THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. 2. The NAICS for this requirement is 339112 Surgical and Medical Instrument Manufacturing 3. The Contractor shall supply, install, configure, and validate Infusion Pump product and provide on-going technical support and maintenance services for that installed software product for the Northern Arizona VA Medical Center located in Prescott, Arizona. The required services (installation, configuration, validation, support, and maintenance for the Infusion Pump) shall be provided by the contractor along with all resources necessary to accomplish the deliverables described in the attached DRAFT Statement of Work (SOW). 4. Interested and capable Contractors are encouraged to respond to this notice not later than Monday, January 19, 2026 at 03:00 PM PST, by providing the following information via email only to Hanan.Mccullick@va.gov. (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. (h) Statement indicating the product name of the product referenced above that you intend to provide for this procurement. (i) Statement indicating whether you are the manufacturer of the product that you intend to provide for this procurement. If you intend to provide the Infusion Pumps product manufactured by a company other than your own, state the name of the company whose product you intend to provide, the country of origin for Infusion Pumps product you intend to provide, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI. (j) Statement indicating if you have a current contract to provide the Infusion Pumps that you intend to provide for this procurement, along with the installation, configuration, validation, support, and maintenance services required by this procurement, under either the General Services Administration s Federal Supply Schedule or with NAC, NASA SEWP, or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract. (k) Statement indicating how many calendar days you estimate it would take you to install, configure, and validate the Infusion Pump product that you intend to provide for this procurement in a medical center similar to the Northern Arizona VA Medical Center. (l) General pricing for your products/solutions for market research purposes. (m) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing Infusion Pumps that meets the requirements described in the attached DRAFT Statement of Work and demonstrates your experience providing the installation, configuration, validation, support, and maintenance services required by this procurement. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement. Respondents must provide the following information for each reference contract: (1) the legal name of entity with whom the respondent held the contract; (2) the contract number; (3) a description providing details of the specific tasks the respondent performed under that contract; (4) the dates during which the respondent performed the contract; (5) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must identify the legal name of each subcontractor and provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE INFUSION PUMPS AND SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. 5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement-- 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. SCHEDULE OF SUPPLIES: SALIENT CHARACTERISTICS: Must meet or exceed Eitan Medical Sapphire Multi-Therapy Infusion Pump Must be compact and lightweight (1lb with the battery installed) Must have a flow rate of at least 0.1 999 mL/h (increments of 0.1 or 1 mL/h) Accuracy must be at least ±2.5% Must have touchscreen interface with glove and moisture compatibility Must have rechargeable Li-Ion battery Must have integrated air-in-line and occlusion sensors Must be software-driven with no recalibration required Must be drop-tested according to IEC 60601-1 Standard Must be IP24 rated Must be rated for Prehospital and ambulance transport use STATEMENT OF WORK: Specific Tasks. 1.1 Equipment Requirements The Contractor shall provide transport infusion pumps that, at a minimum, meet or exceed the following salient characteristics: General Design and Environment Single-channel volumetric, peristaltic infusion pump designed for multi-therapy use in EMS transport settings. Compact and lightweight design suitable for transport and ambulance mounting; approximate dimensions not exceeding 6 in (H) x 4 in (W) x 2.5 in (D), and weight approximately 1 lb or less (excluding battery). Durable housing appropriate for EMS use, with protection against shocks, vibration, and fluid exposure consistent with transport/ambulatory standards (e.g., ingress protection rating similar to IP24 or better). Integrated color touch screen user interface (approximately 3-inch diagonal or greater) with intuitive, icon-driven menus for programming and operation. Performance and Therapy Modes Volumetric infusion with flow rate range of at least 0.1 to 999 mL/hour, adjustable in small increments (e.g., 0.1 mL/hour), suitable for both low-dose and higher-rate infusions. Programmable volume to be infused (VTBI) range of at least 1 to 9,999 mL, with appropriate increment resolution. Delivery accuracy of ±5% or better under normal operating conditions. Support for multiple infusion modes, including at a minimum continuous and intermittent infusions, with the capability to support PCA and other therapies (e.g., epidural, TPN, piggyback) either natively or via predefined programs as available from the manufacturer. Capability to program bolus doses and limits, including clinician-administered bolus and, where applicable, patient-controlled bolus with configurable lockout intervals. Configurable dose limits (hard and/or soft limits) and clinical safety features appropriate for infusion of high-alert medications. Safety and Alarms Integrated safety systems including upstream and downstream occlusion detection, air-in-line detection, door open detection, and