The VA Medical Center is conducting this Sources Sought to identify contractors who possess capabilities to provide the product described in the specification below. As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy. Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted because of this sources sought notice. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought. This service will be implemented using the North American Industry Classification System (NAICS) Code 339112. Respondents who are supply information from a GSA contract please provide your contract number and category number in your response. NOTES All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to joseph.krupa@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than July 28, 2025, at 12:00 p.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced later, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice. DISCLAIMER This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. Please indicate if you have a letter of distribution or authorization from manufacturer. Specifications: STATEMENT OF WORK (SOW) 1. Contract Title. Pulmonary Function Testing Systems 2. Background. The purpose of this requirement is to procure three (3) pulmonary function testing (PFT) systems for the Washington DC VA Medical Center. The procurement includes three plethysmography systems, computers with monitor/keyboard/mouse, breathing circuits, printers, software, and carts. This equipment will be installed at the Washington DC VA Medical Center. 3. Scope of Work. The procurement shall include all parts, materials, labor, software/licenses, resources, and training required to implement and utilize the equipment/system to their fullest capacity. All items must be covered by manufacturer s warranty and procured through a manufacturer-approved distribution channel. Distributers and resellers must be able to document ability to provide items through manufacturer-approved distribution channels upon request. 4. Specifications. 4.1 Equipment Line Item Description Quantity 31797-001 - Vyntus Body Diffusion System 3 768093 - GAS .3%CO .3%CH4 21%02 BAL N2 (ED) 3 V-859140-13 - Standard Cart 2 001-375420 - ITGV SIMULATOR 3 760707 - POWER CORD HOSPITAL GRADE 3 28567-001 - SES CLIENT 3 32925-001 - Additional Breathing Circuit 3 34553-143 - SERVICE-VYN-PFT FUNDMTLS TRG-3 DAYS-CUST HOSTED 1 V-577201-100 - SENTRYCONNECT SEAT LICENSE FOR SES Single Seat license to connect to SentryConnect gateway, SentrySuite instrument, SentrySuite reading station, Sentry.NET remote acces 3 4.2 Required Features The procurement includes a quantity of three (3) pulmonary function testing systems. o The systems shall be capable of plethysmography, spirometry (FVC, SVC, MVV), lung subdivisions, real-time DLCO, MIP/MEP, and pre/post bronchodilator. o The systems shall include computers, monitors, keyboards, and mice. o The computers shall have a currently supported operating system, capable of operating on Windows 11. o Two systems shall include carts and mounting system for the computer monitor. o The systems shall include a breathing circuit with an ultrasonic sensor, flow path valve, and demand valve. o The system shall include software used to analyze PFT tests. The PFT software must be the vendors latest version The procurement includes 0.3% CO, 0.3% CH4, 21% O2 Bal N2 gases. Inside cabin dimensions no greater than 89 x 71 x 174 cm. Outside cabin dimensions no greater than 94 x 80 x 185 cm. Mains voltage 100 240 V, AC 50 60 Hz. Power input maximum 80 VA. Flow and volume sensor accuracy for 0 to 14 L/s: o For exhalation, 1.5% or 0.05 L/s o For inhalation, 2.5% or 0.05 L/s Mouth pressure sensor range +/- 20 kPa Mouth pressure sensor accuracy +/- 1 % or 0.01 kPa 5. Specific Tasks. 5.1 Delivery. i. All equipment shall be delivered to: Washington DC VA Medical Center 50 Irving St NW Washington, DC 20422 ATTN: VHAWAS Equipment Committee ii. Contract VA Purchase Order (PO) number shall be included with delivery information (e.g., packing slip). Note: PO number starts with station code 688 followed by a letter and 5 digits (e.g., 688A12345) iii. Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays. iv. Contractor shall coordinate delivery with the on-site Point of Contact (POC) and provide shipment tracking information. v. Contractor shall verify delivery date and time with the on-site POC at least 3 business days prior to scheduled delivery. vi. Delivery is required within 90 days from award of the contract. 5.2 On Site Procedures. i. COVID-19 Screening: All persons entering the facility shall be subject to screening for COVID-19 per the current CDC (Center for Disease Control) guidelines. ii. Mask Requirement: All contractors shall wear masks while indoors. iii. Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government Officials. iv. Time spent on site shall be for a period sufficient to complete the work set forth in the statement of work. v. On site visits shall be scheduled in advance with the designated on-site POC. vi. Contractor shall check in and out with Biomedical Engineering prior to visiting the worksite for each day of work. vii. The VA campus is non-smoking. Contractor personnel are required to comply with this policy. viii. Parking: it is the responsibility of the Contractor to park in the appropriate designated parking areas. ix. Contractor personnel s tool bags are subject to inspection. 