THIS 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 1000 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: Portable point of care Ultrasound for placement of central venous access liners and peripheral nerve blocks. Name brand or equal to Sonosite PX Ultrasound System Leavenworth VAMC requires a portable point of care Ultrasound to serve its patient population. Use of ultrasound has become standard of care for placement of peripheral nerve blocks and central venous access lines. Performance Period: This is a onetime purchase; delivery should be completed within ninety (90) days from date of award. GENERAL REQUIREMENTS Name brand or equal: Sonosite PX Ultrasound System to include to the following: Must have portability for point-of-care imaging in small clinic rooms. Stand to be approximately (footprint width x depth) 28 inches x 28 inches Height Max: 65 inches monitor raised Height Min: 9 inches Work surface that adjusts between 0 to 140 degrees System and stand weight max of 90 lbs Must have Touch Panel Controls with a minimum size 9 inches x 4.5 inches Must produce precise images for accurate needle placement. Must have at least a 15.6 high-resolution touchscreen for quick control and easy cleaning Must have battery that allow at least two-hours of scan time after full charge. Must be capable of accurate imaging for placement of peripheral nerve blocks, peripheral IV access, central venous access, arteria line placement, and basic transesophageal echocardiography. Must be HIPPA Compliant. Hard Drive must be at least 128GB Operating System that can run Window 10 lot Enterprise 2019 LTSC. Include correct transducers Include user guides and manuals This uses a Brand Name or Equal Description of the product required. This permits prospective contractors to offer products other than those specifically referenced by brand name The information identified above are 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: 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 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 re 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 Thursday, June 12, 2025, at 07:00 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