battery/low power alarms with audible and visual indications. Alarm and event log functions with time/date stamps for infusion events, alarms, and system messages, accessible on the device for review and troubleshooting. Clear visual and audible alarm priority differentiation to support rapid recognition and response by EMS personnel. Power Rechargeable internal battery capable of providing at least 12 hours of operation at a representative infusion rate (e.g., approximately 125 mL/hour) on a full charge; longer runtime is preferred. External AC power capability (100 240 VAC, 50 60 Hz) with an AC adapter that operates the pump and charges the internal battery. Availability of compatible mounting cradle, bracket, or equivalent hardware that allows the pump to be secured to a pole, stretcher, or ambulance mount and connected to power without interrupting the infusion. Option for vehicle power integration to maintain charging while pumps are mounted in the ambulance. Administration Sets Use of compatible administration sets that are regulatory cleared and labeled for use with the pump. Availability of a range of administration sets suitable for common EMS infusions (e.g., standard primary and secondary sets, microbore and macro-bore sets, and specialty sets as required by the manufacturer). Administration sets that support secure connection to common IV access devices (e.g., standard luer-lock connections) and are appropriate for both adult and pediatric use. Data, Storage, and Configuration Onboard storage of infusion programs, alarm/event logs, and basic infusion history with the ability to review information on the device display. Capability, if available, to connect to external systems or accessories (e.g., via communication cable, docking station, or similar) for configuration or data retrieval, subject to VA cybersecurity review and approval before any connection to VA networks. If drug libraries or profile-based programming are available, the system shall support configuration of such features in collaboration with NAVAHCS clinical leadership and Biomedical Engineering. Regulatory and Standards Compliance Device shall be FDA-cleared for the intended indications and comply with applicable medical electrical equipment and safety standards (e.g., IEC 60601-1) and relevant infusion pump performance standards. Device shall be supplied with full operator/user manuals and service/maintenance documentation in English, configured with U.S. standard units and alarm conventions appropriate for clinical use. 1.2 Delivery Contractor shall deliver all equipment to: Delivery shall occur during normal business hours (Monday Friday, excluding Federal holidays, local time 0800 1600), unless otherwise coordinated with the Point of Contact (POC). 1.3 Installation and Configuration Contractor shall configure each device with default settings recommended for transport use, as agreed upon with the POC and Biomedical Engineering, including any applicable drug libraries or clinical profiles if those features are utilized. 1.4 Training Contractor shall provide on-site in-service training for EAS paramedics, EMTs, supervisors, and other designated staff on the operation, programming, safety features, cleaning, and basic troubleshooting of the infusion pumps. Training shall include at a minimum: Basic startup and shutdown procedures. Programming of common infusion modes (continuous, intermittent, piggyback, PCA where applicable). Setting and adjusting flow rates, VTBI, and bolus doses. Changing administration sets and managing line setup. Recognizing and managing alarms and alerts. Reviewing infusion history and event logs. Daily/shift checks, battery management, and inspection procedures. Cleaning and disinfection procedures consistent with manufacturer instructions and NAVAHCS infection prevention policies. Contractor shall provide training materials (e.g., handouts, quick-reference cards, or videos) and leave them with the facility for ongoing internal training. 1.5 Documentation Contractor shall provide, at a minimum: One (1) complete set of operator/user manuals for each pump (paper and/or electronic). One (1) complete service/maintenance manual (electronic acceptable) for Biomedical Engineering. Any registration, warranty, or service enrollment documents. Technical data sheets and specification documents for all supplied equipment and accessories. 1.6 Warranty and Service Contractor shall provide a manufacturer s warranty on all infusion pumps for a minimum of one (1) year from acceptance. Longer standard or extended warranties are preferred. Warranty shall cover parts and labor for repair of defects in materials and workmanship. Contractor shall specify typical response times for technical support and on-site service (if applicable). Contractor shall provide information on post-warranty service options and estimated costs (e.g., service contracts, depot repair). Other Pertinent Information or Special Considerations. This procurement is based on a brand-name or equal requirement referencing the Sapphire Multi-Therapy Infusion Pump, or equal, to ensure that any proposed equal product meets or exceeds the salient characteristics outlined in Section 4.1 and is suitable for EMS transport use. The Contractor shall clearly identify the proposed make and model and shall provide technical documentation demonstrating that any equal product meets all salient characteristics. Packaging shall be suitable for medical equipment and protect against damage during shipping and handling. All shipping, handling, and insurance costs shall be included in the Contractor s pricing. Contractor personnel working on-site shall comply with all NAVAHCS policies, including infection control, safety, and access requirements. Warranty and service obligations shall extend for the duration specified in the Warranty and Service Section of this document, beginning upon Government acceptance of the equipment.