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 (NCO 4), Commodities 1 is seeking information and potential qualified sources capable of providing the equipment listed below. Delivery Location: These items will be delivered to VA Pittsburgh Healthcare System, University Drive C Pittsburgh, PA 15240. General Requirement: The Safety Department of the VA Pittsburgh Healthcare System (VAPHS) requires the Brand Name or Equivalent requirement purchase of the Bullseye Digital Fire Extinguisher Training System (FE1526) to be used for trainings to ensure a capable staff in the event of a fire. The equipment must meet the specific requirements list below. FE1526 Bullseye Digital Fire Extinguisher Training System V3 (1) FE1521 5LB Bullseye 2kg/5lb Dry Chemical Digital Laser Extinguisher (RF) (1) FE1521 10LB Bullseye 2kg/10lb Dry Chemical Digital Laser Extinguisher (RF) (1) FE1507 Transport Case for Attack Digital Fire Training Panel and Bullseye Digital Simulation Panel V2 (1) FE1488 Industrial Grade Extinguisher Carrying Case (1) Required Salient Characteristics: Laser extinguisher that interacts with sensors embedded in panel Flames varies based on input from user Ability to set different combustible materials Adjustable difficulty levels Customizability for training scenarios Dimensions of base unit not to exceed 28 ½ x 26 x 4 ¾ A stand-alone unit that does not require a projector REPAIR AND MAINTENANCE: The vendor/distributor and/or the manufacturer must provide all necessary procedure manuals, troubleshooting manuals and operator manuals. 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 Sources Sought Notice should include answers to the following questions: NAICS: 611430 Size Standard: $15 million 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. 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. Provide Brand Name, Model and Part Number, and Brief Description of the product you could provide. Provide anticipated delivery lead time. Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. 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). 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? 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. 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. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. 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. Contracting Point of Contact: Gabriella Byrne, gabriella.byrne@va.gov Responses Due: Friday, April 25th at 12:00 PM Eastern Time 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.