Sources Sought Notice Sources Sought Notice Page 6 of 6 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 6 Sources Sought Synopsis Only The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, veteran owned small business (VOSB), service-disabled veteran owned small business (SDVOSB), or large business) relative to NAICS 334510 with size standards of 1,250 employees. Note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the project, VA will set aside the underlying solicitation per 38 U.S.C. §8127. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Synopsis, a solicitation announcement may be published on SAM, and/or GSA eBuy. Responses to this Sources Sought Synopsis are not considered adequate responses to the solicitation announcement. General Requirements: The Department of Veterans Affairs (VA), VA Greater Los Angeles Healthcare System, Cardiology Division, has a need for an Intracardiac Ultrasound System. The intended clinical benefit is to use a software-driven approach to acoustic data acquisition and image formation that breaks the barriers of conventional ultrasound imaging. The requirement is for brand name or equal to. The intended contract period shall be within 30 days of contract award. Salient Characteristics: Item # Description Country of Origin Qty VMM-ICE-01 Multi Ultrasound System 1 L9-3S Linear Transducer 1 Requirements Cardiology/Clinical Electrophysiology Lab requests to acquire an Intracardiac Ultrasound System Optimized for a 64-element phased array intra-cardiac echo (ICE) visualization Equipped with ZONE Sonography which is a software drive approach to acoustic data acquisition and image formation that breaks the barriers of conventional ultrasound imaging This system must come with software: Modes: 2D/B, M, Color Doppler (CD), Power Doppler, Pulse Wave (PW), Continuous Wave (CW), AUX CW Auto Opt with ZST instantly equalizes image gain and optimized sound speed compensation Total Recall Imaging (TRI)- enabling retrospective processing Cardiac calculations packages Configurable cybersecurity options DICOM networking includes Verify, Store, Print, and Basic Modality Worklist Query service classes This system must include hardware: 19 color, high resolution LCD display mounted on articulating arm OLED display for customizable mode menus Interface module for ICE Rechargeable battery allows up to 1.5 hours of operation without plugging into AC power Connect up to 3 transducers simultaneously Multifunction USB port, wireless ready Minimum 120 GB Hard Drive Storage HDMI/DVI digital video output This system must come with accessories: Customized, durable baskets to carry supplies 3 Lead ECG connection Operator s manual and quick reference guide Participating Healthcare Facilities: VISN 22 West VA Long Beach Healthcare System 5901 East 7th St, Long Beach, CA 90822 In response to this announcement, please complete the information below: Company: Address: Contact Name: Phone No: Email: DUNS: Business size information Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HubZone Woman Owned Certified Service-Disabled Veteran Owned Small in Vetbiz.gov Certified Veteran Owned Small Business in Vetbiz.gov Large Business Other:____________ FSS/ GSA Contract Holder of the requested item(s) Yes No FSS/ GSA Contract Number Effective Date / Expiration Date Does your company manufacture the requested product(s)? If no, answer the questions below. Yes No Does your company exceed the 500-employee alternative size standard for nonmanufacturers? Yes No Is your company primarily engaged in the retail or wholesale trade and normally sell the type of product(s) being supplied? Yes No Does your company take ownership or possession of the products(s) with its personnel, equipment, or facilities in a manner consistent with industry practice? Yes No Does your company supply the end product(s) of a small business manufacturer or processor made in the US, or obtain a waiver of such requirement? Yes No Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. Not applicable List: This notice is neither a request for competitive proposal or solicitation of offerors. This notice is to assist the VA in determining sources only and a solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from this response. Responses to this Sources Sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Information received as a result of this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice does not represent a commitment by the Government to pay for costs incurred in the preparation and submission of information or any other costs incurred as a response to this announcement. Inquiries will only be accepted in writing via email to Jasmine.Pressley-Barnard@va.gov on or before Tuesday, July 8, 2025 by 09:00 PT Local Time. ***** End Word Document - ' OPPORTUNITIES-DESCRIPTION' *****