Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) 36C25625Q1123 Brand Name Only Michael E. DeBakey VA Medical Center (MEDVAMC) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI)/Sources Sought (SS) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: Reliance Exam Chairs 2. Purpose: The purpose of this RFI/SS is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, brand-name, unrestricted) for a solicitation the VA intends on issuing shortly for the following: Â MEDVAMC is seeking brand name Helmer refrigerators. See table below for additional details: 3. The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code 339112 is 1000 employees. 4. Responses Requested: The following questions must be answered in response to this RFI/SS. Answers that are not provided shall be considered non-responsive to the RFI/SS: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a small or large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: ___ ____________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _ ____________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite 339112 NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 5. Opportunity/Market Pricing: The MEDVAMC is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. RFI/SS responses are due by 12:00pm (CST), Monday, July 1, 2025; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to kolbi.barton@va.gov The subject line shall read: Reliance Exam Chairs. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI/SS. Information provided will be used solely by MEDVAMC as Market Research and will not be released outside of the MEDVAMC Purchasing and Contract Team. 6. Contact Information: Kolbi Barton kolbi.barton@va.gov Your response to this notice is greatly appreciated! DRAFT STATEMENT OF WORK Reliance FX-920-L Exam Chair MICHAEL E. DEBAKEY VA MEDICAL CENTER, HOUSTON, TEXAS PURPOSE The overall purpose is to procure 2 replacement Model Reliance FX920L Exam Chair Tilts for the Beaumont Eye Clinic, located at 3420 Veterans Circle Beaumont, TX 77707. BACKGROUND The current exam chairs have exceeded their life cycle expectancy and are determined to be beyond repair. The exam chairs are a crucial and essential component to the setup of a complete and functioning examination treatment lane. The FX920L exam chairs are fully powered tilt examination chairs and are a perfect fit for the existing space and setup of the exam lanes in the Beaumont Eye Clinic to better facilitate patient care with state-of-the-art equipment. SCOPE Contractor shall supply, install, and provide all required electrical interfacing so all ophthalmic equipment operates as one unit. The contractor shall provide training to all staff members (and staff support members) who will be utilizing these ophthalmic exam lanes at no additional cost to the U.S. government. REQUIRED EQUIPMENT All products must meet all salient characteristics defined in this section. If other than brand name (Or equal/Equivalent/Substitute Products) are to be provided then the contractor shall furnish catalog, part number, and the characteristics of the substitute item that are equivalent to the brand name. Other documents may also be required in order to clearly describe the item(s) so that it/they can be evaluated by the end user. (Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc). ADDITIONAL SPECIFICATIONS AND SALIENT CHARACTERISTICS The equipment will be utilized daily by CBOC Optometrists in conducting evaluation of optometry patients in the CBOC Eye clinic. SYSTEM REQUIREMENTS Contractor shall provide a projected schedule in terms of days from the time of award addressing (at a minimum) the following milestones: verification that all system quantities and configurations are accurate; manufacture/assembly of all parts and/or equipment; delivery to identified location; and complete installation of hardware if required. TRAINING Contractor shall provide training on the operation of the equipment in the Beaumont Eye Clinic to all residents, interns, technicians and staff if training should be required. Training shall be available in the Beaumont Eye, located at 3420 Veterans Circle Beaumont, TX 77707 during normal business hours between 8:00am-4:30pm, Monday through Friday, if required. TESTING AND CERTIFICATION Upon installation of equipment, the Contractor shall notify the COR that the system is ready for acceptance testing, and that it meets all requirements as specified. Submission of this notification of system readiness shall be accomplished by the contractor prior to the beginning of the scheduled Government Acceptance Test. GOVERNMENT ACCEPTANCE TEST Contractor shall perform the Government Acceptance Test in the presence of the Contracting Officer s Representative (COR) and designated Ophthalmology Staff for proof-of-performance. Upon completing the Government Acceptance Test successfully, Contractor shall document the success of this Government Acceptance Test on Contractor s company form which will be certified by the COR s signature as evidence of Government Acceptance of the referenced piece of equipment. A copy of this document shall be furnished to the COR and the Contracting Officer before Contractor s Representative at the end of the testing. INSTALLATION Contractor shall provide all labor, staff, materials, tools, equipment and other resources for the installation of the equipment. Installation date, time, and specific location shall be determined and provided to the contractor. Contractor shall be responsible for removing all packing materials and related waste and then disposing of these items offsite. K. SPECIFICATIONS: The FX-920 Exam Treatment Chair is utilized with every eye type exam and essential to the provider's examination lane to provide the best care possible to our patients. Patented power tilt function of the Reliance FX 920 reassures patients by allowing them to maintain position as they recline. Memory programming increases efficiency. Auto return button returns the chair to its upright starting position. Maintain contact with patient during all chair functions. Dual side controls. Membrane switches and rotation locks all operations of the chair can be controlled from a sitting or standing position. Power base and top. Use finger switches or corded foot switch to raise, lower, or recline the chair. Hydraulic base tested to 600 pounds. Safety switch prevents from operating the chair by disabling side and footswitches. L. BENEFITS: Armrests lock in place. Release mechanism allows patients to sit or leave from either side of the chair. Padded underneath for comfort. End of Draft Statement of Work