THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified and authorized vendors to supply the Trios Surgical Table System and Accessories for the Durham VA Medical Center. The proposed NAICS 339113 is applicable to this acquisition; with a size standard of 800 Employees. Salient Characteristics: The Durham VAMC will consider any items that meet the following criteria. Interested vendors proposing similar items are required to submit an itemized description of their products to demonstrate they meet or exceed these requirements: Trios Surgical Table System Qty Product Number Product Name 1 7803 Trios, Table Base 1 7943 Trios Spinal Surgery Top This table top includes the following standard components: Spine Frame, Tower (2), ProneView Adjustable Mirror Platform and Helmet Face Plate, Single Chest Pad with Support Plate, Leg Board with Pad (2), Leg Sling, Cervical Traction Vector Adjuster Buttocks Strap, 60"" (152 cm) Safety Strap, 90"" (229 cm) Safety Strap (4), Table Cover, Starter Patient Care Kit 1 7927 Trios Radiolucent Imaging Top This table top includes the following standard components: Imaging Top Assembly Tower (2), Tempur-Pedic Medical 2"" (5 cm) Table Pad, Trios Side Rail Adapter (6"", 15 cm) (2) 60"" (152 cm) Safety Strap, Supine Top Safety Strap, Table Cover Accessories Qty Product Number Product Name 1 5888 Adapter, Retractor, for Spinal Top 1 5939 Combination Hip/Thigh Pad Set 1 6946 Positioning Pillow Tempur Std 2 5356 Pivoting Arm Board w/Tempur 2in 4 5840-44 90 Inches Strap Submission Instructions: All interested parties should respond, in writing via email to daniel.dove@va.gov. No telephone inquiries will be accepted. Your response is required by 11:00 AM EST on Friday, May 2, 2025. In your response, please include the following: Company name Address Point of contact with email and phone number SAM Unique Entry ID number and evidence of current SAM registration (see https://www.sam.gov for more information) Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Capabilities statement Information describing your interest Information demonstrating your company has the capacity to complete this project, to include compliance with the Buy American Act and Nonmanufacturer Rule, if applicable A brief statement on how you will comply with the Limitations on Subcontracting, if applicable Proposed NAICS code (if different from above) Interested Vendors shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for their proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. In order to be considered eligible for an SDVOSB or VOSB Set-Aside, interested firms must confirm in their response to this Sources Sought Notice that they will be able to comply with all the following criteria: VA Acquisition Regulation (VAAR) 819.7003 - Eligibility VAAR Clause 852.219-73 SDVOSB Set-Aside or 852.219-74 VOSB Set-Aside VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. The CO will consider responses received for this Sources Sought Notice, along with any other market research that is conducted, when determining the appropriate acquisition strategy. Pursuant to 38 U.S.C. 8127(d), CO s must set aside all acquisitions for SDVOSBs or VOSBs whenever there is a reasonable expectation of receiving two or more offers/quotes from eligible, capable and verified firms, and that an award can be made at a fair and reasonable price that offers best value to the Government. However, if responses from qualified firms prove inadequate, an alternate set-aside or full and open competition may be considered.