Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2026 SAM #8886
SOLICITATION NOTICE

73 -- Blast Chiller/Shock Freezer_100% SDVOSB SET-ASIDE_ BRAND NAME OR EQUAL

Notice Date
3/24/2026 6:14:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24126Q0356
 
Response Due
4/10/2026 9:00:00 AM
 
Archive Date
06/09/2026
 
Point of Contact
Janice Jones, Contract Specialist, Phone: 860-666-6951 ext. 6613
 
E-Mail Address
janice.jones@va.gov
(janice.jones@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
BLAST CHILLER/SHOCK FREEZER_100% SDVOSB SET-ASIDE_BRAND NAME OR EQUAL Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 effective 10-01-2025. The Department of Veterans Affairs, Network Contracting Office (NCO) 1, located at VA Boston Healthcare System (VACHS) is seeking to award a single Firm-Fixed Price Requirements Type Contract for a Worktop, Self-Contained Blast Chiller/Shock Freezer to the Nutrition and Food Service at the VAMC West Roxbury, MA campus. This solicitation is issued as an RFQ. This combined synopsis-solicitation is 100% set-aside for Service-Disabled Veteran-Owned Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 333415, with a small business size standard of 1250 employees. The FSC/PSC is 7320. The VA Boston Healthcare System (West Roxbury) requires a worktop, self-contained Blast Chiller/Shock Freezer to quickly and safely chill cooked foods that require storage and holding. The service is requesting the American Panel brand- Model# AP7BCF70-2-C-P Blast chiller/Shock freezer or equivalent and additional accessories. Note: For Or Equivalent Requirements: Any proposed Or Equivalent requirements must adhere to the enclosed specifications sheet including electrical, space, performance, and capacity qualifications to meet the functional requirements required by the Nutrition and Food Service for the safe storage of food products that will be distributed throughout the medical center campus. Proposed units not meeting all requirements will not be considered. All interested companies shall provide quotations for the following: Description Manufacturer Model Number Quantity Work top, self-contained, blast chiller/shock freezer American Panel AP7BCF70-2-C-P 1 R448a Refrigeration Replacing Standard American Panel Refrigeration 1 Thaw capability w/ thaw probe & necessary hardware American Panel Thaw Probe 1 Sanitation ozone generator American Panel Ozone Generator 1 Food Probes American Panel Food Probes 2 USB Interface American Panel USB 1 5 Casters (set of 4) American Panel Casters 1 Dock to dock American Panel Freight 1 Statement of Objectives (SOO) SCOPE OF REQUIREMENT The Department of Veteran Affairs, VISN 01, VA Boston Healthcare System due to numerous factors has a requirement for: Work top, self-contained Blast Chiller/Shock Freezer. The objective of this task order is to provide equipment needed to quickly chill cooked foods, in a safe manner, for storage/holding. PLACE OF PERFORMANCE VA Boston Healthcare System 1400 VFW Parkway West Roxbury, MA 02301 1.2 HOURS OF OPERATIONS Delivery schedule shall occur from 7:00 a.m. to 3:30 p.m., Monday through Friday, excluding Federal Holidays. DESCRIPTION OF REQUIREMENT Description Manufacturer Model Number Quantity Work top, self-contained, blast chiller/shock freezer American Panel AP7BCF70-2-C-P 1 R448a Refrigeration Replacing Standard American Panel Refrigeration 1 Thaw capability w/ thaw probe & necessary hardware American Panel Thaw Probe 1 Sanitation ozone generator American Panel Ozone Generator 1 Food Probes American Panel Food Probes 2 USB Interface American Panel USB 1 5 Casters (set of 4) American Panel Casters 1 Dock to dock American Panel Freight 1 ADDITIONAL REQUIREMENTS Capacity for seven (7) 18 x 26 pans 160°F to 38°F blast chill capacity within 90 minutes 160°F to 0°F freeze capacity within 240 minutes LCD touch screen controller with Quick Start & a la carte functionality Heated food probe Stainless steel interior & exterior 6 stainless steel legs 1-1/2 HP R290 refrigerant US Classified EPH, Cul, ANSI/NSF 208v/60/1-ph, 12.0 amps, 6 cord, NEMA L6-20P 3-year parts & labor warranty 5-year compressor warranty End Statement of Objectives (SOO) The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1 Instructions to Offerors Commercial Items (DEVIATION OCT 2025) Award shall be made to the SDVOSB Class distributor/quoter, who holds whose quotation, is determined to be the lowest price. The respondent must be verifiable as a SDVOSB in SAM and on the SBA (Small Business Administration) SBS website. 2. FAR 52.212-2 (DEVIATION OCT 2025) The government will evaluate information based on the following evaluation criteria: (1) Full capability to supply all Line-Item requirements listed above, at the lowest price. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2025) The following subparagraphs of FAR 52.212-5 (JAN 2025) are applicable: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-1 (MAY 2024) (DEV FEB 2025); 52.223-10 (MAY 2024) (DEV FEB 2025), 52.223-23 (MAY 2024) (DEV FEB 2025), 52.223-18, 52.225-13, 52.232-33. VAAR 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/ parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS INFORMATION TECHNOLOGY MAINTENANCE ALLOWING OTHER-THAN-NEW PARTS (FEB 2023) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/ parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (AUG 2025): Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (DEVIATION OCT 2025) (a)� North American Industry Classification System (NAICS) code and small business size standard.� The NAICS code(s) and small business size standard(s) for this� acquisition� appear elsewhere in the� Request for Quote (RFQ). However, the small business size standard for a concern that submits a� quote, other than on a� construction� or service� acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the� acquisition (1) Is set aside for small business and has a value above the� simplified acquisition threshold; Or (2) Uses the� HUBZone� price evaluation preference regardless of dollar value, unless the� quoter� waives the price evaluation preference; or (3) Is an 8(a),� HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b)� Submission of� Quotes. Submit signed and dated� quotes� to the office specified in this� Request for Quote (RFQ) at or before the exact time specified.