5.3 Installation/Implementation. i. Installation/Implementation will be completed by personnel certified and knowledgeable with the designated equipment/system. ii. Installation shall be completed within the period of performance. iii. Contractor shall be responsible for any Personal Protection Equipment (PPE) required when performing work on site. iv. Contractor shall submit all removable media to be used on a VA system to Biomedical Engineering for scanning with anti-virus software prior to use. v. In the case turn-in, exchange, repair, or replacement of equipment containing hard drives used by the VA, the hard drives shall be removed from the equipment and remain in possession of the VA (this includes loaned or rented equipment). vi. The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. 5.4 Training. i. Contractor shall be responsible for providing training to clinical staff/users. ii. Training is to be scheduled in advance with the designated on-site POC. iii. Education shall be provided prior to and/or at time of installation. iv. Education professional shall be certified to provide instruction on the designated equipment/system. v. Education curriculum must include: operations and set-up, user maintenance, safety, and user troubleshooting tips. 5.5 Inspection and Acceptance. i. Contractor shall conduct a joint inspection with the on-site POC upon completion of installation. ii. In the event deficiencies are identified, the contractor shall provide the date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the on-site POC after addressing all deficiencies. All deficiencies identified in the joint inspections shall be corrected by the Contractor prior to Government acceptance of the item. Any disputes shall be resolved by the Contracting Officer. 5.6 Deliverables. The Contractor shall provide the below documentation for the proposed equipment to VHAWASEquipmentRequests@va.gov within 10 business days of work completion: i. Service report. ii. Warranty information. iii. Electronic copy of the Operators Manual. iv. Electronic copies of the complete technical service manuals, including troubleshooting guides, necessary diagnostic software and equipment information, schematic diagrams, and parts lists. 6. Hours of Operation. DC VAMC s normal business hours are Monday-Friday, 8:00 am to 4:30 pm, excluding observed Federal holidays: New Year s Day Labor Day Martin Luther King s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day Any other national holiday as declared by the President of the United States 7. Period of Performance. Delivery within 90 days from contract award. 8. Invoicing. Contractor shall submit a consolidated invoice monthly in arrears of the month for which services are being billed. One all-inclusive monthly invoice shall be provided, which shall contain an invoice number, contract number, obligations order number, and an itemized list of services provided. An acceptable master (all-inclusive) itemized list of services shall be agreed to between the Contractor and the COR prior to submission of the first invoice. All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. VA s Electronic Invoice Presentment and Payment System (IPPS) The VA Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website to begin submitting electronic invoices, free of charge: http://www.tungsten-network.com/US/en/veterans-affairs/. More information on the VA FSC is available at: http://www.fsc.va.gov/einvoice.asp. Vendor e-Invoice Set-Up Information: To begin submitting your electronic invoices to the VA FSC for payment processing, free of charge, please contact Tungsten at the below phone number or email address: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice Email: VA.Registration@Tungsten-Network.com If you have a question about the e-invoicing program or Tungsten, please contact the FSC at the below phone number email address. FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-Invoice Email: vafsccshd@va.gov 9. Contract Type. Firm-Fixed Priced Contract 10. Evaluation Factors. i. Required Features ii. Price iii. Authorization Letter to Distribute iv. Delivery Lead Times Vyntus Body Salient Characteristics The procurement includes a quantity of three (3) pulmonary function testing systems. o The systems shall be capable of plethysmography, spirometry (FVC, SVC, MVV), lung subdivisions, real-time DLCO, MIP/MEP, and pre/post bronchodilator. o The systems shall include computers, monitors, keyboards, and mice. o The computers shall have a currently supported operating system, capable of operating on Windows 11. o Two systems shall include carts and mounting system for the computer monitor. o The systems shall include a breathing circuit with an ultrasonic sensor, flow path valve, and demand valve. o The system shall include software used to analyze PFT tests. The PFT software must be the vendors latest version The procurement includes 0.3% CO, 0.3% CH4, 21% O2 Bal N2 gases. Inside cabin dimensions no greater than 89 x 71 x 174 cm. Outside cabin dimensions no greater than 94 x 80 x 185 cm. Mains voltage 100 240 V, AC 50 60 Hz. Power input maximum 80 VA. Flow and volume sensor accuracy for 0 to 14 L/s: o For exhalation, 1.5% or 0.05 L/s o For inhalation, 2.5% or 0.05 L/s Mouth pressure sensor range +/- 20 kPa Mouth pressure sensor accuracy +/- 1 % or 0.01 kPa