Responses must be received no later than Monday, August 18, 2025, at 10:00AM EST. THIS SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS SOURCES SOUGHT NOTICE IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), 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 Sources Sought Notice. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought notice, a solicitation announcement may be published. Responses to this sources sought notice are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide OR X-Ray Aprons for the Baltimore VA Medical Center. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ CUSTOM: F17, .35MM XENOLITE 800, SF LOCAL STOCK NUMBER: FRONTALC8 0002 4.00 EA __________________ __________________ CUSTOM: F17, .35MM XENOLITE 800, MF LOCAL STOCK NUMBER: FRONTALC8 0003 3.00 EA __________________ __________________ CUSTOM: F17, .35MM XENOLITE 600-B, LF LOCAL STOCK NUMBER: FRONTALCB 0004 1.00 EA __________________ __________________ CUSTOM: F17, .35MM XENOLITE 800, XLM LOCAL STOCK NUMBER: FRONTALC8 0005 1.00 EA __________________ __________________ CUSTOM: EURO, .35MM XENOLITE 800, MF LOCAL STOCK NUMBER: WRAPC8 0006 1.00 EA __________________ __________________ CUSTOM: EURO, .35MM XENOLITE 800, LF LOCAL STOCK NUMBER: WRAPC8 0007 1.00 EA __________________ __________________ CUSTOM: EURO, .35MM XENOLITE 800, XLM LOCAL STOCK NUMBER: WRAPC8 0008 4.00 EA __________________ __________________ CUSTOM: PVEST, .35MM XENOLITE 800, MF LOCAL STOCK NUMBER: VESTC8 0009 4.00 EA __________________ __________________ CUSTOM: KILT, .35MM XENOLITE 800, MF LOCAL STOCK NUMBER: KILTC8 0010 2.00 EA __________________ __________________ CUSTOM: PVEST, .35MM XENOLITE 800, LF LOCAL STOCK NUMBER: VESTC8 0011 2.00 EA __________________ __________________ CUSTOM: KILT, .35MM XENOLITE 800, LF LOCAL STOCK NUMBER: KILTC8 0012 2.00 EA __________________ __________________ CUSTOM: PVEST, .35MM XENOLITE 800, XLM LOCAL STOCK NUMBER: VESTC8 0013 2.00 EA __________________ __________________ CUSTOM: KILT, .35MM XENOLITE 800, XLM LOCAL STOCK NUMBER: KILTC8 0014 18.00 EA __________________ __________________ TS CLASSIC, .5MM XENOLITE 800, TETHER TO RING, HOOK AND LOOP, MD LOCAL STOCK NUMBER: THYROIDSHIELD8 GRAND TOTAL __________________ Statement of Work Xenolite 800 NL X-ray Aprons/Kilts/Vests VA Maryland Health Care System Baltimore, MD PURPOSE: The overall purpose of this requirement is to procure the .35mm and .5mm Xenolite 800 NL x-ray aprons with the idea that the aprons should be lightweight, durable, flexible, and comfortable to meet the needs of the Surgical Clinical Care Center, Operating Room staff who may have to wear these for up to 8 hours or more. SCOPE: The vendor shall deliver garments with all specified salient characteristics. Only new garments will be accepted. The vendor shall provide shipping, transport, and everything necessary to meet the requirements and capabilities listed within the scope. The vendor shall deliver the garments to the Baltimore VA Medical center. The validation of the units must be performed by a vendor service trained representative. The vendor is responsible for identifying any missing parts or components (if any) not included in the orders. The vendor shall include accessories and consumables that have been detailed on the provided quotes. SALIENT CHARACTERISTICS: Please note, all items listed below must be technically equivalent to or exceed the .35mm and .5mm Xenolite 800 NL. Thirty-eight (38) Xenolite 800 NL Aprons/Kilts/Vests Manufacturer: Burlington Medical Model: .35mm & .5mm Garments must be lead-free. Garments must be lightweight, weighing between 1.8-6.6 lbs. Must come in sizes from XS-XXL. Garments must be constructed with crack-resistant material for durability. Accessories IMPLEMENTATION AND INSTALLATION Validation shall be included in the procurement cost and shall include but not be limited to: Fabric specs agreed upon on Quotation document. All materials required shall be provided by the contractor. The contractor will deliver the following quantities of .5mm Xenolite 800 NL and accessories (if any) to the address below: Baltimore VA Medical Center, 10 North Green Street, Baltimore, MD 21201 Twenty-eight (28) .35mm Xenolite 800 NL garments to include vests/aprons/kilts and Eighteen (18) .5mm Xenolite 800 garments Accessories (if any) TRAINING The vendor shall provide training for all VAMHCS staff that requires training, as needed. DELIVERY The contractor shall deliver necessary equipment to the Baltimore facility as required in the quantities specified above. INSPECTION AND ACCEPTANCE The vendor shall conduct a joint inspection with the COR upon delivery equipment. The vendor shall provide the VA COR a list of missing and /or damaged items found upon inspection and have those items replaced at no cost to the Government. The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the VA Contracting Officer. Place of Performance: Department of Veterans Affairs Baltimore VA Medical Center 10 N. Greene St. Baltimore MD 21201 ----------------------------------------------------------------------------------------------------------------------------- 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. 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: (1) 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. (2) Is your company considered small under the NAICS code identified under this RFI? (3) 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? (4) If you are 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? (5) 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. (6) 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? (7) Please provide general pricing for your products/solutions for market research purposes. (8) 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 Michael.Jones16@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, August 18, 2025, at 10:00AM 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.