SOURCES SOUGHT
66 -- EQUIPMENT - ULTRA-LOW TEMPERATURE FREEZER
- Notice Date
- 12/17/2025 6:44:39 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24226Q0221
- Response Due
- 12/29/2025 1:00:00 PM
- Archive Date
- 01/03/2026
- Point of Contact
- Rondon, Jonatan, Contracting Officer, Phone: 212-686-7500 ex. 16490
- E-Mail Address
-
jonatan.rondon@va.gov
(jonatan.rondon@va.gov)
- Awardee
- null
- Description
- 2 THIS REQUEST IS FOR SOURCES SOUGHT AND IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS SOURCES SOUGHT NOTICE IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice is marked as proprietary and will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. SOURCES SOUGHT DESCRIPTION: This is NOT a solicitation announcement. This is a Sources Sought Notice only. The purpose of this Sources Sought Notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS code 339113 (size standard of 800 employees). Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 02, Network Contracting Office, is seeking sources that can provide the Fisherbrand Isotemp Series General Purpose Ultra-Low Freezer that at a minimum meets the following salient characteristics with a brand name or equal product for the VA New York Harbor Healthcare System: The contractor shall furnish, deliver, and provide warranty support for one (1) Fisherbrand ULT FZ 400BOX General Purpose Ultra-Low Freezer. The unit shall be suitable for general-purpose ultra-low temperature storage and ready for immediate use upon delivery. The ultra-low freezer must have a capacity of at least 18 cu. ft. for storage. The ultra-low freezer must consistently and reliably monitor the interior temperature. There must be a battery backup if the control panel fails. The ultra-low freezer must have 5 inner compartments for separation of certain kinds of reagents and QC materials. The ultra-low freezer must be made of durable materials suitable for a laboratory environment. The ultra-low freezer must have a lockdown door to prevent being forced open by freezing condensation. The ultra-low freezer must not require a special receptacle for power. The ultra-low freezer must be able to reliably maintain temperatures between -70 and -80 degrees C. Ultra-low temperature (ULT) freezers are critical to pathology and laboratory services for the long-term preservation of patient specimens, laboratory reagents, and quality control materials. These materials must be stored at ultra-low temperatures to prevent degradation and ensure specimen integrity for diagnostic testing, confirmatory analysis, and future clinical needs. Adequate ULT storage capacity directly supports timely and accurate diagnoses, reduces the need for repeat specimen collection, and minimizes delays in patient treatment. This is especially important for Veterans receiving complex diagnostic testing, including molecular pathology, oncology, and infectious disease evaluations. Failure to maintain proper storage conditions may result in loss of irreplaceable specimens, disruption of laboratory operations, and adverse impact on patient care. PLACE OF DELIVERY: VA New York Harbor Healthcare System Manhattan VA Medical Center 423 East 23rd Street New York, NY 10010 Qty Part No. Description 1 ISO40086GA ULT FZ 400BOX 115V/60 Amperage: 8.4 A, Capacity: 549 L, Cabinet Material: Scratch-resistant Painted Steel, Capacity: 19.4 cu. ft., Chamber Material: Cold-rolled Steel, Compressor: Variable Speed, Door Style: Outer (1), Inner (5) Vendor Catalog # ISO40086GA ACCEPTANCE CRITERIA: Delivery will be considered complete and accepted when the following conditions are met: Device received and inspected for physical and operational integrity Warranty documentation and user manuals provided Confirmation of compliance with stated technical specifications Signed acceptance by the facility's designated representative RECALLS: The Vendor shall immediately notify all affected VA Medical Centers and designated POC in the event of a device recall, removal, required adjustment, or required modification that is suggested or mandated by the Vendor, distributor, manufacturer, or any regulatory or government agency. The following information shall be included in this notification: A complete item description and identification (to include lot and serial numbers where applicable); Administrative identification data including order numbers and order date; Reasons for recall, removal, adjustment, or modification; and Instructions for appropriate corrective action. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Will the items you will be providing manufactured domestically in the United States or are they foreign manufactured items? (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (13) Please provide your Sam.gov Unique Entity ID number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. Responses to this notice shall be submitted via email to Jonatan.rondon@va.gov, telephone responses shall not be accepted. Responses must be received no later than December 29th, 2025, 1600 EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ce0d51330b0944478cf5e29159f413ea/view)
- Place of Performance
- Address: VA NEW YORK HARBOR HEALTHCARE SYSTEM PATHOLOGY AND LABORATORY Margaret Cochran Corbin Campus 423 East 23rd Street, New York 10010
- Zip Code: 10010
- Zip Code: 10010
- Record
- SN07669404-F 20251219/251217230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |