Opportunity
SAM #36C26226Q0759
Market Research for Hobart Conveyor Dishwasher Replacement at Tucson VA Healthcare System
Buyer
VA 262 Network Contract Office 22
Posted
April 30, 2026
Respond By
May 08, 2026
Identifier
36C26226Q0759
NAICS
333310, 333318, 238290, 811310
The Department of Veterans Affairs is seeking information from vendors for the replacement of a commercial conveyor dishwasher at the Tucson VA Healthcare System in Tucson, AZ. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 22 (Long Beach, CA and Gilbert, AZ offices) - VA Tucson Healthcare System - OEM Highlight: - Hobart is the primary Original Equipment Manufacturer (OEM) specified for the dishwasher and related components - Products Requested: - Hobart FT1000E+ENERGY flight type dishwasher (part number FT1000E+ENERGY) - Associated Hobart components and options: - Automatic Soil Removal System (FT1000E-ASRYES) - Load Platform (FT1000E-LPF025) - Complete Delime System (FT1000E-ADLYES) - Drain in Unload (FT1000E-DRNUNL) - Dual Rinse (FT1000E-DRSYES) - Standard Center Joined Section (FT1000E-CTRSTD) - Unload Section Non Split (FT1000E-UNL075) - Total Length Section (FT1000ETLG24.27) - Blower Dryer (FT1000E-DRYYES) - Standard Height (FT1000E-HGTSTD) - Energy Recovery System (FT1000E-EGRYES) - Electric Heat (FT1000E-HTEELE) - Circuit Breaker (FT1000E-CBRYES, FT1000E-CBRELW) - Service Connections (FT1000E-CON002) - Electric Booster (FT1000E-BST015) - Standard Piping (FT1000E-PIPSTD) - Left to Right Operation (FT1000E-DIR0LR) - Hinge Doors (FT1000E-DORHNG) - Standard Conveyor (FT1000E-CNVSTD) - Water Softening System (WS80-NOINSTALL) - Services Requested: - Pre-installation inspection, removal of existing dishwasher, installation, testing, commissioning, cleanup, and disposal of old unit - Warranty and maintenance services (PROSURANCE maintenance and support) - Unique Requirements: - Vendors must provide information on their capabilities, business size, and compliance with federal regulations - Installation and commissioning to be completed in a single day, coordinated with the facility - Work hours are typically 9:00 AM to 5:00 PM, Monday through Friday - Place of Performance: - Department of Veterans Affairs Tucson VA Healthcare System, 3601 S. 6th Ave, Tucson, AZ 85723 - This is a sources sought notice for market research and planning purposes only; no contract will be awarded based on this notice.
Description
THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. Submission of information about pricing, delivery, the market, and capabilities is highly encouraged and allowed under this RFI for planning purposes in accordance with (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 333310 — Commercial and Service Industry Machinery Manufacturing (Size standard of 1000 employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The purpose of this contract is to have a vendor provide all labor, materials, tools, equipment, and qualified personnel to replace a commercial conveyor dishwasher at VA Tucson Healthcare System, Tucson, AZ. The vendor shall provide the following requirements or an Equal: Supply: DISHWASHER, FLIGHT TYPE, Hobart Model No. FT1000E+ENERGY Low energy series energy recovery model flight type dish machine, 58 gallons of final rinse consumption per hour, with dual rinse, hinged & insulated doors, sliding wash arms without caps, & microprocessor controls, Complete Delime with Delime Notification, Auto Dispensing and Booster Guard, Energy Recovery, 16" round flange & Automatic Soil Removal system (ASR), Factory Startup - Free for installations within 100 miles (accessible by public roadway) of a Hobart Service Office during normal business hours with appropriate notice; Installation beyond 100 miles or those not accessible by public roadway will be quoted by Service. ENERGY STAR®. Includes: 1 each Oversized units with crated shipping dimensions greater or equal to 72" in length and/or 90" in height. If delivery is to a facility without a standard height dock, additional shipping charges will apply depending on the service requested. Consult Factory. 1 each All FT1000 models are to be quoted by Hobart's internal quotation group. 1 each Standard warranty - 1-Year parts, labor & travel time during normal working hours within the USA. 1 each PROSURANCE: 24/7 coverage for all calls, unlimited calls, 4-hour response for emergency calls, 24-hour response for non-emergency calls, parts automatically expedited, expendable parts coverage, (2) maintenance inspections & (2) proactive maintenance visits (NET). PROSURANCE is an Open Market item. 1 each FT1000E-ASRYES Automatic Soil Removal Included (ASR). 1 each FT1000E-LPF025 Load Platform 2.5 (Total LOAD length is 2.5 load platform + 2' ASR + 3 prewash = 7). 1 each FT1000E-ADLYES Complete Delime with Delime Notification, Auto Dispensing and Booster Guard. 1 each FT1000E-DRNUNL Drain in Unload. 1 each FT1000E-DRSYES With Dual Rinse. 1 each FT1000E-CTRSTD Standard Non-Split 8' Center Joined (Wash/Power Rinse/Dual Rinse). 1 each FT1000E-UNL075 7' 5" Unload Section Non Split. 1 each FT1000ETLG24.27 TLG - Total Length of load, center & unload section is: 24.27 feet (overall length). 1 each FT1000E-DRYYES With Blower Dryer. 1 each FT1000E-HGTSTD Standard Height. 1 each FT1000E-EGRYES With Energy Recovery System Included. 1 each FT1000E-AER0NO Without Advansys Energy Recovery (Ventless Technology). 