Page 5 of 5 Page 1 of Page 1 of Page 1 of Page 1 of DESCRIPTION This is not a solicitation but rather a Request for Information (RFI/Sources Sought) for market research purposes only. Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this Sources Sought in order to identify capable firms and obtain information for planning purposes only. Responses must be submitted by 12:00 PM EST, May 16th, 2025. Submit responses to this Sources Sought via email to james.ferro@va.gov All SDVOSB and VOSB firms that respond shall include proof of SBA certification via https://veterans.certify.sba.gov/All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with (FAR 4.1102 Policy). While SDVOSB/VOSB firms are preferred, all capable firms are welcome to respond to this Sources Sought. All respondents to this Sources Sought shall include as part of their response answers to the below questions and provide any additional pertinent information that supports the answers. If there are any ambiguities in this Sources Sought, please identify them in your response. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS: 339112 (Surgical and Medical Instrument Manufacturing) Suggested PSC: 6515 (Medical and Surgical Instruments, Equipment, and Supplies) Open to suggestions from the market as to a more proper NAICS and/or PSC, as well as any potential GSA/FSS Schedule SIN categories. Items to be Procured: Manufacturer Part # Item Description Item Quantity CAT500 VivAer Stylus 5 pk - for Nasal Airway Obstruction 1 CAT840 RhinAer Stylus 5pk - for Chronic Rhinitis 1 CAT305-02 Aerin Console - for the treatment of Nasal Airway Obstruction and Chronic Rhinitis 1 Training on the items Statement of Work: Training shall be on the function and use of the device, in addition to any software/applications. Training shall be on-site. Salient Characteristics: Quantity of one (1) electrosurgical console, one (1) stylus 5 pack for nasal airway obstruction treatment, and one (1) stylus 5 pack for chronic rhinitis treatment. Contractor shall provide two copies of the operating and service manuals. Console: The console must be an AC radiofrequency (RF) generator designed to deliver controlled RF energy for precise tissue modulation via a connected electrosurgical handpiece and electrode. The console must support posterior nasal nerve ablation, non-invasive treatment of nasal valve, and inferior turbinate reduction. The system must deliver radiofrequency energy with a power output of 3-5 W ± 20% and a frequency output of 460 ± 5 KHz. The system must operate effectively within an impedance range of 100-700 ohms ± 20%. The console must feature a touchscreen interface for settings adjustment and real-time treatment monitoring. The console must operate with a standard power source and include a foot switch for hands-free operation. The console must include a quick-connect female 8-pin stylus connector for secure and reliable stylus attachment. The console must ensure temperature accuracy within ± 5°C. The console must be compact, lightweight, and easy to integrate into clinical environments. Styluses: The styluses must be handheld bipolar radiofrequency probes designed for use in otorhinolaryngology (ENT) surgery. The styluses must be compatible with the console. The system must include safety features such as automatic shut-off and overheat prevention. The styluses must include temperature sensors to monitor tissue temperature. If you are interested, please e-mail the following information: Company Name: UEI Number: Cage Code: Dun & Bradstreet Number: Person of Contact (including telephone number and email address). Socio-economic status (SDVOSB, VOSB, Woman-Owned, Other etc.). Are you a distributor or a manufacturer? If you are an authorized distributor, please provide confirmation on Company Letter Head. If you are a distributor, who is the manufacturer? Where is the manufacturer located in the world? Where are the products manufactured? Do you currently hold a government contract? Contract Number? Type of contract? Are these particular quoted items under contract? With whom (GSA, SEWP, etc )? If GSA what Schedule and SIN? Can your company provide the service for the listed Department of Veterans Affairs locations? Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 5 of 5 Page 5 of 5 Page 1 of 2 Page 1 of Page 1 of Page 1 of Page 1 of Does your firm utilize the suggested NAICS and PSC per this Sources Sought Notice? If not, please suggest a more appropriate NAICS and/or PSC and explain why it s more appropriate? How do you invoice for this service, including rates? What Certifications, State and/or Federal, if any must you have to perform this service? Please list all of your concerns, questions and ambiguities below. Questions will not be addressed directly but will be used by the Government in the event that this Sources Sought would move forward to solicitation. Please provide estimated rates if possible.