THIS REQUEST FOR INFORMATION (RFI) /SOURCES SOUGHT NOTICE IS ISSUED 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 339112 (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 ABG System s WHITE Box components (Dispenser, White Box Single Door/2000 and Box control /2004) or Equal for Greater Los Angeles Healthcare System, West LA VA Medical Center: Item # Description/Part Number* Qty 1 White Box - Single Door / 2000 1 2 White Box Control / 2004 1 REQUIREMENT SALIENT CHARACTERISTICS: The system is to be comprised of modules for dispensing, receiving and control to provide flexibility to match specific service area storage requirements. This acquisition is for dispenser and control unit only. The system must utilize RFID tags on all garments to ensure tracking of inventory and accountability of users. All transactions (dispensing and receiving) must be tracked through the RFID tags. Individual dispensing module dimensions must not exceed 20 W x 23 D x 82 H Each dispensing module shall be configured with one to four doors with a minimum capacity of at least 100 folded scrubs. The dispenser must accommodate bulk loading of folded garments (no additional folding/rolling required) The control module must include an interactive touch screen allowing users to make selections and visualize credit availability. Units must have configurable shelving within each module to enable multiple configuration options. The user interface will enable employees to access their available garments through either a key card or a code and will inform operators of the account status and garment availability. The dispenser must work with either code access or a Badge/ID that is registered and approved by both manufacturer and VA Medical Center. System must incorporate a learn mode to provide specific scrub loading recommendations based on historical usage at each service location. Power requirements: 110 VAC, 60Hz, 3 Amp Max. It must also be compatible with International 240 VAC, 50Hz. IT REQUIREMENT: The system management software should be hosted on a local server with no confidential or patient information maintained. The equipment must have the ability to access the server via ethernet, WIFI, and cellular connectivity. Vendor must include linen management and user training at no additional charge. FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: Equipment must provide the functional and performance capability as listed above in section in above. TRAINING: Contractor is to provide a one-time training at installation of equipment (if applicable). Government will not require additional training. WARRANTY OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. Government does not accept extended warranty, which requires advance payment.   PERFORMANCE:  All items to be delivered and or installed after receipt of purchase order but not earlier than 07/15/2025 but not later than 07/30/2025.   Hours: Normal duty hours are 7:30 a.m. through 5:00 p.m., Monday through Friday, not including federal holidays. Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR, POC or designee. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays  New Year s Day January 1st  Martin Luther King s Birthday Third Monday in January President s Day Last Monday in January Memorial Day Last Monday in January Juneteenth June 19th Independence Day July 4th  Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th  Thanksgiving Day Fourth Thursday in November Christmas Day December 25th  Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site at all VA facilities. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. All shipping for parts will be included in the cost of the contract. QUESTIONS 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: Submit your capabilities statement illustrating how your organization can/cannot meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company cannot meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please explain. For instances where your company can meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please show how your company meets/exceeds each requirement. Please review the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. 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. Is your company considered small under the NAICS code identified in this RFI? 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/SOW? 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). 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. Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? 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? Please indicate whether your product conforms to the requirements of the Buy American Act? Please also indicate Country of Origin for each item. What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. What is estimated life span of your solution? What support/services does that entail? Does your organization offer a leasing solution? Please elaborate. Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract that includes proposed commodities or services? If so, please provide the contract number(s). 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. 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. Please provide your SAM.gov Unique Entity ID/Cage Code number. Please indicate if you are an authorized reseller/manufacturer. Please provide evidence that your products/solution is OEM & provide manufacturer s model number. To respond to this notice, please email sam.choo@va.gov and answer all questions above. Incomplete responses will not be considered valid interest to participate in future opportunities. Telephone responses will not be accepted. Responses must be received no later than Wednesday, July 16, 2025 by 10:00 AM PST. 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. Interested contractor must provide responses to all questions in Section B of this document. 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.