THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT 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. 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. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1,000 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following,: Contrast Dye Injector The Robert J. Dole VA Medical Center (Dole VA) requires 2 Contrast Dye Injector Systems to replace the existing equipment that is at the end of it s life cycle. All items shall be new, unused, and produced from current production components. The technical specifications for this requirement are highlighted below. Additionally, all equipment and accessories, installation, training, and project management support shall be provided by the vendor. TECHNICAL REQUIREMENTS A. Salient Features: Touch Hand Controller that controls flow rate with option to deliver contrast or heparinized saline. Controller in the lab for heart caths Controller in the control room for peripherals Autofill, autodetect, and purge capabilities Touch screen control panel Built-in air column detection sensor Isolated contrast reservoir Pressure Transducer backplate and disposable cartridge Syringe valve sensor Syringe mounting chamber with multi-use syringe feature Capability and equipment to be both portable and table-mounted For portable configuration, include a cart with locking wheels Adjustable arm Injector head Offer features that mitigate air injection during angiography Integrate with current Innova Cath Labs and any new Cath Lab technology (we are replacing our Cath Labs and need these to integrate with whatever new system we get) Offer variable contrast rate injection settings Include operator s manual Include service manual B. Technical Requirements: Power supply 100 to 120 VAC or 200-240 VAC 50-60 Hz Cart Dimensions: Approximate Wheelbase footprint: 53.3 × 63.5 cm (21 × 25 inches), height 91.4 cm (36 inches) C. Warranty: Minimum of 1 yr warranty A manufacturer s factory-trained Field Service Engineer shall perform installation and corrective and preventative maintenance during the warranty period. The warranty shall include all manufacturer recommended Preventive Maintenance procedures for its duration. All available software updates and security patches will be made available to the Dole VA during the warranty period. Vendor shall provide response to applications and technical calls within 8 hours. Vendor shall ship replacement parts within 48 hours of identifying necessity by Dole VA Biomedical Engineering staff. D. Assembly, Installation, and Testing: Vendor responsible for assembly and installation of systems. Install shall include unboxing, assembly, implementation, and testing of all purchased hardware, features, software, and interfaces to VA electronic systems in coordination with Clinical Staff, Biomedical Engineering staff, OI&T staff, and others identified as needed. Vendor shall provide all necessary accessories, cables, adapters, etc. to deliver a fully functional clinical device/system. Vendor must test and verify all equipment, components, and accessories are fully operational and ready for use in accordance with manufacturer s recommendations. E. Trade-in Credit (optional) Include trade-in value deduction on bid price in exchange for 2 injectors. Removal of existing equipment, if there is a turn-in credit offered. 4. TRAINING A. Clinical Training: On-site training program for in-house clinical personnel. Training for clinical personnel must provide nurses, providers, and all other clinical staff with the tools and knowledge to fully operate the devices and conduct checks per the manufacturer s instructions and hospital regulations, as well as answer any questions personnel may have regarding the new equipment. Training must also equip education personnel to provide refresher training to current clinical staff and to train new clinical staff for future training sessions, following this training. B. Cleaning/Sterilization Personnel Training: On-site training program for in-house cleaning/housekeeping personnel. Training to provide staff with the tools and knowledge to properly clean the devices without damaging the equipment per the manufacturer s instructions and hospital regulations. Training to also answer any questions staff may have regarding the new equipment. C. Technical On-Site Training: On-site training program for the biomed technicians. Technical training must provide up to 10 biomed personnel with the tools and knowledge to fully operate, maintain, troubleshoot, and repair the system per OEM standards, as well as answer any questions personnel may have regarding the new equipment. D. Technical Off-Site Training Class: Off-site training class for at least 1 biomed technician. Technical training must provide at least 1 biomed technician with the skills and knowledge to fully operate, maintain, troubleshoot, and repair the system per OEM standards. The information identified above is intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Provide 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 under this RFI? Are you the manufacturer, an authorized distributor, or an equivalent solution to the items being referenced above? If an authorized distributor must provide proof. If you are a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, are you providing the equipment from a small business manufacturer? Do you alter, assemble, or modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Where is the product manufactured? Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your UEI number. Responses to this notice shall be submitted via email to Tracie Raggs at tracie.raggs@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, August 8, 2025, at 1100 CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation