7320--Commercial Electric Fryer for BlackHills VA - Hot Springs Healthcare System
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), specifically the Black Hills Health Care System – Hot Springs, is conducting market research through a Sources Sought notice to identify businesses capable of providing a commercial electric fryer and accessories. The requirement is for a Vulcan Model 1ER50DF or equivalent. This notice is for market research purposes only; no contract will be awarded from this announcement. Responses are due by May 6, 2026.
Scope of Work
The VA requires one commercial electric fryer with a filtration system and accessories. The basis of design is the Vulcan Model 1ER50DF, but equal products meeting or exceeding all salient characteristics will be considered. Key features include a stainless steel cabinet and fry tank (50 lb capacity), specific dimensions (no larger than 15.5" W, 34.375" D, 39.5625" H), twin fry baskets, solid-state digital temperature control (200°F to 390°F), a built-in filtering system, and four 6" adjustable casters (two with brakes). Electrical specifications are 208V/60/3-ph, 17kW, 52.0 amps, with a NEMA 15-60P plug-in if possible. Compatibility with existing Vulcan fryer filters and operational consistency with current Vulcan 2ER50DF models is preferred.
Delivery is FOB Destination to the Hot Springs VA Medical Center, Fort Meade, SD 57747, within 30 days ARO. The contractor must coordinate delivery with VA NFS POC Ashley Horning (605-720-7396). Installation, if required, includes uncrating, positioning, electrical connection, testing, and debris removal. Training on operation, safety, maintenance, troubleshooting, and warranty procedures is also required, along with user manuals, warranty certificates, parts lists, and service contacts.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research stage, seeking socio-economic information)
- Response Due: May 6, 2026, 17:00 Central Time
- Published: April 29, 2026
Submission Requirements
Interested vendors must email their information to brian.whalen-crichton@va.gov. Submissions must include the organization's Unique Entity Identifier (UEI), a description of proof of capability, and answers to seven specific questions:
- Socio-economic category.
- Manufacturer status (if not, identify manufacturer, their socio-economic category, and authorized distributor letter).
- FAR Provision 52.225-2(b) certificate (country of origin).
- Ability to supply via existing government contracts (e.g., FSS, GSA).
- Compliance with 13 CFR 121.406 (b)(1)(i), (b)(1)(ii), and (b)(1)(iii).
- Subcontracting plans (percentage and tasks).
- Estimated shipping and delivery information. For "equal" products, offerors must provide a manufacturer technical datasheet, a comparison showing compliance with salient characteristics, certifications (UL, NSF), warranty documentation, and a product cut sheet.
Additional Notes
This is solely for market research to determine acquisition strategy. Failure to respond to the questions may affect the strategy. Vendors are responsible for conducting a site visit to verify logistics and loading dock access. Applicable clauses like VAAR 852.219-76 and FAR 52.219-14 are mentioned for potential future solicitations if set-aside for Veteran-Owned or Small Businesses.