Mobile Medical-Grade Refrigerator and Freezer System

SOL #: 75A50326Q00005Combined Synopsis/Solicitation

Overview

Buyer

Health And Human Services
Office Of Assistant Secretary For Preparedness And Response
ASPR/ORM-SNS
Atlanta, GA, 30341, United States

Place of Performance

Atlanta, GA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

Refrigeration Equipment (4110)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 24, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 18, 2026, 7:00 PM

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 Health and Human Services (HHS), specifically the Office of Assistant Secretary for Preparedness and Response (ASPR), is soliciting proposals for 587 portable, mobile, medical-grade refrigerator and freezer systems. This acquisition is a Total Small Business Set-Aside and aims to support the Strategic National Stockpile's cold chain program. Proposals are due March 18, 2026, at 3:00 PM Eastern Time.

Scope of Work

The requirement is for 587 units capable of operating primarily on AC power with rechargeable battery backup (minimum 60 hours in refrigeration mode, 12 hours in freezer mode). Key specifications include:

  • Temperature Control: Refrigeration (2°C to 8°C) and Freezer (-20°C setpoint, -30°C to -10°C range).
  • Features: Integrated, calibrated, NIST-traceable temperature sensor/data logger, LCD/LED display, internal fan-forced circulation, security lock, and audible/visual alarms.
  • Capacity: Internal payload volume between 25-60 liters.
  • Construction: Durable, high-impact resistant exterior, lightweight (under 125 lbs) with carrying handles and wheels.
  • Deliverables: Units, power cords, integrated batteries, calibration certificates, user manuals, and maintenance schedules.
  • Warranty: Minimum 1-year on parts and labor.

Contract & Timeline

  • Contract Type: Firm Fixed Price (FFP).
  • Period of Performance: Anticipated 18-month base period from award (April 1, 2026 – September 30, 2027), with delivery up to 18 months.
  • Set-Aside: Total Small Business Set-Aside (NAICS 333415).
  • Published Date: February 26, 2026.
  • Questions Due: March 8, 2026, 1:00 PM ET.
  • Proposal Due: March 18, 2026, 3:00 PM ET.

Evaluation & Submission

Award will be based on a Best Value Tradeoff, considering Technical Capability (most important), Past Performance, and Price. Technical Capability and Past Performance combined are more important than Price. Proposals must be submitted electronically in two volumes (Technical and Price/Business) via email to Akela.Long@hhs.gov and annette.wright@hhs.gov.

Past Performance: Offerors must complete Part I of the "Attachment 1 - Past Performance Survey" and forward it to their references. References must then submit the completed survey directly to Akela.Long@hhs.gov before the proposal deadline. Surveys received from the Offeror will not be considered.

Key Contacts

People

Points of Contact

Akela LongPRIMARY
Annette WrightSECONDARY

Files

Files

Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 26, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View