated lifespan, FDA clearance, and leasing solutions.
- Details on existing Federal Supply Schedule (FSS) or other government contracts.
- General pricing is encouraged for market research purposes only.
- SAM.gov Unique Entity ID/Cage Code.
Responses will be used for planning purposes to make appropriate acquisition decisions. This RFI does not constitute a request to be added to a bidders list or guarantee a future solicitation. All expenses for responding are the responsibility of the responder.
Additional Notes
Responses must be submitted via email to Melissa.Ramirez8@va.gov. Telephone responses will not be accepted.