This is a SOURCES SOUGHT request for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine the following: The interest and capability of small business, especially service disabled veteran owned small business and veteran owned small business; Whether the business source is a manufacturer or authorized distributor, verified by an authorization letter from the original equipment manufacturer; and Size classification relative to the North American Industry Classification System (NAICS) code 339112 or the proposed acquisition. The Department of Veterans Affairs, Network Contracting Office 10 is seeking potential sources for Computerized Vascular Systems to be provided for the Battle Creek VA Medical Center, 5500 Armstrong Rd, Battle Creek, MI 49037 Salient Characteristics/Statement of Need or Work Computerized Vascular Systems General: This request is for two additional Non-Invasive Vascular Systems for Radiology Service. Radiology has seen requests for ABI/TBI and vascular ultrasound requests multiply drastically over the past few years as Podiatry and other specialty services have grown. The C&A requirements do not apply, and a Security Accreditation Package is not required. Warranty Requirements: Six months warranty on Doppler probes, PPG sensors, and on BP cuffs and bladders, 24-month mail back warranty on parts and labor on remainder of unit. Technical Specifications (Exact Requirements): Requirement is for 2 Computerized Vascular Systems: Recommended FLO-LAB 2100-SX2 or Equivalent Ability to perform the following assessments: Lower Extremity: Segmental Pressures Ankle Brachial Index (ABI) Toe Brachial Index (TBI) Lower Arterial Complete Pulses Doppler (Arterial & Venous) Pulse Volume Recording Digits (TBI) Raynaud s Upper Extremity: Wrist Brachial Index Upper Arterial Complete Pulses Doppler Pulse Volume Recording Segmental Pressures Digits Raynaud s Palmar Arch Ischemic Steal Syndrome Throraic Outlet Syndrome 8 MHz Bidirectional Doppler & 4 MHz Bidirectional Doppler Dual Channel Photoplethysmography (PPG) Dual Channel Pneumoplethysmography (PVR) Multi-port inflator Multi-speed inflator Complete cuff packages Mobile unit on wheels that lock & unlock Windows 10 or newer operating system DICOM package that includes modality worklist, structured reporting, and storage Compatible with Oracle Cerner EHRM, VistA Imaging, and Philips Intellispace PACS 22 or larger color touchscreen monitor Cleanable keyboard Integrated speaker(s) Wireless Remote Control Internet connectivity capabilities- WIFI or ethernet cable Printer capable 120V power Technical and/or Service Manual(s) One day of on-site education/training for 2 technologists Space/Utilities: No additional space is required and no modifications to utilities are required. Care and Maintenance Requirements: As per manufacturer s instructions and industry standards. Equipment will be maintained by in-house Biomed. Place of Delivery/Performance: Final delivery will take place at the Supply Chain Warehouse facility, building 145, located at 5600 W. Dickman Road in Battle Creek, Michigan, 49037. Receiving dock and forklift capability are onsite, there are no special requirements for the delivery company; offloading will be performed by VA warehouse personnel. Hours of warehouse operation are 8:00am to 3:30pm EST. Period of Performance: N/A All contractors that are interested in meeting this requirement are asked to submit the following information: Company Name Company Address DUNS Number Company POC Name Company POC Phone Company POC Email Business Size/Type under NAICS 334510 GSA Contract Number (if applicable) If proposing equal items, provide detailed documentation showing how the proposed items are equal to the Ultra Clean Systems brand. Additional information: All contractors must be registered with the System for Award Management (SAM) at https://www.sam.gov. Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the SBA and meet the requirements of FAR 19.102. Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with the SBA Small Business Search at https://search.certifications.sba.gov/ as an SDVOSB or VOSB. Responses due to Brooke Hansen, Contracting Officer, by Tuesday, July 22, 2025 at 12:00PM (NOON). Please e-mail all responses to brooke.hansen@va.gov.