PURPOSE: This is a Sources Sought announcement only. This is not a solicitation announcement. The NCO 15 Consolidated Mail Outpatient Pharmacy(CMOP), Contracting office is conducting market research only to gain knowledge of potential qualified sources and is issuing this sources sought notice for induction sealer. Offers are not being solicited at this time. The Government does not intend to award a contract on the basis of this request for information. Vendors are required to address the following questions to be considered a viable source for future needs; Can you meet the requirement as described in attached the Statement of Requirements? Any responses to this sources sought must include an answer to all of the above question in order to adequately assess the capabilities of the marketplace in relation to the requirements of this procurement. When responding please include; Your company s POCs: Name Phone Number Email Address Your Company s SAM Unique ID Number Your Company s Capability Statement Interested sources may respond to this notice via email to kayla.powers@va.gov , on or before November 7th, 2025 @ 10:00 am CDT. This Request for Information does not obligate VA to the release of a solicitation. STATEMENT OF REQUIREMENTS DEPARTMENT OF VETERANS AFFAIRS CONSOLIDATED MAIL OUTPATIENT PHARMACY (CMOP) CHARLESTON INDUCTION SEALER BACKGROUND: Charleston CMOP located at 4136 Carolina Commerce Parkway, North Charleston, SC 29456 requires automated bottle sealing capability for the Controlled Substances portion of the Automated Pharmacy Fulfillment System (APFS) to meet increased patient safety for Veteran patients. An important part of this equipment is maintaining consistency and improving patient confidence in the integrity of their medication packaging. Medication bottles that are sent via the mail stream are handled by many people, and providing a tamper evident seal on these bottles provides better patient safety and improved patient confidence that their prescription is intact and proper. STATION INFORMATION: ONSITE REQUIREMENTS: There is no on-site requirement for this equipment purchase SITE SPECIFIC DATA: All dimensions, measurements, existing equipment, and site conditions represented herein are for estimating purposes only. Vendor shall verify all site-specific data prior to offering a proposal. SERVICES: The vendor shall provide one (1) inline bottle induction sealer shall be free standing or equipped with an optional stand that provides adjustment to work with existing conveyor equipment. The sealer shall be powered by either 120VAC or 208VAC. The sealer shall require minimal assembly that can be completed by a technician with minimal experience. Configuration shall be completed by vendor personnel, or it should be able to be performed by CMOP personnel without extensive training. Other requirements include: Power: 120VAC with NEMA 5-15 plug and minimum 5 ft cord, or 200-240VAC with NEMA 5-15 plug and minimum 5 ft cord. Throughput: Sealer shall be able to accept either 120cc or 250cc bottles with approximately 43mm diameter Child Resistant Cap (CRC). The minimum system capacity should be 150 bottles per minute with an anticipated 6in spacing between bottles. Features: Sealer shall have the ability to be remotely started/stopped via input from the conveyor control logic. Sealer shall have jam detect to prevent melting bottles that become jammed/stopped in the sealer. Light indicators that identify running condition, faults, and other important states Free standing (or with a stand accessory) that allows the unit to be placed over existing conveyor. The stand/sealer shall be adjustable to work with both 120cc or 2500cc bottles. It does not have to do both types simultaneously, but that would be considered a positive factor. Additional features not required but considered a positive factor are foil detection, crooked cap detection, and stalled bottle/bottle back-up detection. Installation: Unit shall be delivered and ready for installation and configuration within 60 days of award. All manuals and instructions for installation and configuration shall be delivered prior to or at unit delivery. If the vendor chooses to provide installation as part of the equipment cost, then installation shall take place within 10 business days of unit delivery. VA Responsibilities: VA will provide: Loading dock for the offload of equipment. Engineering staff to provide minor assembly, installation, and basic configuration. Escorts for vendor staff for any on-site portion of the installation. Electrical power meeting the specifications of the equipment provided. General Requirements: WORKMANSHIP: All work will be performed by trained, qualified technicians in accordance with the manufacturer s recommendations and all applicable Federal, State, local and VA regulations. All items for consideration shall conform to current regulations, codes and standards, to include but not limited to, OSHA, USP, NIOSH, local/state and federal codes, National Medical Device Amendments of 1976, and Safe Medical Device Amendments of 1998. PERIOD OF SERVICE: The term of this contract is for the procurement of the induction sealer, installation if provided, and the warranty period of the equipment. QUALIFICATION OF OFFERORS: Offerors must be manufacturers or authorized distributors for the products offered. Equipment must meet the specifications listed. Any vendor personnel performing work on-site must be qualified and knowledgeable on the equipment proposed. SAFETY REQUIREMENTS: In the performance of this contract, the contractor shall comply with all federal, state, VA and local safety regulations. The Contracting Officer or his designee will notify the contractor of any noncompliance with the foregoing provisions and action to be taken. After receipt of such notice, the contractor shall immediately correct the conditions to which attention has been directed. Such notice, when served on the contractor, his representative at the site of the work, shall be deemed sufficient for this purpose. All electrical work shall conform to NFPA 70, 70B and 70E standards. SECURITY REQUIREMENTS: The C&A requirements do not apply, and that a Security Accreditation Package is not required. STANDARDS OF CONDUCT: IAW VA Policy, when on site, vendors must comply with VA standards of conduct. The on-site Contracting Officer s Representative shall refer to the Contractor for immediate action (including, but not limited to, removal from the work site) any contract technician whose personal or professional conduct jeopardizes or interferes with the regular and ordinary operation of the CMOP facility. Breaches of conduct include, but are not limited to, intoxication or debilitation resulting from drug use; theft; dereliction; negligence in performing tasks or other conduct resulting in complaints by staff or management.