SOURCES SOUGHT NOTICE This is a Sources Sought NOTICE (SSN) ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), other Small Businesses interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the VA Puget Sound Healthcare System, Seattle, WA is for market research purposes only to determine the availability of potential vendors with capabilities to provide the requirements described below. This Request for Information/Sources Sought Notice is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside. The intended contract is a firm-fixed price, supply purchase. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. 2) Anticipated North American Industry Classification System (NAICS) code is 339113 (Surgical Appliance & Supplies Manufacturing). The largest firm can be and still qualify as a small business for Federal Government programs is no more than 800 Employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the item listed below. 3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetCert Registry located at Veteran Small Business Certification (sba.gov). 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide proof of authorized dealer or reseller letter from manufacturer. 6) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available). 7) This is a brand name or Equal requirement. Please identify manufacturer name (OEM) and manufacturer part number, as well as any warranty information. Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. Please provide the country of manufacturing. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at www.sam.gov or GSA eBuy. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is Brand Name or Equal Request for Information/Sources Sought Notice. Delivery address: Department of Veterans Affairs Puget Sound Healthcare System 1660 S. Columbian Way Seattle, WA 98108 ***DRAFT SOW SALIENTS/SPECS*** Items: Brand name or equal to: Edwards Lifesciences, LLC/BD (Becton, Dickinson & Company). HEMOSPHERE ALTA ALL IN ONE BUNDLE Purpose: of equipment: The HemoSphere advanced monitor is an advanced hemodynamic monitoring platform designed to provide comprehensive insights into patient hemodynamics, integrating advanced pressure, flow, and tissue oximetry monitoring into a single, intuitive interface, allowing healthcare professionals to manage patient care effectively during critical moments. Background location for use i.e. clinic and section. VA MEDICAL FACILITY ADDRESS STATION ID VA Puget Sound HBPC Seattle American Lake Port Angeles, 1660 South Columbian Way. Seattle, WA 98108 9600 Veterans Dr SW, Lakewood, WA 98493 1114 Georgiana St, Port Angeles, WA 98362 663 Description of Service Cardiology patients requiring close hemodynamic monitoring through pulmonary artery measurements. We currently use intermittent thermodilution which can only be run a few times a day versus having the continuous measurements. This would help note changes in patients earlier with faster interventions. Moreover, our SICU and OR already utilize continuous monitoring and MICU obtaining the same equipment would standardize care across the hospital. It would also help nurses in all three areas (SICU, MICU and OR) to be cross trained on the same equipment and be flexible and competent to float to any of those areas to care for patients requiring this monitoring. Salient Characteristics: Items: Brand name or equal (BNOE) to Edwards Lifesciences, LLC/BD (Becton, Dickinson & Company); HemoSphere Alta all in one bundle (SWAN CCO cable, Oximetry cable, Acumen IQ/Clearsight, foresight, pressure cable for acumen IQ/FLOTRAC, and HPI) (PN: ALTAAL1B): Qty 3 BNOE Edwards Lifesciences/BD: Pressure Controller Cover which includes: HemoSphere Alta, HemoSphere Vita Bundles & Acumen IQ Cuff, ClearSight Cuff, & VitaWave cuff module upgrade kits. (PN: PCCVR): Qty 3 BNOE Edwards Lifesciences/BD: hemosphere Oximetry smart (PN: HEMOXCR1000): Qty 3 BNOE Edwards Lifesciences/BD: Hemosphere Roll Stand Accessory (PN: HEMRLSTD1000): Qty 3 BNOE Edwards Lifesciences/BD -ALTA 360 Program 36MO Plan (PN: ALTA360Y3) Qty 3 General Specifications: Must have hemodynamic management/monitoring platform. Must have customizable multi-sensors that give view of pressure, flow & tissue oxygenation. Must include left & Right heart monitoring, Noninvasive monitoring. Must have min High Resolution 12 screen with streamlined controls It would be nice to have voice and gesture commands Include tissue oximetry sensor; Cerebral Autoregulation Index (CAI) and continuous total hemoglobin (tHB) parameters with noninvasive tissue oximetry sensor. Must include IQ pulmonary artery catheter Must include Acumen Hypotension Prediction Index (HPI) software & Acumen assisted Fluid Management (AFM) software with arterial-line monitoring. This should include noninvasive finger cuffs. Extended warranty options available preferred (36 months) Offers 24/7 customer support/technical support Essential/Significant physical, functional, or performance characteristics: Measurement of blood pressure within specified accuracy (+/- 1% of full scale with a maximum of +/- 3mmHg) Noninvasive & contains alarm. Measurement of oxygen saturation within specified accuracy (+/- 2% oxygen saturation) Contains an alarm. Measurement of tissue oxygen saturation. Oximeter cables recognize attached sensors and issue appropriate equipment status if inoperable or disconnected. Properly positioned sensor on patient and connected to the module, the oximeter cable shall measure StO2 values within the system specifications and correctly output values to Hemosphere module. If there s an external noise event, the cable shall recover and resume reporting within 20 seconds. Fluid delivery tracking (flow rate) when used with compatible fluid meter, measurement of flow rate within specified accuracy (+/- 20% or +/- 1 ml/min) whichever is greater. If there s an external noise event, the cable shall recover and resume reporting within 30 seconds. Weight - ~ 10 lbs. Dimensions: height 11-12 ; Width 12 , Depth 5-6 , footprint 10-11 ; Depth 4-5 ; Display 12 with adequate resolution. Technical specifications: should have touch screen, ECG monitor input-pacemaker pulse rejection capability, Maximum T-Wave rejection capability, irregular Rhythm, HRavg display CO monitoring off and Co monitoring on; alarm-sound pressure level 45-85 dB(A); wireless connectivity. Service Lines that are requesting this service include: MICU/CCU 4 EAST Work Hours 24/7 On-call, active every day. Point of Contact. The contractor shall provide a point of contact to be responsible for the performance of the work. The point of contact shall have full authority to act for the contractor on all matters relating to the daily operation of this contract. The contactor shall designate this individual, in writing, to the Contracting Officer within three (3) business days after receipt of contract. 8. Security Requirements: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulations of the installation. Ensure contractor understands and implements the IT security requirements for system interconnection documents required per the Memorandum of Understanding or Interconnection Agreement (MOU-ISA). The standard operating procedure (SOP) and a template for a MOU-ISA are located on the Information Protection Risk Management (IPRM) Portal and can be provided to the contractor. Ensure contractor understands their participation in IT security requirements for C&A of the VA system to which they connect. Enforce contractor performance (timely submission of deliverables, compliance with personnel screening requirements, and appropriate termination activity as appropriate). 9. Contractor Conduct/Qualification: The contractor shall be responsible for the actions of any of their employees who are working at any location as required by this contract. Contractor personnel shall read, understand, speak, and write English. If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Tracy.Heath@va.gov by 3:00pm PST on January 22, 2026. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.