SOURCES SOUGHT NOTICE
Before responding please carefully read and consider the following:
Home Sleep Apnea Testing (HSAT) Zoll Itamar WatchPAT One Direct Equipment and Services for the Minneapolis VA Health Care System. This is a Sources Sought Announcement Only and no solicitation is currently available. Responses will be used by the Government to make appropriate acquisition decisions. After a review of the responses to this Sources Sought Notice, a solicitation announcement may be posted. A response to this Sources Sought Notice is not an adequate reply to a potentially forthcoming solicitation.
All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. Furthermore, the Government reserves the right to cancel this requirement at its discretion. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government.
The applicable North American Industry Classification System (NAICS) Code is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing, size standard is 1,250 employees. NOTE: Please ensure that the System for Award Management (SAM) indicates this NAICS code if you are interested in the requirement.
As this is a service and/or supply acquisition with an estimated total contract cost over the Simplified Acquisition Threshold, the Small Business Administration and the Federal Acquisition Regulation have Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/part-52.
This acquisition may also be subject to the Service Contract Labor Standards, see FAR 37.107. Additional information is accessible at SAM.gov | Wage Determinations. This acquisition may also be subject to the Nonmanufacturer Rule, see FAR 52.219-33.
Description of Services
See attached Statement of Work
Interested firms with the capability of providing the requirement, per applicable subcontracting rule limitations and nonmanufacturer rule, shall submit capability statements so the Government can determine the firm s experience and capability to provide the requirements. Failure to demonstrate the capability of providing the requirement in response to this market survey may affect the Government s review of the industry s ability to perform or provide these requirements.
Firms shall include the following information with their responses:
- Organization name, unique entity identification (UEI) number, address, socioeconomic category of your firm under the NAICS, email address of a point of contact who can verify the demonstrated capabilities, website address, and telephone number.
- Capability statement demonstrating the ability to meet the specialized requirements stated in the Statement of Work (see attached) and their expertise in the above-described areas in sufficient detail, including any other specific and relevant information.
- Copies of any agreements with companies/manufacturer(s) showing authorization to provide required products / services.
- Small Business respondents indicate the estimate of services/supplies to be subcontracted.
- What percentage of services/supplies (estimated) would the company perform as the Prime Contractor? __________________%
- What percentage of services/supplies (estimated) would the company subcontract to other firms? __________________%
- Identify if your organization is the manufacturer of the requested supplies. If you are not the manufacturer, identify the manufacturer of the supplies that you will provide and their socio-economic category.
- Fill out the certificate under FAR Provision 52.225-2(b), identifying the item and its country of origin (see attached). If the product is a US domestic end product, write in USA for the item's country of origin.
- State whether any of the requested services/supplies may be ordered against a government contract awarded to your organization (e.g Federal Supply Schedule (FSS), General Services Administration (GSA), etc.).
- Provide estimated shipping and delivery information for the requested supplies (e.g. Expected lead time on delivery)
Only firms seriously interested and truly capable should send their information described above and any questions by email to cameron.rick@va.gov no later than 5:00PM Central Time, May 28, 2025.