Opportunity

SAM #36C25626Q0554

Replacement of Anti-Microbial Shelving Units for VA Medical Centers

Buyer

Vancouver VA Medical Center

Posted

March 24, 2026

Respond By

April 01, 2026

Identifier

36C25626Q0554

NAICS

337215

This opportunity seeks vendors to replace all anti-microbial shelving units for walk-in freezers and refrigerators at VA medical facilities in Louisiana and potentially Mississippi. - Government Buyer: - Department of Veterans Affairs - 256-Network Contract Office 16 - Overton Brooks VA Medical Center - OEMs and Vendors: - No specific OEMs or vendors are named; open to all qualified suppliers - Products/Services Requested: - Replacement of all existing anti-microbial shelving units for walk-in freezers and refrigerators - New stainless steel shelving units with: - Swivel caster wheels and foot brakes - Adjustable shelving heights and feet - Louvered/embossed shelf design for air circulation - 800 lbs per shelf weight capacity - 12-15 year warranty against rust and corrosion - Removal and disposal of existing shelving - Installation of new shelving units - Quantities and part numbers are not specified; see Statement of Work for details - Unique or Notable Requirements: - Shelving must be anti-microbial and meet detailed technical standards - Compliance with Service Disabled Veteran Owned Small Business (SDVOSB) set-aside - Vendors must be registered in SAM and certified in VetCert by SBA - Warranty and durability requirements are emphasized - Place(s) of Performance: - Southeast Louisiana Veterans Health Care System, 2400 Canal Street, New Orleans, LA - Overton Brooks VA Medical Center (OBVAMC Station 667) - Contracting Office: - 715 South Pear Orchard Rd., Plaza 1, Ridgeland, MS 39157

Description

DESCRIPTION: This "Sources Sought Synopsis" shall be used to determine the availability of potential sources able to provide services replacing all existing anti-microbial shelving units for walk-in freezers and refrigerators with new units conforming to the standards and parameters detailed in the statement of work attached. All interested vendors are invited to provide information to contribute to this market survey/sources sought synopsis including, commercial market information. This is not a solicitation announcement. This is a Sources Sought Synopsis only. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification, Service Disabled/Veteran Owned Small Business. (SDVOSB/VOSB), Hubzone, 8(a), small, small disadvantage, woman owned small business, or large business) relative to NAICS 337215, (Showcase, Partition, Shelving, and Locker Manufacturing) (size standard of 500 Employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on GSA eBUY or Contract Opportunities website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors must respond to the solicitation announcement in addition to responding to this sources sought announcement. Responses must be emailed to marcus.sidney@va.gov no later than 8:00 AM CST, April 1, 2026. Your response should include both the STATEMENT OF CABABILITY, BUSINESS SIZE, SOCIO ECONOMIC STATUS AND GSA CONTRACT (if applicable) information as explained below. Please place " Shelving", in the subject line of your email. This notice is to assist the VA in determining sources only. A solicitation is not currently available; therefore, DO NOT REQUEST A COPY OF A SOLICITATION THAT DOES NOT EXISTS. If a solicitation is issued it will be announced later, and all interested parties shall respond to that solicitation announcement separately from the responses to this announcement. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief [five (5) pages or less] capability statement explaining your capability to provide services replacing all existing anti-microbial shelving units for walk-in freezers and refrigerators with new units conforming to the standards and parameters detailed in the statement of work for the VA, other Government (Federal or State) agency, or for a private medical facility. Must include an authorized letter to perform the services and requested supplies.

(2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate whether your business is large or small (g) Include the UEI number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at SAM.gov | Home and/or with Veteran Small Business Certification (VetCert) certified by the SBA at Veteran Small Business Certification (sba.gov).

PLEASE NOTE: Any future solicitations can only be awarded to a contractor who is registered in the System for Award Management (SAM). To receive award based on SDVOSB or VOSB status contractor must be VetCert registered/certified by the SBA, instead of VA s system at (Veteran Small Business Certification (sba.gov).

(3) GSA CONTRACT NUMBER IF APPLICABLE

SPECIFIED REQUIREMENT: The contractor shall communicate its capabilities to provide the following: Replacing all existing anti-microbial shelving units for walk-in freezers and refrigerators with new units conforming to the standards and parameters detailed in the statement of work (SEE ATTACHED SOW) for detailed information.

DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

View original listing

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