7320--COMBI OVEN 36C252-25-AP-3236
ID: 36C25225Q0653Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Food Product Machinery Manufacturing (333241)

PSC

KITCHEN EQUIPMENT AND APPLIANCES (7320)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified vendors to provide combi ovens and a reverse osmosis system for the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The procurement includes the purchase and installation of two models of Alto-Shaam Combi Ovens and a Vulcan Reverse Osmosis System, with specific requirements such as natural gas and electric compatibility, stainless steel construction, and Wi-Fi enablement for the ovens. This equipment is crucial for the facility's food service operations, ensuring high-quality meal preparation and water quality standards. Interested parties must submit their quotations, including a Buy American Certificate and an OEM authorization letter, by August 19, 2025, at 10:00 AM Central Time, and can contact Contracting Specialist Rebecca Picchi at rebecca.picchi@va.gov for further information.

    Point(s) of Contact
    Rebecca L PicchiContracting Specialist
    (414) 844-4800
    rebecca.picchi@va.gov
    Files
    Title
    Posted
    This document is an amendment to a previous combined solicitation, 36C25225Q0653, for a "COMBI OVEN." The purpose of this amendment is to formally cancel the aforementioned solicitation. The government indicates its intention to re-solicit for this requirement in the near future. The general information provided includes the contracting office's zip code (53214-1476), the solicitation number (36C25225Q0653), and a response date/time/zone of August 13, 2025. It is set aside for SBA, with a product service code of 7320 and NAICS code of 333241. The contracting office is the Department of Veterans Affairs, located in Milwaukee, WI, and the point of contact is Rebecca Picchi at Rebecca.picchi@va.gov.
    This document is a combined synopsis/solicitation (RFQ) from the Department of Veterans Affairs, Great Lakes Acquisition Center, for the one-time purchase and installation of combi ovens and a reverse osmosis system for the Clement J. Zablocki VAMC in Milwaukee, WI. The solicitation, set aside for Small Businesses, requests quotes for two models of Alto-Shaam Combi Ovens (or equal), a Vulcan Reverse Osmosis System (or equal), and their installation. Key requirements for the combi ovens include natural gas and electric compatibility, stainless steel construction, Wi-Fi enablement, multiple cooking modes, a built-in smoker, and a 2-year extended warranty. The reverse osmosis system must meet water quality standards for the ovens. Installation involves a pre-installation site survey, delivery to the VA Medical Center loading dock, and evening installation hours. Quotes are due by August 19, 2025, at 10:00 AM Central Time, and will be evaluated based on price, technical merit, Veterans’ Involvement, and speed of delivery. Interested companies must submit a quotation, an OEM authorization letter, a Buy American Certificate, and a statement of agreement with the solicitation's terms and conditions.
    This document, effective February 1, 2022, is an addendum to FAR 52.212-1, "Instructions to Offerors—Commercial Products and Commercial Services," tailored for Simplified Acquisition Procedures. It outlines crucial instructions for submitting quotes, superseding the standard FAR version. Key provisions include NAICS code and small business size standards, emphasizing a 500-employee standard for non-manufacturing offerors in specific set-asides. It details submission requirements, such as solicitation number, offeror contact information, technical descriptions, warranty terms, and pricing. Offerors must include completed FAR 52.212-3 representations, acknowledge amendments, and agree to all solicitation terms. Quotes are generally firm for 30 days. The document covers product samples, multiple quotes, and procedures for late submissions, revisions, and withdrawals. It clarifies that past performance is not considered in simplified acquisitions. The Government may issue purchase orders based on initial quotes, reserving the right to reject quotes or issue awards to other than the lowest bidder. It also provides guidance on obtaining cited requirements documents and mandates a Unique Entity Identifier (UEI) for quotes above the micro-purchase threshold. Unsuccessful offerors will not be notified, but can request information on resulting purchase orders.
    The document outlines the evaluation criteria for commercial products and services under a federal government Request for Quotation (RFQ), effective February 1, 2022. It details the comparative evaluation process, emphasizing that the most advantageous quotation, considering price and other factors, will be selected. Key evaluation factors include Price, Technical merit, Veterans' Involvement, and Speed of Delivery. Technical evaluation assesses how well a quotation meets or exceeds requirements, requiring authorized distributor letters for brand name equipment. Veterans' Involvement offers credit to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs), or to quoters subcontracting with them, provided they are verified in the VIP database. Price is evaluated by summing line-item prices, with trade-in credit subtracted from the total. Speed of delivery is also a significant consideration. The government may select a quotation exceeding minimum requirements if it offers additional benefits.
    The "BUY AMERICAN CERTIFICATE (OCT 2022)" provision outlines the requirements for offerors to certify the origin of their end products in government solicitations. It mandates that offerors identify domestic end products, specifying those containing critical components, and list foreign end products. For foreign end products not predominantly made of iron or steel, offerors must indicate if they exceed 55% domestic content, excluding COTS items. The document defines key terms like "commercially available off-the-shelf (COTS) item," "critical component," "domestic end product," "end product," and "foreign end product" as per the "Buy American—Supplies" clause. The government will evaluate offers in accordance with Federal Acquisition Regulation part 25, emphasizing compliance with Buy American policies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    7320--Ventless Griddle
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide a Ventless Griddle and a Fire Suppression Unit for the Nutrition and Food Service at the Greater Los Angeles VA Healthcare System. The procurement includes specific requirements for the Ventless Griddle, such as electric operation, a 22" x 18" grill area, stainless steel construction, and necessary certifications, along with a UL-300 Wet Chemical Fire Suppression System that complies with various safety standards. This equipment is crucial for ensuring safe and efficient food service operations within the VA healthcare facility. Interested vendors must submit their capabilities statements and relevant information by December 9, 2025, at 1:00 PM PT via email to Contract Specialist Sam Choo at sam.choo@va.gov.