� Quotes� may� be submitted on letterhead stationery, or as otherwise specified in the� RFQ. As a minimum,� quotes� must� show (1)� The� solicitation number; (2)� The time specified in the� solicitation� for receipt of� quotations; (3) The name, address, and telephone number of the� quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the� solicitation. This� may� include product literature, or other documents, if necessary. � (5)� Terms of any express� warranty; � (6)� Price and any discount terms; � (7)� ""Remit to"" address, if different the mailing address; (8)� A completed copy of the representations and certifications Federal� Acquisition� Regulation (FAR)� 52.212-3� (see FAR� 52.212-3(b) for those representations and certifications that the� quoter� shall� complete electronically). (b)� Submission of� Quotes (cont d): � � � � � (9)� Acknowledgment Request for Quotation amendments; (10)� Past performance� will not be considered in simplified acquisition procurements. (11)� Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the� solicitation.� Quotes� that fail to furnish required representations and certifications, information requested in (1) to (9) and accept the terms and conditions of the� solicitation� may� be excluded from consideration. (c)� Period for acceptance of� Quotes. The� quoter� agrees to hold the prices in its� quote� firm for 30 calendar days from the date specified for receipt of� quotes unless another time period is specified in an addendum to the� solicitation. (d)� Product samples. NA (e)� Multiple� Quotes.� Quoters� are requested to submit one (1) quote� presenting the best discounted price for the required Blast Chiller/Shock Freezer and accessories. (f)� Late submissions, revisions, and withdrawals of� quotes. (1)� Quoters� are responsible for submitting� quotes so as to reach the Government office designated in the� solicitation� by the time specified in the� solicitation. If no time is specified in the� solicitation, the time for receipt is 12:00 PM, local time, for the designated Government office on the date that� quotes� are due. (Time specified is 04-10-2026 at 12:00 p.m. (EDT)) (2)� Any� quotation received at the Government office designated in the� solicitation� after the exact time specified for receipt of� quotes� is ""late"" and may not be considered unless it is received before purchase order issuance and the� Contracting Officer� (CO) determines that accepting the late� quotation� would not unduly delay the� acquisition. (3)� If an� emergency� or unanticipated event interrupts normal Government processes so that� quotations cannot be received at the Government office designated for receipt of� quotes� by the exact time specified in the� solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of� quotes will be deemed to be extended to the same time of� day� specified in the� solicitation� on the first work� day� on which normal Government processes resume. (g)� Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the� quoter s initial� quote� should� contain the� best terms and the discounted price. All service packages from OEM are set per OEM Part Number. The Government� may� reject any or all� quotes� if such action is in the public s best interest. (h)� Multiple awards. The Government� may� issue a purchase order for any item or group of items of a quotation, unless the� quoter� qualifies the� quotation by specific limitations. Unless otherwise provided in the schedule,� quotations� may� not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the� quoter� specifies otherwise in the� quotation. (1)� Availability of requirements documents cited in the� solicitation. (i)� The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii)� If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this� solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2)� NA: Applies to DoD. (3) NA: Applies to DoD. (4)� Nongovernment (voluntary) standards� must� be obtained from the organization responsible for their preparation, publication, or maintenance. (j)� Unique entity identifier (UEI). Applies to all quotes� that exceed the� micro-purchase threshold, and� quotes� at or below the� micro-purchase threshold� if the� solicitation� requires the contractor to be� registered in the System for Award Management (SAM).) The� quoter� must� enter, in the block with its name and address on the cover page of its� quote, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� quoter's name and address. The� quoter� also� must enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� UEI. The suffix is assigned at the discretion of the� quoter� to establish additional SAM records for identifying alternative EFT accounts (see FAR� subpart� 32.11) for the same entity. If the� quoter� does not have a UEI, it� should� contact the entity designated at� www.sam.gov� for� UEI� establishment directly to obtain one. The� quoter� should� indicate that it is a� quoter� for a Government contract when contacting the entity designated at� www.sam.gov� for establishing the� UEI. (k)� [Reserved] (l)� Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than April 10, 2026 @ 12:00 p.m. EST at janice.jones@va.gov . Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Government Point of Contact: Contract Specialist Janice Jones janice.jones@va.gov U.S. Department of Veterans Affairs Connecticut VAMC 555 Willard Avenue Newington, CT 06111
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e907193e91c740c3b982b005e0c39ea7/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Boston Healthcare System 1400 VFW Parkway, West Roxbury 02301, USA
Zip Code: 02301
Country: USA
 
Record
SN07755846-F 20260326/260324230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.