Skip to content
Department of Veterans Affairs

4110--VA Loma Linda CBOC Pharmacy Refrigerators

Solicitation: 36C26226Q0379
Notice ID: a91a40d2e0ca44a38106dc0236efe158
TypeSources SoughtNAICS 333415PSC4110DepartmentDepartment of Veterans AffairsStateCAPostedFeb 17, 2026, 12:00 AM UTCDueFeb 25, 2026, 06:00 PM UTCCloses in 3 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CA. Response deadline: Feb 25, 2026. Industry: NAICS 333415 • PSC 4110.

Market snapshot

Awarded-market signal for NAICS 333415 (last 12 months), benchmarked to sector 33.

12-month awarded value
$5,985,529
Sector total $20,354,308,656 • Share 0.0%
Live
Median
$82,680
P10–P90
$31,920$344,422
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($5,985,529)
Deal sizing
$82,680 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
Department of Veterans Affairs VA Loma Linda Healthcare System, 11201 Benton Street • Loma Linda, CA • 92357
State: CA
Contracting office
Gilbert, AZ • 85297 USA

Point of Contact

Name
Melissa Ramirez
Email
Melissa.Ramirez8@va.gov
Phone
Not available

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
262-NETWORK CONTRACT OFFICE 22 (36C262)
Office
Not available
Contracting Office Address
Gilbert, AZ
85297 USA

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 pharmacy refrigerators equivalent to brand Helmer Scientific. CLIN DESCRIPTION QTY UOM 0001 Helmer Scientific iSeries Pharmacy Refrigerator Part# iPR125-GX or equal 3 EA SALIENT CHARACTERISTICS CLIN 0001 Helmer Scientific iSeries Pharmacy Refrigerator iPR125-GX or equal Quantity: 3EA Refrigerators must be medical grade with a certificate if regulatory compliance. Must have a touchscreen with user interface that is password protected and provides advanced monitoring and information to ensure protection of stored product. Must have audible and visual alarms that include: power failure, high and low temperature alarms, door ajar, condenser temperature, and low battery alerts. Must have adjustable audio alarms with the ability to raise, lower, and mute volume. Must be able to display temperature in Celsius or Fahrenheit and be able to track temperature history. Must be able to download temperature history as well as data logging via USB or other removable media to keep for performance records. Must contain ventilated shelves and ventilated drawers that can hold up to 100 lbs. At a minimum, must maintain temperatures between +2°C to +10°C to meet proper storage temperature requirements. Must be certified to NSF/ANSI 456 Vaccine Storage Standard. Must have at least/minimum of 25 cubic feet capacity to be able to hold a sufficient amount of IV refrigerated medications. Refrigerators dimensions must not exceed 29 inches external width, 79.6 inches external height, and 34.2 inches in depth due to storage space. Must have locking casters to allow ease of movement for cleaning. Must come with NEMA 5-15 hospital-grade power cord to properly fit plug ins. Must have a minimum of one glass door with ADA compliant full-length handle. Mut include flexlock ready handles to accommodate Omnicell FlexLock system. The list of pharmacy refrigerator characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Incomplete responses to the questions below this notice will not be accepted. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the SALIENT CHARACTERISTICS. For instances where your company cannot meet the SALIENT CHARACTERISTICS, please explain. For instances where your company can meet the SALIENT CHARACTERISTICS requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the SALIENT CHARACTERISTICS and provide any additional feedback or suggestions. If none, please reply as N/A. (3) 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SALIENT CHARACTERISTICS? (6) 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). (7) 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. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) 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? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) 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). (17) 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. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Melissa.Ramirez8@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, February 25th, 2026 by 10:00 AM 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.

Analysis is being generated for this notice. Check back shortly.

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.