    J073--Kitchen Preventative Maintenance Baltimore-Loch Raven-Perry Pt VAMC Base Plus Four Option Years
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a kitchen preventative maintenance contract at the Baltimore, Loch Raven, and Perry Point Veterans Affairs Medical Centers (VAMCs) in Maryland. This contract, designated as a Request for Quote (RFQ), includes a base year plus four option years, covering planned preventative maintenance and unscheduled repairs for various kitchen equipment, including ovens, refrigerators, and dishwashers. The services are critical for ensuring the operational efficiency and safety of kitchen facilities that serve veterans. Interested contractors must submit their quotes by December 12, 2025, with inquiries and site visit requests due by December 1, 2025. For further information, contact Contract Specialist Patricia Thai at Patricia.Thai@va.gov.
    J065-- Base 4 Critical Reverse Osmosis Equipment Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance services for the Critical Reverse Osmosis Equipment at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. The procurement involves a firm fixed-price contract for comprehensive maintenance of both the Critical Water Reverse Osmosis System and the Blended Utility Reverse Osmosis System, ensuring compliance with AAMI ST108 standards and maintaining total dissolved solids/conductivity below specified levels. This maintenance is crucial for supporting sterilization services and ensuring the proper functioning of medical equipment. Interested parties should contact Contract Specialist Makena James at Makena.James@va.gov for further details, with the contract including a base period and four option years, and adherence to federal regulations and records management policies is mandatory.
    4110--Brand name or equal Ice Machines Solicitation Notice
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of seven ice and water dispensers, along with seven compatible filter systems, for the St. Albans VA Medical Center in Queens, New York. This solicitation, identified as 36C24226Q0143, is a total small business set-aside, emphasizing the importance of providing essential refrigeration equipment to support healthcare operations. Interested vendors must submit their quotations by December 8, 2025, at 10 AM Eastern Time, and can direct inquiries to Contracting Officer Aleta Jennette at Aleta.Jennette@va.gov or by phone at (914) 737-4400 ext 2068.
    PM&R Sterile Processing Department Reverse Osmosis Equipment
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide Preventative Maintenance and Repair (PM&R) services for Sterilization Processing Department (SPD) Reverse Osmosis equipment at the Altoona VA Medical Center in Altoona, Pennsylvania. This procurement is critical for ensuring the proper functioning and reliability of medical equipment used in sterilization processes, which is vital for patient safety and care. The contract, valued at approximately $120,000, is a Firm Fixed Price (FFP) agreement, with the official solicitation expected to be released on December 10, 2025, and responses due by December 15, 2025. Interested parties should monitor www.sam.gov for updates and may contact Contract Specialist Emily Hall at emily.hall5@va.gov for further inquiries.
    J073--Sources Sought Notice - Repair AVTEC Tray Conveyor System Washington DC VAMC 36C24526Q0152
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified vendors to provide repair services for the AVTEC Tray Conveyor System at the Washington DC VA Medical Center. The procurement aims to identify contractors capable of replacing essential components such as hot well pans, tray pucks, and the control foot switch in the Dietary Kitchen, ensuring compliance with OEM procedures and Joint Commission standards. This repair work is critical for maintaining operational efficiency in the kitchen facilities that serve veterans. Interested vendors must submit their responses, including business details and capability statements, by December 12, 2025, at 10:00 AM ET, to the primary contact, Torcara Charles, at Torcara.Charles@va.gov.
    Z1DA--657-24-109JB, Replace hot water generators in B53, B51, & B24
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace hot water generators in Buildings 24, 51, and 53 at the St. Louis Jefferson Barracks VA Medical Center. This project, identified as 657-24-109JB, involves extensive general construction, mechanical, plumbing, and electrical work, including the demolition of existing systems and installation of new semi-instantaneous steam-to-water generators. The contract, valued between $500,000 and $1,000,000, is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses, with a performance period of 365 calendar days. Proposals are due by December 8, 2025, and must be submitted electronically, with additional requirements including active SAM and VetCert registrations. For further inquiries, interested parties may contact Contract Specialist Tonesha Y King at tonesha.king@va.gov.
    6515--Fluent System and RF Controller Model | Brand Name Comparative Evaluation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a NovaSure RF Controller Model 10 and a Fluent Fluid Management System for the Pittsburgh VA Medical Center. This procurement aims to replace outdated medical equipment, ensuring the continuity and quality of surgical procedures for veterans. The solicitation emphasizes the need for brand-name medical equipment to maintain standardized operational procedures and compliance with government regulations regarding product integrity and quality. Quotes are due by January 10, 2025, with delivery expected within 90 days after contract award. Interested vendors can contact Contract Specialist Mae L McGarry at Mae.McGarry@va.gov for further information.
    4110--Countertop Ice and Water Dispenser
    Buyer not available
    The Department of Veterans Affairs is seeking quotes from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement of countertop ice and water dispensers and associated filter cartridges for the Phoenix Healthcare System. The requirement includes six Follett Champion 15 Countertop Ice and Water Dispensers (Model 15CI112A-IW-CL-ST-00 or equal) and six Follett Claris replacement filter cartridges, with specific performance characteristics such as a minimum ice production of 100 lbs/day and sanitation features. This procurement is crucial for enhancing the healthcare services provided to veterans, ensuring access to clean and safe drinking water and ice. Interested vendors must submit their quotes by December 16, 2025, at 10:00 AM Pacific Time, and direct any questions to Contract Specialist Melissa Ramirez at Melissa.Ramirez8@va.gov by December 9, 2025.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.