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 334118 (size standard of 1000 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 a HP Latex 730W 64-inch Large Format Printer, Ink, removal and installation or an equal product for the Southern Arizona VA Healthcare System located in Tucson, AZ. Brand name Information: Manufacturer: HP Nomenclature: HP Latex 700W printer Model Number: Y0U23A Equal to product Information: Salient Characteristics Print Technology: Must utilize water-based HP Latex Inks with third-generation latex formulation that includes an odorless, water-based polymer latex ink system to meet environmental and workplace safety requirements. Media Compatibility: Must support wide format printing up to 64 inches in width. Must be compatible with a broad range of media types including paper, vinyl, canvas, film, textiles, backlit, and mesh materials with or without liner. White Ink Capability: Must include integrated white ink functionality with automatic recirculation and printhead maintenance to reduce waste and manual intervention. Must allow for under flood, overflood, and spot modes for white ink layering. Curing and Drying System: Must include an integrated curing system that ensures prints are dry and ready for immediate finishing and delivery upon exit from the printer. Curing system must operate at a lower temperature to accommodate heat-sensitive media. Environmental Standards: Must be designed for low emissions and meet criteria for UL ECOLOGO®, ENERGY STAR®, and EPEAT compliance. Must be suitable for installation in occupied office environments without special ventilation. Print Resolution and Quality: Must deliver up to 1,200 dpi resolution with embedded spectrophotometer for consistent color calibration and accurate color reproduction across print jobs. Operational Efficiency: Must include HP PrintOS compatibility and an onboard touchscreen interface for remote monitoring, job queue management, and real-time diagnostics. Ink Supply System: Must utilize modular ink cartridges with bulk capacity (775 ml or greater) and incorporate automated maintenance and printhead service station. Built-In Cutter and Take-Up Reel: Must include a built-in automatic cutter and heavy-duty take-up reel system to support unattended printing of long runs with precise media handling and alignment. Training and Support: Vendor must provide installation, configuration, and on-site user training. Must include a minimum one-year warranty with next-business-day on-site support or equivalent. The painter must Achieve consistent, high-quality prints with HP Pixel Control ink mixing and distribution. The HP Embedded Spectrophotometer enables accurate color profiling, while HP Latex Inks and automated double-sided printing1 support a wide range of high-margin applications. Deliver stunning prints with uniform colors via precise HP Pixel Control ink mixing and distribution. Printer must Load media quickly and easily with spindle-less front-loading and save media by printing from the leading edge. Must remove and dispose of old printer currently in use. The list of salient characteristics is intended to be descriptive, not restrictive, of the supplies/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 the SALIENT CHARACTERISTICS requirements. For instances where your company cannot meet the SALIENT CHARACTERISTICS requirement(s), please explain. For instances where your company can meet the SALIENT CHARACTERISTICS requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SALIENT CHARACTERISTICS requirements 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 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; modify; the items requested in any way? If you do, state how and what is altered; assembled; 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? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. If applicable. (15) Does your organization offer a leasing solution? Please elaborate. (16) 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). (17) 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. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to israel.garcia2@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, September 03, 2025 by 04:00 PM 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. 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.