THIS REQUEST FOR INFORMATION (RFI) /Â SOURCES SOUGHT NOTICE IS ISSUEDÂ 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 336999 (size standard of 1,000 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 Department of Veterans Affairs (VA) is seeking sources capable of providing meal tray delivery carts to the VA Loma Linda Healthcare System.
BACKGROUND INFORMATION:
VA Loma Linda Healthcare System Nutrition and Food Services (NFS) is requesting (6) meals delivery carts that are compatible with the Belimed CS 750 Cart Washer that is currently used at the facility.
PLACE OF PERFOMRNACE:
VA Loma Linda Healthcare System
11201 Benton Street
Loma Linda, CA 92357
DELIVERABLES:
CLIN
Item Description
Qty
UOM
0001
Meal Tray Delivery Cart 14-tray capacity
equivalent to Dinex Model DXPTQC2T1DPT14
5
EA
0002
Meal Tray Delivery Cart 28-tray capacity
equivalent to Dinex Model DXPTQC2T2DPT28
1
EA
SALIENT CHARACTERISTICS:
Six (6) Meal delivery carts total, with One (1) cart at 28-tray capacity and Five (5) carts at 14-tray capacity.
Meal tray delivery carts must fit meal trays that measure 15 x20 in size.
Cart/Casters must be capable of withstanding high temperatures (up to 200 degrees F) and casters must be wash-resistant or sealed to withstand pressure and water temperatures of a cart washing system.
Meal tray delivery carts must be compatible with the Belimed CS 750 Cart Washer.
Meal tray delivery carts must arrive fully assembled or the contractor must offer assembly at no additional cost to the Government.
Must have doors that will lock in place with magnets or gravity locking doors in both the open and closed position.
Carts must have at least 2 swivel casters for easier maneuverability and locking brakes.
Caster must have noise suppression bearing covers
Must have 2 trays per slide with pass through option if more than 1 tray per slide.
Must have handles to push the cart must sit at a minimum height of 40 inches, maximum height of 56 inches.
Minimum cart height of 45 inches for both cart sizes.
Maximum cart height of 57 inches of 61 inches for 20-tray cart.
Maximum cart Depth of 38 (to meet cart washer chamber width of 39 )
Maximum cart Width of 53 (to meet cart washer chamber depth of 53 )
Fully assembled cart weight shall not exceed:
180 lbs for 14-tray capacity models
300 lbs for 28-tray capacity models
to ensure safe handling and maneuverability by staff.
Tray spacing must be at least 4.75 inches
Must have a floor drain in the cart.
Must be compliant with NSF/ANSI Standard.
Delivery cart must be all stainless-steel modular construction.
The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required.
If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement.
(2) Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A.
(3) 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.
(4) Is your company considered small under the NAICS code identified in this RFI?
(5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW?
(6) 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).
(7) If you re 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.
(8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6?
(9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items?
(10) 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 the 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?
(11) Please indicate whether your product conforms to the requirements of the Buy American Act?
(12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate.
(13) What is estimated life span of your solution? What support/services does that entail?
(14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained.
(15) Does your organization offer a leasing solution? Please elaborate.
(16) 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).
(17) 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.
(18) 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.
(19) Please provide your SAM.gov Unique Entity ID/Cage Code number.
Responses to this notice shall be submitted via email to Hestia.Sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, May 20, 2026, by 10AM Pacific Local Time.
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 IAW the specifications of that announcement.