Sources Sought Notice This notice is for planning purposes only and shall not be considered an invitation for bid, request for quotation, request for proposal, or as an obligation of the government to acquire any products or services. Responses to this notice will be used for informational purposes only and only for Network Contracting Office 5. No entitlement to payment of direct or indirect costs from the government will arise as a result from a response to this announcement. No contract will be awarded from this notice. The information requested in this notice will be used to determine available sources for the supply / service below. The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO) 5 is seeking sources for the following procurement: Bed Pumps for VA Loch Raven VA Medical Center North American Industry Classification System (NAICS) number is 339112. The NAICS size is 1000. Contractors that deem themselves capable of meeting the requirement shall provide the below information to Ryan Singletary, Contracting Officer, at ryan.singletary@va.gov no-later-than June 6, 2025 at 12PM, Eastern Time. Statement of Work Loch Raven Bed Pumps Purpose The purpose of this effort is to supplement supply of bed pumps at Loch Raven CLC. LINE ITEM DESCRIPTION QUANTITY 1 SPN-CL80CA29 PressureGuard Custom Care Convertible Low Air Loss LAL Mattress Choose Model and Size in PressureGuard Custom Care Convertible LAL -PressureGuard Custom Care Convertible LAL, 80 in. L for CareAssist Manufacturer: Span America 25 Requirments PressureGuard Custom Care Convertible mattresses Non-powered (air) reactive pressure redistribution Alternating pressure, Lateral rotation Powered pressure redistribution with the addition of a control unit. Bi-directional stretch cover Connect-to-mattress port Polycarbonate-fortified fabric Treats stage 1-4 pressure injuries Treats patients who can't or won't reposition frequently Can be used for prevention of pressure injuries in high-risk patients Weight Limit at least 500 lbs for non-powered and alternating modes. At least 350 lbs for lateral rotation mode Warranty at least 5 years for the mattress / at least 2 years for the control unit Mattress height at least 7 inches Mattress weight less than 34 lbs not including control unit Place of Performance Community Living Center Loch Raven VA Medical Center 10N Greene St Baltimore, MD 21201 Responses (Any item not addressed in vendor s response may be considered a negative inference by the Contracting Officer): If interested, please provide the following information in a response: 1. Name of Company 2. Point of Contact; name, phone number and email address 3. SAMS UEI 4. 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. 5. Is your company considered small under the NAICS code identified under this Sources Sought? 6. Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? 7. If not manufacturer, provide a letter, memo, or certification that firm is authorized distributor. 8. If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? 9. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. 10. If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? 11. Please provide general pricing for your products/solutions for market research purposes. 12. Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, June 6, 2025, at 12:00 PM EST. 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 request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.