THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. 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/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1,000 Employees). Responses to this RFI/Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this RFI/Sources Sought Notice, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office is seeking sources capable of providing Fluent Pro System for the VA Tucson Healthcare System and that can address the draft salient characteristics described below. Brandname Information: Manufacturer & Part Number(s): Hologic, FLT-200 Type: Fluent Pro System Equal to product name: Gynecological Surgical Tool Manufacturer & Part Number(s): Hologic, TRADE-IN AQUIILEX Type: Trade in Aquilex Equal to product name: Gynecological Surgical Tool Manufacturer & Part Number(s): Hologic, TRADE-IN MYOSURE Type: Trade in Myosure Equal to product name: Gynecological Surgical Tool Manufacturer & Part Number(s): Hologic, FLT-205 Type: Fluent Pro Waste Bag Packaged 5 pack Equal to product name: Waste Bag Manufacturer & Part Number(s): Hologic, FLT-210 Type: Fluent Pro Disposable Packaged 10 Pack Tissue Sock Equal to product name: Disposable Tissue Sock Manufacturer & Part Number(s): Hologic, FLT-212 Type: Fluent Pro Disposable Pack (6-pack) Equal to product name: Disposable Pack Salient Characteristics: Fluent Pro System Must include accurate fluid deficit readings within +/- 50 mL (1.69oz) Preset deficits per American Association of Gynecologic Laparoscopists (AAGL) guidelines System starts warning users at 75% of set deficit limit. Deficit set from 100 ml-2,500 MI in 50ml increments. Must have Advanced Pressure Control that maintains consistent intrauterine distention. Must have Flopak Technology to help manage fluid use throughout procedure. Must have visual and audible alerts. Must include Integrated Myosure Controller Must have touchscreen to automatically guide setup and operation. Must have dual peristaltic pump technology with integrated suction. Must allow pressure to be set from 40-120mmHg in 5mmHG increments. Must not exceed weight more than 90 lbs. Must be compatible with myosure devices that are already stocked. Endometrial Ablation System Must be compatible with Novasure devices. Shall be able to continuously monitors and measures tissue impedance and calculates the optimal power level required for the treatment of the cavity - based on uterine size. Must have Integrated suction that maintains tissue contact with the array even in irregular anatomy. Must be able to perform a Cavity Integrity Assessment (CIA), a built-in safety test that conforms uterine cavity integrity, giving the surgeon the confidence to perform a safe and effective ablation for every patient. Must be able to terminate upon reaching a clinical end point, which is 50 ohms of impedance. Must be able to ablate the endometrial lining of the uterus in premenopausal women, for whom childbearing is complete. The list of draft characteristics is intended to be descriptive, not restrictive, of the supplies and/or 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 draft salient characteristics described below. For instances where your company cannot meet the draft salient characteristic(s), please explain. For instances where your company can meet the draft salient characteristic(s), please show how your company meets/exceeds each requirement. (2) Please review the list of draft salient characteristics 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 draft salient characteristics? (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, or modify the items requested in any way? If you do, state how and what is altered, assembled, or 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? If you are unsure, please state the country of origin for each item. (12) What is your lead time to deliver all items? (13) Does your proposed equipment have FDA clearance (if needed)? Please specify what FDA clearance(s) have been obtained. (14) 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). (15) 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. (16) 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. (17) Please provide your SAM.gov Unique Entity ID number. Responses to this notice shall be submitted via email to Emiljan.Golemi@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, August 8, 2025, by 4:00 PM PST. All responses to this RFI/Sources Sought will be used for planning purposes only. Responses to this RFI/Sources Sought Notice 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 because 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.