Opportunity

SAM #36C24126Q0356

VA Boston Healthcare System Solicitation for Blast Chiller/Shock Freezer and Accessories (Brand Name or Equal)

Buyer

Department of Veterans Affairs

Posted

March 24, 2026

Respond By

April 10, 2026

Identifier

36C24126Q0356

NAICS

333415, 423740

This opportunity involves supplying a worktop, self-contained Blast Chiller/Shock Freezer and accessories for the VA Boston Healthcare System's Nutrition and Food Service at the West Roxbury, MA campus. - Government Buyer: - Department of Veterans Affairs, VA Boston Healthcare System, Network Contracting Office 1 - OEM Highlighted: - American Panel (Model AP7BCF70-2-C-P or equivalent) - Products Requested: - Blast Chiller/Shock Freezer (AP7BCF70-2-C-P or equivalent) - R448a Refrigeration system - Thaw capability with thaw probe and hardware - Sanitation ozone generator - Food probes (quantity: 2) - USB interface - Casters (set of 4) - Dock to dock freight - Requirements: - All items must be new, original OEM products; no used, refurbished, remanufactured, gray market, or counterfeit items - Vendors must be OEMs or authorized dealers/distributors/resellers (documentation required) - Strict adherence to technical specifications for electrical, space, performance, and capacity - Compliance with warranty and OEM conditions - Set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - Place of Performance/Delivery: - VA Boston Healthcare System, 1400 VFW Parkway, West Roxbury, MA 02301

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.

Solicitation Provisions 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.

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.

Contract Clauses 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) VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS INFORMATION TECHNOLOGY MAINTENANCE ALLOWING OTHER-THAN-NEW PARTS (FEB 2023)

Additional Information 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.

Submission Instructions 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

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in