Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 6 SOURCES SOUGHT_ AeroFit Respiratory Fit Testing Systems VAMC Togus ME is currently looking to purchase two AeroFit Respiratory Fit Testing Systems for the Department of Veterans Affairs (VA) Togus Maine Medical Center Safety Service Line. Brand name only will be considered. PURCHASE ORDER FOR THE PURCHASE OF AEROFIT RESPIRATORY FIT TESTING SYSTEMS. THIS IS A SOURCES SOUGHT NOTICE ONLY FOR VAMC TOGUS ME. PURCHASE REQUISITION: 402-25-3-4837-0216: This announcement is seeking information from the industry, which will be used for preliminary planning purposes for an open market procurement. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. THIS IS STRICTLY MARKET RESEARCH. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, who have the capability to supply two AeroFit Respiratory Fit Testing Systems. . Supplying this request includes the supply/delivery of the AeroFit Respiratory Fit Testing Systems as listed in the Description/Itemization, and detailed in the SOW (Statement of Work) listed on pages 5-7, below: DESCRIPTION OF REQUIREMENT Description Manufacturer Model Number Quantity Unit of Purchase AeroFit Respiratory Fit Testing System OHD AFT 6000-1095 2 EA AeroFit 5-Year Gold Package N/A N/A 2 EA Shipping N/A N/A N/A N/A VAMC Togus ME: AeroFit Respiratory Fit Testing Systems. This Sources Sought is a Brand Name only procurement. The Safety Service Line Department requires two AeroFit Respiratory Fit Testing Systems to replace existing Portacount Fit Testers that are at the end of their lifecycle and are no longer supported by the manufacturer. The work shall include product order, delivery, and support as listed in the Description/Itemization above, and as required to achieve the purpose as detailed in the SOW. The standard warranty will be provided at no additional cost. The vendor must also demonstrate they are fully capable to supply the required products. The equipment must be free of debris, clean, and safe for use always. All distributors authorized to distribute the required product listed above, should submit the attached area of consideration with their response: The eventual vendor must satisfy the following criteria: delivery on or during the week as agreed upon with the customer after the final selection is made, the technical requirement of supplying the brand name equipment as specified and providing a quote at a fair and reasonable price that affords best value. Prior Government contracts are not required to submit a response under this Sources Sought notice. The intent of the Sources Sought is to identify vendors/distributors in the open market who can fulfill the requirements for distributing the AeroFit Respiratory Fit Testing Systems as stated in the SOW included below. All work for the resulting contract shall be completed by the selected vendor for the requirement in accordance with the SOW. This notice is published to conduct market research to determine if there are enough vendors in the open market who can supply this order in aggregate, while affording competition to the maximum extent possible. All interested firms must be registered in SAM (System for Award Management) to be eligible for award of Government contracts. Interested parties responding to this Sources Sought request shall submit the following information at a minimum: Company name and address, point of contact with phone number, and DUNS number. Documentation relating to capability of performance including installation in a hospital environment, training, and a current point of contact and phone number). Socio-economic status to identify business class as being a large business, SDVOSB, VOSB, small business, Woman Owned, etc. Service Area Any other pertinent company documentation, prior to submission of offers to a solicitation. Any SD/VOSB must have represented that it is an SD/VOSB concern in SAM and applied for certification to SBA on or before December 31, 2023. The response date to this Sources Sought notice is July 14th, 2025, at 16:30 PM EST (Eastern Standard Time): This market research is for informational and planning purposes. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised the Government will not pay any costs for responses and information submitted. All submissions are acceptable via juliette.buchanan@va.gov. RESULTS INFORMATION: Respondents will not be notified of the results, and it is at the discretion of the Government to utilize results. Firms responding to this Sources Sought announcement, who fail to provide ALL the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. The official notice will be issued on Federal Business Opportunities www.fbo.gov. Safety Service Line Statement of Work 1. Introduction This Statement of Work (SOW) outlines the requirements for the procurement of two AeroFit Respiratory Fit Testing Systems for the Department of Veterans Affairs (VA) Togus Maine Medical Center Safety Service Line. The equipment is intended to replace existing Portacount Fit Testers that are at the end of their lifecycle and are no longer supported by the manufacturer. 2. Scope of Work The contractor shall provide two AeroFit Respiratory Fit Testing Systems that meet the specifications outlined herein. The systems shall be capable of standalone operation without the need for software installation or internet connectivity, ensuring compliance with VA operational standards. 3. Requirements The vendor shall supply the following equipment and accessories for each unit: Item Description Quantity 1 AeroFit Respiratory Fit Testing System 2 2 Roller Carry Case 2 3 USB Cable 2 4 Power Supply 2 5 Shell for Battery Compartment 2 6 USB with AeroFit Manual/Logic Software/Training Videos 2 7 Ultrasonic Humidifier & Power Cord 2 8 Alcohol Fill Capsule 2 9 Storage Cap 2 10 Regent Grade Isopropyl Alcohol (2 oz bottles) 20 (10 per unit) 11 Alcohol Wick & Wick Screen 2 sets 12 Probe Insertion Tool 2 13 N95 Refill Kit 2 4. Functional and Performance Requirements The AeroFit Respiratory Fit Testing System shall operate as a standalone device, requiring no external software downloads or internet connection. The system shall be capable of performing fit testing procedures in accordance with OSHA and VA standards. The equipment shall be compatible with existing VA respiratory safety protocols. The system shall be suitable for routine use in a clinical environment and meet all applicable safety and performance standards. 5. Background and Justification This procurement is necessary to replace the existing Portacount Fit Testers, which are no longer supported by the manufacturer (TSI). The existing equipment has reached the end of its lifecycle, and updates or repairs are no longer available. The AeroFit Respiratory Fit Testing System was recommended at recent professional conferences, including the Industrial Hygiene Conference and OSHA Respiratory Course, as a reliable and compliant alternative. 6. Delivery and Installation The contractor shall deliver the equipment to the Togus Maine Medical Center within the agreed timeline. Installation, if required, shall be coordinated with VA Safety Service personnel to ensure proper setup and operation. 7. Acceptance Criteria All equipment shall be new, unused, and in accordance with the specifications outlined. Equipment shall be free from defects and fully operational upon delivery. All accessories and consumables shall be included as specified. 8. Period of Performance The contractor shall deliver the equipment within [insert specific timeframe] from contract award. 9. Contractor Responsibilities Provide all equipment and accessories specified. Ensure equipment meets all applicable standards and specifications. Provide any necessary training materials or support documentation. Coordinate delivery and installation with VA personnel. 10. Government Responsibilities Provide access to installation sites. Facilitate inspection and acceptance procedures. This Statement of Work is issued in accordance with the applicable federal procurement regulations and VA policies. The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.