Rural Food Locker Program
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) is conducting market research through a Sources Sought notice for its Rural Food Locker Program. This initiative aims to expand food locker programming nationwide to enhance food security for Veterans, particularly those in rural and highly rural areas with diet-related diseases. The VA seeks information from interested parties capable of providing smart locker food systems. Responses are due April 22, 2026.
Purpose & Background
The VA Food Security Office (FSO), in partnership with the Office of Rural Health (ORH), is expanding a West Palm Beach proof of concept to five rural/highly rural sites. The program provides Veterans screened for food insecurity with medically tailored groceries via secure, 24/7 accessible food lockers, addressing barriers like transportation, stigma, and limited pantry hours.
Scope of Interest (Smart Locker System)
The VA is interested in smart locker food systems that meet specific requirements, including:
- Power: Single point connection for a 220 Volt Single Phase (4) wire circuit.
- Temperature Control: Dual temperature (freezer and refrigerator).
- Connectivity: Cellular connection capabilities.
- Accessibility: ADA compliant.
- Interface: Touchscreen.
- Capacity: Minimum of 12 large lockers per unit.
- Standards: DOE compliant for energy efficiency, NSF standards for sanitary storage, UL approved (power failure, hysteresis, independent user pickup, locker segmentation).
- Software: Includes all licenses, support, cloud hosting, and temperature monitoring.
- Customization: Option for VA-approved exterior wrapping.
- User Access: Authentication via a single, reusable ID or PIN (no smartphone/app required).
Performance Requirements
Contractors would be responsible for:
- Emergency Services: 24-hour services with a maximum two-hour response time for malfunctions, including a written emergency management plan.
- Initial Set-Up: Delivery, installation, and education for VA staff, coordinating with facility points of contact.
- Maintenance: Timely repairs by certified contractors throughout the performance period.
- Reporting: Annual Periodic Performance Review to the COR within 90 days.
- Site Assessment: Assessing proposed installation sites for safety, accessibility, and electrical verification.
- Employee Training: Developing and providing training to VA employees upon installation.
Contract & Timeline
- Type: Sources Sought / Market Research
- Period of Performance: Five years from the date of award (anticipated).
- Place of Performance: Nationwide.
- Set-Aside: None specified (market research stage).
- Response Due: April 22, 2026, 4:00 PM ET.
- Published: April 8, 2026.
Information Requested from Businesses
Interested parties should submit responses via email to mariah.gambino@va.gov, including:
- Business details (Name, POC, phone, email, UEI, business type/size).
- Core competencies and suitability for the DRAFT PWS.
- Recommended NAICS/PSC codes and justification.
- Experience performing similar requirements (size, scope, complexity).
- Availability of GSA Federal Supply Schedule or other contract vehicles.
- Commercial availability of the requirement, including pricing, delivery, terms, and warranties.
- Comments on the DRAFT PWS using Microsoft Word Comment tool.
- Indication of interest in competing as a prime contractor, including any existing subcontracting, joint ventures, or teaming arrangements.
Additional Notes
This notice is for planning purposes only and is not a solicitation. It does not commit the U.S. Government to a contract. Costs incurred in responding are at the sole expense of the interested party.