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 an OR Boom product and provide on-going technical support and maintenance services for that installed product for the Loma Linda VA Medical Center located in Loma Linda, California. The required services (installation, configuration, validation, support, and maintenance for the OR Booms) shall be provided by the contractor along with all the 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 Thursday, July 24, 2025 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 OR Booms 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 a 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 the 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 product 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 product that you intend to provide for this procurement in a medical center similar to the Loma Linda 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 the OR Booms 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 OR BOOMS 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 (BRAND NAME OR EQUAL TO SKYTRON): Must have arm lengths up to 115 inches. Must allow equipment positioning within 19 feet of the mounting structure. Must have 360 degrees access on all the equipment attachments. Must be compatible with the current layout of the operating room. Must not impede and take space that will compromise patient and staff safety. STATEMENT OF WORK: Delivery: The Contractor will make delivery of the required items F.O.B. destination point. Delivery and installation shall be coordinated with the Loma Linda VAMC POC, Christian De Guzman or Jonathan McGalliard, to ensure proper placement. Upon delivery, the VA POC shall inspect the equipment for acceptance and will confirm with the Contractor representative prior to Contractor departure from site. Acceptance of equipment will be contingent upon the delivered equipment being fully operational upon completion of installation services. If removal and installation of the machines is completed by a subcontractor, the removal and installation line items will not be invoiced against until service is completed, and the machines are fully operational. If equipment is damaged or unacceptable for use, the equipment will be returned to the contractor for replacement at no additional cost to the government. The services provided by the Contractor will include delivery and installation of the replacement machines as well as de-installation and removal of the current/old machines. Installation and Removal: This project involves upgrading the existing ceiling-mounted operating room (OR) equipment to new systems. The scope of work includes the removal of the current surgical lighting and wall control boxes, as well as the existing mounting plates located above the finished ceiling. The new mounting plates will be securely installed using welding, and the existing electrical and medical gas infrastructure above the ceiling will be utilized without requiring modifications. Since the dimensions of the surgical light wall controls differ from the existing control boxes, patching and painting will be performed at the wall control locations to ensure a clean, finished appearance. The project will conclude with the installation, testing, and validation of the new ceiling-mounted equipment to confirm proper functionality and compliance with all safety and operational standards. This work will be executed efficiently to minimize disruption and ensure seamless integration into the OR environment. The Contractor shall coordinate with the VA POC to ensure the installation of the washer disinfector machines is completed during the duty hour of 0800 to 1500, Mondays through Fridays excluding Federal holidays. The facility will be closed on the following holidays: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Juneteenth Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. The Contractor (or subcontractor) is responsible for ensuring the new machines are fully operational prior to departure after installation. Contractor is required to have on site staff with OSHA 10 certification. The contractor is to provide installation schedule and phasing requirements that include planning, manufacturing, project management and installation. The contractor is responsible for removing excess materials. OBJECTIVES: The purpose of this contract is to establish a contractor/vendor who can provide support during the preparation for the transition to Room Service in addition to procurement and installation all equipment needed to transition to room service, furnishing all labor, material, supplies and, tools in addition to removing any necessary equipment. Anticipated equipment will include but not limited to: OR's 1 and 3 - Each with Single Surgical Light Mount and Dual Surgical Light Mount Lights: Single Surgical Light - VALL OR 1 and 3 (x2) Lights: Dual Surgical Light - VALL OR 1 and 3 (x2) OR's 4 - 7 - Each with One Single Surgical Light with Flat Panel Boom, One Dual Surgical Light with Flat Panel Boom, and One Single Equipment Boom Booms - Freedom: Single Surgical Light with Flat Panel - VALL ORs 4-7 (x4) Booms - Freedom: Single Surgical Light with Flat Panel with Cam and WC - VALL OR 4-7 (x4) Booms - Freedom: Equipment Boom with Surgical Light - VALL ORs 4-7 (x4) OR 8 - Three Single Surgical Light with Flat Panel Booms, Single Equipment Boom Booms - Freedom: Single Surgical Light with Flat Panel - VALL OR 8 (x1) Booms - Freedom: Single Surgical Light with Flat Panel with Cam and WC - VALL OR 8 (x1) Booms - Freedom: Single Surgical Light with Flat Panel - VALL OR 8 (x1) Booms - Freedom: Single Equipment Boom - VALL OR 8 (x1) Clinic Light Replacement - ENT: Single Astro. Old Derm: Single Astro, Five Spectra Exam Lights Lights: Astro Procedure Light - VALL ENT Clinic (x1) Lights: Astro Procedure Light - VALL Old Derm Clinic (x1) Lights: Spectra Exam Light - VALL Old Derm Clinic (x5) Cysto OR's Booms - Freedom: Dual Light with Flat Panel - Cysto VALL (x2) Booms - Freedom: Equipment Boom Cysto VALL (x2) PLACE OF PERFORMANCE: Delivery at the Veterans Affairs Medical Center, located at: Loma Linda VA Medical Center ATTN: Anesthesia or Biomedical Services 11201 Benton Street Loma Linda, CA 92357 SPECIFIC REQUIREMENTS: a. Schedule with Contracting Officer Representative (COR) or Designee five (5) business days in advance prior to start of work. b. Prior to the start of job, all personnel shall have a valid Loma Linda PIV badge. c. Prior to working, ALL energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified. d. Prior to work each day, workers or a designated lead or supervisor are/is to check in with the Graphics Control in the plant. e. Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here.