This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not oblige the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. VA Greater Los Angeles Healthcare System located at 11301 Wilshire Blvd, Los Angeles, CA 90073 is seeking a contractor to provide annual preventive maintenance, service maintenance, corrective repair service, updates, and software support remotely and on-site for the equipment and systems listed below for the VA Greater Los Angeles Health Care System (VAGLAHCS). This service will be for all AGFA EI PACS equipment, as well as the VISN 22 IDC long-term storage equipment. The vendor must be an authorized service provider for AGFA PACS equipment The contractor must provide the following tasks: Service(s) to be performed: Maintenance and Intervening Services: The Contractor shall provide the following services subjected to the conditions specified below: Helpdesk and remote service support 24 hours per day, 7 days per week to include Holidays. Software Maintenance Services shall include: Enterprise Imaging (EI) Software installed at VAGLAHCS. VISN 22 IDC long-term storage equipment and Software installed at VAGLAHCS. All software enhancements, patches, and updates to installed software. Technical Phone Support 24 hours per day, 7 days a week. Remote software repair service, 24 hours per day, 7 days a week. Emergency on-site hardware repair service, including travel and expenses, Monday through Friday, with the exception of Government Holidays, between the hours of 7:00 a.m. and 4:00 p.m. when the Contractor determines that on-site service is necessary to correct the issue because correction using remote support is unable to correct the issue. Contractor shall not delete studies and/or images without the permission of the COR. In the event that batch studies and/or images needs to be deleted by the Contractor, the request made either by the Contractor or the participating facility to delete shall be in writing and approved by the facilities COR. The Contractor shall not use customized software script, nor shall it be supplied to Government workers at any of the sites used without written permission of the facilities COR. The Contractor shall maintain a telephone emergency assistance number, available 24 hours per day, 7 days a week. If the problem cannot be corrected by telephone or remote support, emergency field service will be initiated. Perform services in accordance with attached Gold SMA service plan, see attachment, Government Gold SMA Terms and Service Description. If you are interested and can provide the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) 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) Is your company considered small under the NAICS code 811210? (4) Does your company have an FSS contract with GSA or NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811210 ($34 Million). Responses to this notice shall be submitted via email to Ositadima.ndubizu@va.gov. Telephone responses will not be accepted. Responses must be received no later than 10/03/2025 10:00 AM PST. After reviewing the responses to this sources sought announcement, a solicitation may be published on the FedBizOpps or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov