Skip to content
Department of Veterans Affairs

4110--Consolidated Refrigerators

Solicitation: 36C24526Q0266
Notice ID: cfd8e950fa03449e80a57c260285dc68
TypeSources SoughtNAICS 333415PSC4110DepartmentDepartment of Veterans AffairsStateMDPostedFeb 03, 2026, 12:00 AM UTCDueFeb 16, 2026, 05:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: MD. Response deadline: Feb 16, 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
$6,018,901
Sector total $20,505,221,051 • Share 0.0%
Live
Median
$76,710
P10–P90
$31,453$343,493
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%($6,018,901)
Deal sizing
$76,710 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 MD
Live POP
Place of performance
VA Maryland Health Care System Loch Raven VA Medical Center, 3901 Loch Raven Blvd • Baltimore, Maryland • 21218 United States
State: MD
Contracting office
Linthicum, MD • 21090 USA

Point of Contact

Name
James Ferro
Email
james.ferro@va.gov
Phone
202-745-8000

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
245-NETWORK CONTRACT OFFICE 5 (36C245)
Office
Not available
Contracting Office Address
Linthicum, MD
21090 USA

More in NAICS 333415

Description

Page 1 of Page 1 of Page 1 of Page 1 of This is not a solicitation but rather a Request for Information (RFI/Sources Sought) for market research purposes only. Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this Sources Sought in order to identify capable firms and obtain information for planning purposes only. Responses must be submitted by 12:00 PM EST, February 16th, 2026. Submit responses to this Sources Sought via email to james.ferro@va.gov All SDVOSB and VOSB firms that respond shall include proof of SBA certification via https://veterans.certify.sba.gov/All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with (FAR 4.1102 Policy). While SDVOSB/VOSB firms are preferred, all capable firms are welcome to respond to this Sources Sought. All respondents to this Sources Sought shall include as part of their response answers to the below questions and provide any additional pertinent information that supports the answers. If there are any ambiguities in this Sources Sought, please identify them in your response. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS: 333415 Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing Suggested PSC: 4110 Refrigeration Equipment Open to suggestions from the market as to a more proper NAICS and/or PSC, as well as any potential GSA/FSS Schedule SIN categories. Items to be Procured: Manufacturer Part # Item Description Item Quantity ILR105-GX HELMER REFRIGERATOR-FREEZER FOOD 6 WRT311FZDZ WHIRLPOOL REFRIGERATOR-FREEZER FOOD 17 Ipr105-GX HELMER REFRIGERATOR-FREEZER FOOD 6 WUR35X24HZ WHIRLPOOL REFRIGERATOR-FREEZER FOOD 17 Statement of Work: The VA Maryland Health Care System is seeking to procure 46 new refrigerators to replace aging equipment and comply with the VAMHCS equipment standards established to reduce spare part inventory and simplify employee training for the repairs and maintenance of the equipment. SCOPE: The contractor shall deliver and install all equipment with all specified salient characteristics. Only new equipment will be accepted. The contractor shall provide shipping, transport, and installation of all equipment necessary to meet the requirements and capabilities listed within the scope. The contractor shall deliver the equipment to the Baltimore VA Medical Center and Perry Point VA Medical Center as established by the COR. Shipments will be broken out into a minimum of 4 shipments to reduce storage space needed by the VA. The assembly and validation of the system must be performed by a vendor service trained representative. PROTECTION OF PROPERTY The contractor shall protect all items from damage. The contractor shall take precautions against damage to the building(s), grounds and furnishings. The contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). Salient Characteristics: VAMHCS Standard Helmer iLR105-GX (1) Minimum 5.3 Cu Ft. capacity for refrigerator volume Temperature Range 2 degrees Celsius to 10 degrees Celsius, plus or minus 4 degrees Maximum external dimensions, 24x31.5x27 inches (WxHxD) Minimum 2 internal shelves Certified to UL and CSA standards Meets NSF/ANSI 456 Vaccine Storage Standard and include certificate of calibration Energy Star certified Minimum warranty of 7 years on compressor Minimum warranty of 2 years parts and 1 year labor VAMHCS Standard Whirlpool WRT311FZDZ Minimum 20 Cu. Ft. capacity for refrigerator volume Minimum 6 Cu. Ft. capacity for freezer volume Maximum Width of 33 inches and Maximum depth of 33 inches Certified to UL Standard Door color stainless steel (fingerprint resistant) LED interior lighting Reversible doors Minimum warranty of 1 years parts and labor VAMHCS Standard - Helmer iPR105-GX Minimum 5.3 Cu Ft. capacity for refrigerator volume Temperature Range 2 degrees Celsius to 10 degrees Celsius, plus or minus 5 degrees Maximum external dimensions, 24x31.5x27 inches (WxHxD) Minimum 2 internal shelves Certified to UL and CSA standards Meets NSF/ANSI 456 Vaccine Storage Standard and include certificate of calibration Energy Star certified Minimum warranty of 7 years on compressor Minimum warranty of 2 years parts and 1 years labor VAMHCS Standard Whirlpool WUR35X24HZ Minimum 5 Cu. Ft. capacity for refrigerator volume Maximum external dimensions of 35x24x26 inches (HxWxD) Door color stainless steel (fingerprint resistant) LED interior lighting Reversible door Certified to UL Standard Minimum of 3 interior shelves Minimum warranty of 1 years parts and labor If you are interested, please e-mail the following information: Company Name: UEI Number: Cage Code: Dun & Bradstreet Number: Person of Contact (including telephone number and email address). Socio-economic status (SDVOSB, VOSB, Woman-Owned, Other etc.). Are you a distributor or a manufacturer? If you are an authorized distributor, please provide confirmation on Company Letter Head. If you are a distributor, who is the manufacturer? Where is the manufacturer located in the world? Do you currently hold a government contract? Contract Number? Type of contract? Are these particular quoted items under contract? With whom (GSA, SEWP, etc )? If GSA what Schedule and SIN? Can your company provide the service for the listed Department of Veterans Affairs locations? Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 5 of 5 Page 5 of 5 Page 1 of 2 Page 1 of Page 1 of Page 1 of Page 1 of Does your firm utilize the suggested NAICS and PSC per this Sources Sought Notice? If not, please suggest a more appropriate NAICS and/or PSC and explain why it s more appropriate? How do you invoice for this service, including rates? What Certifications, State and/or Federal, if any must you have to perform this service? Please list all of your concerns, questions and ambiguities below. Questions will not be addressed directly but will be used by the Government in the event that this Sources Sought would move forward to solicitation. Please provide estimated rates if possible.

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.