1 each FT1000E-HTEELE Electric Heat. 1 each FT1000E-ELE0AX 208v/60/3-ph (LV). 1 each FT1000E-CBRYES With Circuit Breaker. 1 each FT1000E-CBRELW ELW - With Circuit Breaker, Electric, Low Voltage, for machines With Blower Dryer. 1 each FT1000E-CON002 (2) Service Connections (refer to specifications sheet for rated amps). 1 each FT1000E-BST015 15 kW Electric Booster. 1 each FT1000E-PIPSTD Standard Piping. 1 each FT1000E-DIR0LR Left to right operation. 1 each FT1000E-DORHNG Hinge doors, all sections. 1 each FT1000E-SEC0NO Without added security. 1 each FT1000E-CNVSTD Standard Conveyor. 1 each FT1000E-ROD0NO Without Cross Rods. 1 each FT1000E-SEF0NO Without SEF Options. 1 each WS80-NOINSTALL Water softening system 4,818 grains/lb capacity, 14 gallons regeneration volume, salt alarm, holds 2 bags of salt. Pre-installation: Inspect existing dishwasher location, plumbing, electrical, and cabinetry to confirm suitability for new unit. Verify measurements to ensure new dishwasher fits in existing opening. Removal of existing dishwasher: Safely disconnect electrical, water supply, and drain line. Remove the existing dishwasher from the cabinet opening. Cap or secure any lines temporarily as needed. Installation of new dishwasher and all related equipment: Unpack and visually inspect the new dishwasher and all components for damage. Install mounting brackets, level the unit, and slide into the opening. Connect to existing hot water supply line, dishwasher drain, and electrical circuit per manufacturer specifications and local code. Secure the dishwasher to cabinetry to prevent tipping or movement. Testing and commissioning: Turn on water and power, check for leaks at all connections. Run a test cycle to confirm proper filling, washing, draining, and drying. Verify there are no leaks, unusual noises, or error codes. Cleanup and disposal: Clean the work area and remove packaging materials. Dispose of the old dishwasher and packaging offsite. Deliverables: One fully installed, leveled, and operational dishwasher at the designated location. Documentation provided to Client: user manual (if supplied), basic operating and maintenance instructions, and warranty information (manufacturer and labor, as applicable). Schedule: Estimated start date: Will be determined. Estimated completion date: same day as start, assuming no unforeseen issues. Work hours: e.g., 9:00 AM – 5:00 PM, Monday – Friday. Will coordinate with contractor for potential time adjustments. Any schedule changes will be communicated to the Client as soon as reasonably possible. Pricing and Payment Terms: Fixed price for labor. Materials/supplies provided by Contractor (e.g., new water line, drain hose, fittings): $ Estimate or fixed. Warranties: Contractor warrants workmanship for [X] days/months from completion. Manufacturer's warranty for the dishwasher itself is between the Client and the manufacturer; Contractor will provide any documentation supplied with the unit. Warranty does not cover misuse, abuse, or damage caused by factors outside the Contractor's control (e.g., power surges, plumbing failures elsewhere in the home). Responsibilities: Client responsibilities Purchase and have onsite the new dishwasher (unless Contractor is supplying it). Ensure someone 18 or older is present during the scheduled work time. Clear items from around the dishwasher and provide access to electrical panels and main water shut off if needed. Contractor responsibilities Perform work in a professional manner and comply with applicable codes. Protect surrounding surfaces where reasonable (e.g., flooring, cabinets). Inform Client promptly of any issues or required additional work outside this SOW. Location of installation: Department of Veterans Affairs (SAVAHCS) 3601 S. 6th Ave. Tucson, AZ 85723 (520) 792-1450 Point of contact: April Walters If your company is interested and capable of providing the required supplies/services, you MUST provide the information indicated below OR your intent, interest to participate, and information provided will not be considered as valid for research purposes. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Submit your capabilities statement illustrating how your organization can/cannot meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company cannot meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please explain. For instances where your company can meet/exceed each requirement, please show how. Please review the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. Is your company considered small under the NAICS code identified in this RFI? Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of DRAFT/SALIENT CHARACTERISTICS/SOW? If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). If you are a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? Please indicate whether your product conforms to the requirements of the Buy American Act? Please indicate if manufacturer is/will be US domestic Small Business / US Domestic Large Business / Foreign. What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. What is estimated life span of your solution? What support/services does that entail? Does your organization offer a leasing solution? Please elaborate. Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, May 8, 2026, by 10:00 AM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately in accordance with the specifications of that announcement.