THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses , including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. 2. The suggested NAICS for this requirement is 339113 Surgical Appliance and Supplies Manufacturing 3. The Contractor shall deliver Patient Lifts that can meet the required Salient Characteristics (see attached) to VA Medical Center located at 11301 Wilshire Blvd , Los Angeles, CA 90073. 4. Interested and capable Contractors are encouraged to respond to this notice not later than Monday, June 23, 2025, at 08:00 AM Pacific Time (PT), by providing the following information via email only to Edgar.Alvizar@va.gov. (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. Responses are welcome to specify a different NAICS in which they could meet this requirement. (h) Statement indicating the product name of the patient lift product referenced above that you intend to provide for this procurement. (i) Statement indicating whether you are the manufacturer of the patient lift product that you intend to provide for this procurement. If you intend to provide a patient lift product manufactured by a company other than your own, state the name of the company whose patient lift product you intend to provide, the country of origin for the patient lift product you intend to provide, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI, or a different NAICS. (j) Statement indicating if you have a current contract to provide the patient lift product that you intend to provide for this procurement under either the General Services Administration (GSA) Federal Supply Schedule (FSS) or with the VA National Acquisition Center (NAC), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract. (k) Statement indicating how many calendar days after receipt of order (ARO) you estimate it would take you to deliver the patient lift product that you intend to provide for this procurement to VAGLAHS. (m) General pricing for your patient lift product. This information will be used for VA internal market research purposes and pricing information received in response to this RFI will not be shared by the Contract Specialist. (n) Provide documented self-attestation/certification that the patient lift product you intend to provide for this procurement meets all the regulatory expectations by the The U.S. Food and Drug Administration (FDA), The FDA classification system of medical devices, places ceiling lifts as Class I category. Class I devices are deemed to be low risk, and manufacturers/authorized distributors are allowed to self-declare that they conform to all required standards. (o) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing patient lift product that meets the requirements described in the attached Draft Salient Characteristics. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement. Respondents must provide the following information for each reference contract: (1) the legal name of entity with whom the respondent held the contract; (2) the contract number; (3) a description providing details of the specific tasks the respondent performed under that contract; (4) the dates during which the respondent performed the contract; (5) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE TO SUPPORT A RESPONDENT S CLAIMED EXPERIENCE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE PATIENT LIFT PRODUCT REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. 5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement-- DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.