Page 7 of 7 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This Sources Sought Notice is intended for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4(NCO4}, Commodities 1 is seeking information and potential qualified sources capable of meeting the requirements and salient characteristics for the purchase of exam chairs. The Department of Veterans Affairs Medical Center, (642) Corporal Michael J. Crescenz VA Medical Center Philadelphia, Pennsylvania hereby referred to as the (CMJCVAMC) and its supporting VA Clinics have a brand name or equal requirement for the Philips Digital Diagnost Mobile Battery Replacement. A. GENERAL GUIDANCE 1. Title: Philips Digital Diagnost Mobile Battery Replacements 2. Scope of Work: The Contractor will provide the following: Contractor will provide the necessary part for repair of three Philips Digital Diagnost portable X-ray units. The equipment is currently nonoperational due to failed batteries. The facility has 10 portable units and three are currently out of service. These units are utilized to provide bedside and OR digital X-ray support. Any costs exceeding the battery replacement will be reported as additional costs and Contractor must have the Contracting Officer s approval before work will continue. Labor is not included within this contract. VA Philadelphia Medical Center has trained staff on the Philips Mobile Diagnost units. 3. Background: VA Philadelphia Medical Center requires OEM parts to return three portable X-ray units to full system performance. This includes the following assets: EE 98769 SN 17200004 EE 100384 SN 17200187 EE 100387 SN 17200188 These portable DR X-ray units are used for producing diagnostic images of general chest and body extremities throughout the Medical Center. These units are a core need to providing healthcare services at the bedside and during OR cases. The part specifically needed for all three units are the batteries. This includes both the 9AH motor battery (PN 300011259241) and 5 lead acid battery trays (PN 451213436223) per unit. 4. Performance period: Part must be scheduled for shipping upon contract award with two-week maximum lead time. 5. Type of Contract: Firm Fixed Price B. CONTRACT AWARD MEETING The contractor shall commence performance on the tasks in this SOW, as the Contract Award meeting has been waived. C. GENERAL REQUIREMENTS 1. Contractor will schedule delivery upon contract award and provide tracking information to Biomedical Engineering. Delivery shall occur between normal business hours 8 AM 3 PM, Monday through Friday. Delivery outside normal business hours will not be accepted. No cost for labor is included under this contract. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES 1. Contractor will provide the necessary part (s) to return the equipment to functioning status. E. SCHEDULE FOR DELIVERABLES 1. The Period of Performance will be next day upon award. If additional time is needed due to part back-order, contact the Contracting Officer for an approval of extension of time. 2. Purchase Order information shall be attached to shipment for proper identification when received by the warehouse. Failure to adhere Purchase Order information may result in package being rejected. The VA is not responsible for additional shipping charges, if the delivery does not have proper identification. F. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. G. CONTRACTOR EXPERIENCE REQUIREMENTS N/A The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code. NAICS: 334510 Small Business Size Standard: 1250 employees Responses to this Sources Sought Notice should include answered the following questions: (1) Provide company name, address, point of contact, phone number, point of contact e-mail, UEI Number, and size of business pursuant to North American Industrial Classification System (NAICS) code above. (2) Indicate the size status and representations of your business, such as but not limited to Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Provide Brand Name, Model and Part Number, and Brief Description of the product you could provide. (4) Provide anticipated delivery lead time. (5) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (6) Is the product you are providing information about made by a small business manufacturer or a large business? (7) Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. (8) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (9) If you' re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter, assemble, and/or modify the items requested in any way? If you do, state how and what is altered, assembled, and/or modified? (10) If you intend to subcontract any work on this contract, what portion of the total cost will be self performed /will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (11) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? If so, please provide the contract number. (12) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (13) Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. (14) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions that would allow for maximum competition. If none, please reply as N/A. This Sources Sought Notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 10- Market Research. Telephone responses will not be accepted. Responses must be received in writing via e-mail to the Contracting Point of Contact listed below by the date listed below. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting POC listed below. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses must be received via email to: Contracting Point of Contact: Andrea Aultman-Smith, andrea.aultman-smith@va.gov Responses Due: Tuesday, April 15, 2025 at 10:00 AM Eastern Time This notice will help the VA in determining available potential sources only.  Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Officer. DISCLAIMER All firms responding to this Sources Sought Notice are advised that this is not a request for quote and that any quote submitted in response to this notice will not be considered for award. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice does not commit the Government to contract for any supplies or services. The Government will not pay for any information or administrative cost incurred in response to this Source Sought Notice. This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. If a solicitation is issued, it will be posted on SAM.gov under Contract Opportunities at a later date for all qualified interested parties and interested parties must respond to the solicitation to be considered for award. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information that has not been both properly marked and clearly identified. Information marked proprietary received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. To aid the Government in its review, please segregate proprietary information. End of Document