SOLICITATION NOTICE
41 -- 691/GLA_ ULTRALOW FREEZER - RESEARCH
- Notice Date
- 2/17/2026 11:33:49 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26226Q0357
- Response Due
- 2/27/2026 8:00:00 AM
- Archive Date
- 03/19/2026
- Point of Contact
- Rochelle Malveaux, Contract Specialist, Phone: 000-000-0000
- E-Mail Address
-
Rochelle.Malveaux@va.gov
(Rochelle.Malveaux@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- 1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested, and a written solicitation will not be issued. The solicitation number 36C26226Q0357 is issued as a Request for Quotation (RFQ) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2020- 07, July 2, 2020. This solicitation intends to award a contract through total SDVOSB set-aside procedures to a business associated with NAICS Code 333415 and a size standard of 1250 employees. The Department of Veterans affairs (VA) seek a contractor to provide IV medical supplies. The requirement is for the -86C Ultra-Low Temperature Freezer (model number please see below) brand name or equal. Offeror quotation must demonstrate meeting physical, functional or performance characteristics specified in this solicitation, otherwise it will be considered non-responsive. The technical specification for this requirement is listed for Brand Name or Equal per FAR 52.211-6. The information identified provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the brand name supplies requested. Manufacturer: PHC Corporation of North America/PHCBI Brand Name Item/Part Number: -86 C Upright Freezer, VIP ECO Series MDF-DU702VH-PA review accessories and additional items down below Line- Item # Medline Product Number Description Qty 1 MDF-DU702VH-PA -86C Upright Freezer, VIP ECO Series 25.7 cu.ft., 208/230V, HC Refrigerant, Touch Panel, Standard ECO, EnergyStar, 5 Year Warranty 1 2 # SUR-624-P Fixed Side Access Racks for 2"" Fiberboard Boxes; No Boxes & Dividers. Holds 24 PLASTIC boxes = 6 boxes high x 4 boxes deep; 502, 702, 731M Freezers Only 12 3 # MTR-IOTWE1-PA LabSVIFT Wireless (Wi-Fi) Monitoring System LabSVIFT transmitter 1 4 # MTR-480-PW LabSVIFT Wireless (Wi-Fi) Monitoring System LabSVIFT interface board with RS-485 cable 1 5 # LSF-BASIC-1YR Basic Plan, Annual. Basic Plan - annual hosting fee for LabSVIFT web service per transmitter 1 6 # SER0016 Basic Plan, Annual. Basic Plan - annual hosting fee for LabSVIFT web service per transmitter 1 Salient Characteristics: Equipment must have physical salient characteristics to enable the government to perform the capabilities: -86C Ultra-Low Freezer Dimensions: 40.6 W × 36.8 D × 78.5 H (Exterior) and 34.3 W × 23.6 D × 55.1 H (Interior) Volume: 729L 3 Stainless Steel Shelf (adjustable) 12 Racks for 2 Fiberboard Boxes Natural Refrigerant Two 750 W variable speed compressors Painted steel exterior and interior Two standard insulated inner doors EZlatch Door Handle; engineered to tolerate frequent door openings, simplify one-handed access, control frost associated with extreme temperature differentials, and configured to allow an additional padlock to be added for securing valuable samples Set of keys for Outer Door Self-diagnostic Status Alert function that monitors internal abnormalities of power failure, low voltage, open door, and compressor run-time conditions LCD Touch Screen Control for Easy Access to functions and messages and screen lock w/ password protection Microprocessor with non-volatile memory, USB data retrieval Cryostorage box capacity of up to 576 two-inch boxes and 384 three-inch boxes Two vacuum releases: one auto release in door, one manual release Settable Temperature Control Range of -40ºC to -86ºC in 1°C increments Temperature Uniformity of +/- 5ºC Power Requirements: 220V, 1Ø, NEMA 6-15P, NEMA 6-15R receptacle 60HZ Certification: ISO9001, ISO13485, ISO14001 Five (5) year full parts and labor warranty White Glove Delivery Delivery requirements: Place of Delivery: Greater Los Angeles VA Healthcare System 11301 Wilshire Blvd, Los Angeles, California (Warehouse) Delivery Timeframe: Delivery shall be completed within 90 days after receipt of order (ARO) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation Addendum: All offeror quotes for this solicitation must be received electronically through email no later than Friday, February 27th, 2026, 8:00 am PST. Ensure to reference solicitation number 36C26226Q0101 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email no later than February 19th, 2026, 1:00 pm PST. Submit written offers with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Telephone inquiries will not be honored. Offers shall be sent by email to Rochelle.Malveaux@va.gov. Ensure the following are completed and/or included in the quote packet: Vendor Information with SAM UEI Concurrence/non-concurrence with solicitation terms, conditions, and provisions Items shall be FOB destination. Please specify offered item manufactured and part number. Provide an Authorized Distributor Letter/Memo from manufacturer. Product must comply with the Buy American Act; Trade Agreement Act and all other clauses found in the FAR and any agency-specific regulations that are relevant and specific to this solicitation (BAA) US law that requires federal agencies to purchase domestic goods and construction materials For public use withing the United States. The act applies to federal procurement for the government s own use, as well as third-party purchases using federal funds; in accordance with FAR 25.1, particularly FAR 52.225.1 (Buy American Act-Supplies) (TAA) Federal law enacted in 1979 (codified at 19 U.S.C. ss 2501 2581) to foster fair and open international Trade while allowing the U.S. to waive certain domestic procurement restrictions; in accordance with FAR 25.4, particularly 52.225-5 (Trade Agreements) Quote must be on company letterhead