4110--Top Freezer Refrigerator
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: AZ. Response deadline: Feb 20, 2026. Industry: NAICS 333415 • PSC 4110.
Market snapshot
Awarded-market signal for NAICS 333415 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 333415
Description
THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary 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 RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 333415 (size standard of 1,250 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing Top Freezer Refrigerator and Under-Counter Refrigerator and Freezer. The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. Statement of Work (SOW) Scope: VA Prescott Healthcare System Logistic Service is looking for a contractor to provide Top Freezer Refrigerators and Under-Counter Refrigerator/Freezer units brand name or equal that meets or exceed the physical, functional, and performance of listed salient characteristics under this Statement of Work. The equipment features are essential to the technical requirements to meet the needs of the Government. Shipping cost must be included in the unit cost this is FOB Destination. Place of Performance: VA Prescott Healthcare System 500 N. State Highway 89, Warehouse, BLDG 165, Prescott, AZ 86313 Period of Performance: All deliverables must be delivered 3 months After Receipt of Order (ARO) Deliverables: CLIN Item Description Qty UOM 0001 Refrigerator/Freezer Whirlpool Model WRT549SZDW or equivalent top freezer refrigerator 40 EA 0002 Under-Counter Refrigerator/Freezer Summit Model ALRF48 or equivalent Built-In Refrigerator-Freezer 2 EA NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined below. It is offeror s responsibility to demonstrate its offer meeting the salient physical and functional characteristics included in this solicitation. If the offer does NOT demonstrate, the offer will be considered non-responsive. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can satisfy the requirement by providing the brand name or equal to the supplies being requested. Salient Characteristics: All equivalent models must meet or exceed following salient characteristics. CLIN 0001: Whirlpool Refrigerator/Freezer Model: WRT549SZDW or equivalent top freezer refrigerator Must be a top freezer and bottom refrigerator design Refrigerator Capacity must be a minimum of 14 Cu. Ft. Freezer capacity must be a minimum of 5 Cu. Ft. Total Capacity must be a minimum of 19 Cu. Ft. Dimensions must not exceed: 29 3/4 Inch width x 34 1/2 Inch depth x 65 7/8 Inch height due to space constraints Must be ADA compliant Must have lighting inside the refrigerator and freezer Must come with a minimum of two adjustable glass shelves Must come with a minimum of three clear adjustable door bins Must come with a minimum of two clear crispers Must be Energy Star Certified to conserve energy Must meet Electrical: 115 Volt / 60 Hz CLIN 0002: Summit Model ALRF48 or equivalent under-counter refrigerator/freezer Must be ADA Compliant Dimensions must not exceed: 32 height x 19.75 width x 22.5 depth due to space constraints Must have a minimum of 2.68 cu. ft. Must have lighting inside. Must have a minimum of three removable door racks Must have a minimum of three adjustable glass shelves Must have a minimum of one slide drawer Delivery Requirements The contractor shall coordinate delivery schedule with NAVAHCS staff to minimize disruption. 1st shipment of 15 units of top freezer refrigerator and 2 units of under-counter refrigerator/freezer 2nd shipment of 15 units of top freezer refrigerator 2 weeks after 1st shipment 3rd shipment of 10 units of top freezer refrigerator 2 weeks after 2nd shipment The contractor shall ensure proper packaging and handling to prevent damage during transit. Acceptance Criteria Units must be inspected upon delivery for compliance with specifications. Any damaged or non-compliant units shall be replaced at no additional cost to the Government. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement. Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. 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. Is your company considered small under the NAICS code identified in this RFI? Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW? If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? Please indicate whether your product conforms to the requirements of the Buy American Act? What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. What is estimated life span of your solution? What support/services does that entail? Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. Does your organization offer a leasing solution? Please elaborate. Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. 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. Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Hestia.Sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, February 20, 2026, by 10AM Pacific Local Time. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.