ContractCombined Synopsis/SolicitationService-Disabled Veteran-Owned Small Business Set Aside

J041--Dietetics Walk-In Freezer Replacement

DEPARTMENT OF VETERANS AFFAIRS 36C24126Q0427
Response Deadline
May 19, 2026
11 days left
Days Remaining
11
Until deadline
Set-Aside
Service-Disabled Veteran-Owned Small Business Set Aside
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs, through the White River Junction VAMC and Network Contract Office 01, is seeking a Service-Disabled Veteran-Owned Small Business to provide a dietetics walk-in freezer replacement. The work is to upgrade the refrigeration components of the existing freezer rather than replace the entire cabinet, including removal of the current equipment and installation of a new evaporator, condenser, piping, defrost time clock, and related refrigeration and electrical components. The contractor must handle refrigerant recovery and disposal, replace all refrigeration piping, confirm cooling capacity and electrical compatibility, use a crane and approved lift plan for roof-mounted condenser work, and complete the job with minimal impact in an occupied healthcare facility within normal business hours over a six-month period from award. This is an RFQ with quotes due by May 19, 2026 at 5:00 PM EST, questions due by May 13, 2026 at 5:00 PM EST, and submissions sent to Kenya.Mitchell1@va.gov.

Classification Codes

NAICS Code
333415
Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
PSC Code
J041
MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT

Solicitation Documents

5 Files
FAR 852.219-75-Limitation on Subcontracting.pdf
PDF316 KBMay 8, 2026
AI Summary
The "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction" outlines subcontracting restrictions for VA contracts. It mandates that offerors certify compliance with specific limits on the percentage of contract value that can be paid to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For services, the limit is 50%; for general construction, 85%; and for special trade construction, 75%. The document clarifies that work further subcontracted by similarly situated SDVOSB/VOSB subcontractors counts towards these limits, with material costs excluded for construction. The certification is legally binding, subject to criminal and civil penalties for false statements. Contractors must provide documentation to VA upon request to demonstrate compliance, with failure to do so potentially leading to remedial action. Offerors must complete and return the certification for their bid to be considered eligible for award.
FAR 52.212-2-Evaluation Commercial Products and Commercial Services.pdf
PDF132 KBMay 8, 2026
AI Summary
This government file, effective April 18, 2025, outlines the evaluation criteria and approach for commercial product and service quotations. The government will issue a purchase order to the responsible quoter whose submission is most advantageous, considering technical merit, past performance, and price. Quotations will undergo a comparative evaluation as per FAR 13.106-2 (b) (3), where they are compared to each other to determine the best benefit. While the government may select a quotation exceeding minimum requirements, it is not obligated to do so. All responses must meet minimum requirements, and alternate quotations are not accepted. Technical evaluations will assess how well the quotation meets or exceeds requirements, past performance will evaluate the quoter's likelihood of success, and price will be evaluated by totaling all line item prices.
FAR 52.212-1-Instructions to Offerors Commercial Products and Commercial Services.pdf
PDF169 KBMay 8, 2026
AI Summary
Attachment 2 outlines tailored instructions for offerors submitting quotes for commercial products and services under simplified acquisition procedures, superseding the standard FAR 52.212-1. Key instructions include specific NAICS code and small business size standards, detailed submission requirements (solicitation number, quoter information, technical descriptions, price, warranty, certifications, and agreement with terms), and a 30-day acceptance period. It addresses product samples, encourages multiple quotes, and details procedures for late submissions and modifications. The document also covers the government's right to issue purchase orders to one or more quoters, even if not the lowest price, and provides guidance on obtaining requirements documents. Unique entity identifier requirements for quotes exceeding the micro-purchase threshold are included, and unsuccessful quoters will not be notified.
Images of Current Unit.pdf
PDF2266 KBMay 8, 2026
AI Summary
This document contains technical specifications for two refrigeration units: a Heatcraft Refrigeration Products LLC Unit Cooler (Model BML250BA) and a Heatcraft Refrigeration Products LLC Condensing Unit (Model BDT0750L6C). The Unit Cooler details design pressures, electrical requirements for the motor and defrost heater circuits, and compatible refrigerants (excluding ammonia R717). The Condensing Unit specifies electrical data, compressor details, design pressures for high and low sides, and refrigerant type (R404a). Both units carry UL and CSA certifications. The document also includes warranty information for Heatcraft products, stating a one-year warranty from the date of manufacture and a contact number for issues.
36C24126Q0427.docx
Word37 KBMay 8, 2026
AI Summary
The Department of Veterans Affairs (VA) Connecticut is seeking a qualified vendor for a Dietetics Walk-In Freezer Replacement at the White River Junction VAMC. This combined synopsis/solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), is an RFQ under NAICS code 333415. The project involves upgrading refrigeration components, including removal of existing equipment and installation of new evaporator, condenser, piping, and a mechanical defrost time clock. The contractor is responsible for all electrical work, refrigerant handling, and ensuring proper system operation within specified temperature ranges. Site visits are recommended, and adherence to VA regulations, safety protocols, and infection control measures is mandatory. Quotes must include a firm fixed price, a completed Limitation of Subcontracting form, and a technical proposal, with responses due by May 19, 2026, 5:00 PM EST.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineMay 19, 2026
expiryArchive DateJun 18, 2026

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)

Point of Contact

Contract Specialist
Kenya R Mitchell

Place of Performance

White River Junction, Vermont, UNITED STATES
White River Junction VAMC

Official Sources