and include complete POC contact information and quote expiration Offeror must provide Country of Origin of items requested Please complete the Certification of Compliance Attachment C or offeror will be considered non-responsive. The Limitations of Subcontracting VAAR 852.219-76 certification must be completed and returned is its entirety with the offer. VA Notice of Limitations on Subcontracting Certificate of compliance: To be eligible for evaluation and consideration for award, offerors must return the entire Limitation on Subcontracting Certificate of Compliance clause containing a fully completed certification at the time offers are due or the offer will be rejected and not forwarded for evaluation. In addition to completing the offeror fill-in requirements for this clause, offerors must insert the offeror s name in the brackets containing the following verbiage [Insert name of Offeror] to have a fully completed certification. Failure to submit a completed and signed certification with the offer will render the offer ineligible for award and will result in the offer not being considered. No exceptions made. If you are a manufacturer: A manufacturer (the clause uses the term other than a nonmanufacturer ) must check paragraph (a)(1)(i) agreeing that it will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs or certified VOSBs as listed in the SBA certification database. A manufacturer must also check paragraph (a)(2)(i) to indicate that it is the manufacturer or producer of the end item being procured and that the end item is manufactured or produced in the United States. If you are a nonmanufacturer: A nonmanufacturer must check paragraphs (a)(1)(iii); ALL appropriate boxes under (a)(2)(ii), AND (a)(2)(iii). Offeror must indicate whether the items are manufactured by a small or large business All items must be listed on FSS contract if vendor is an FSS contract holder: please list number and expiration date if applicable Offerors shall fill out columns F-K of Attachment A conforming to requirements stated by the salient characteristics and the instructions below. -If providing an equivalent product, offerors shall either provide information regarding how their product Meets the salient characteristics or alternatively may state where in the offeror s overall submission that Information can be found. See 52.211-6 for additional information. 52.212-2 Evaluation -- Commercial Items (Oct 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest priced quotation that meets all the requirements of this solicitation that is both responsive and responsible. Acceptability of equipment shall be established by review of each submitted quotation by the designated evaluator (s) and verification that any equal-to items meet the salient characteristics included in this solicitation. Submission to this solicitation must show clear, compelling and convincing evidence that equal-to items meet all the salient characteristics (see Attachment A and B). Offers that include any items that are not determined as Brand Name or Equal shall result in an unacceptable offer. See 52.211-6 Brand Name or Equal for additional information. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified with a minimum of at least sixty days, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Must include the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following clauses also apply: 52.211-6 Brand Name or Equal (Aug 1999) If an item in this solicitation is identified as brand name or equal , the purchase description reflects the characteristic or characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must- Meet the salient physical, functional, or performance characteristics specified in this solicitation; Clearly identify the item by- Brand name, if any; and Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of clause) 52.217-6 Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 90 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) 852.212-71 Gray Market Items and Counterfeit Items No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) In addition, the following clauses shall also apply: Payment by electronic funds transfer system for award management Jul 2013 Disputes May 2014 Protest after award Aug 1996 Clauses incorporated by reference Feb 1998 52.232-33 52.233-1 52.233-3 52.252-2 852.203-70 Commercial advertising Jan 2008 852.232-72 Electronic submission of payment requests Nov 2012 852.237-70 Contractor responsibilities Apr 1984 852.219-73 VA Notice of Total Set-Aside For Certified Service-Disabled Veteran-Owned Jan 2023 Small Businesses 852.219-76 Notice of Limitations on Subcontracting Supplies and Services 852.242-71 Administrative Contracting Officer Oct 2020 852.246-71 Rejected Goods Oct 2018 The full text of a clause may be accessed electronically at the following: http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following provisions shall also apply: 52.203-16 Preventing Personal Conflicts of Interest June 2020 52.204-7 System for Award Management Oct 2018 52.204-16 Commercial and Government Entity Code Reporting Offeror Representations and Certifications-Commercial Products and Commercial Services Option for Increased Quantity Service of Protest Protest Content/Alternative Dispute Resolution Solicitation Provision or clauses Incorporated by Reference Oct 2016 52.212-3 May 2024 52.217-6 Mar 1989 52.233-2 Sep 2006 852.233-70 Sep 2018 852.252-70 Jan 2008
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/47a83d8800b84681b046d282361d3d27/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Greater Los Angeles Healthcare System Warehouse 11301 Wilshire Blvd, Los Angeles 90073-1003, USA
- Zip Code: 90073-1003
- Country: USA
- Zip Code: 90073-1003
- Record
- SN07717992-F 20260219/260217230045 (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 |