2 SORCC reply 11/15/11 THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business Manufacturers, and other Small Businesses, interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the White City VA Medical Center, is for market research purposes and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. The SBA Nonmanufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. 2) Anticipated North American Industry Classification System (NAICS) code is 339113. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 800 employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the items listed below. 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. 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. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration VetCert Registry located at https://veterans.certify.sba.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available). 7) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic of the brand name item and those specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information. (d) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination, and any applicable contract vehicle information. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at beta.sam.gov. or GSA eBuy. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is an Unrestricted/Open Market Brand Name or Equal To Request for Information/Sources Sought Notice. Delivery: White City VA Medical Center BLDG 225A Warehouse 8495 Crater Lake Hwy. White City, OR 97503 Items: Brand Name or Equal to BR Surgical Optomic ENT per the Salient Characteristics listed below: Description/Part Number* Qty Price Extended Amount BR900-75009S-BK 3 Installation 3 Removal of existing system (estimated at this point) 3 TOTAL   SALIENT CHARACTERISTICS Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 4 ITEM Exam Chair INSTALLATION INFO Installation and movement of current system DIMENSIONS Width: 24 inches Height: 28.7 inches PERFORMANCE REQUIREMENTS Up/Down Movement: Electrical Backrest and Leg rest Movement: Electrical Programmable Memories: 6 (programmable) Movement Control: 2 keypads on the backrest + Foot-operated joystick Fire Proof Class: Fire proof N°UL94HB Footrest: Metallic with automatic fold-down Armrests: Folding armrests, completely fold down to provide more comfort for patients with reduced mobility and for lateral observations and practices Headrests: Variable height and inclination Removable Adjustable headrests Chair Rotation: 300° with brake on either side Trendelenburg Position: -10° inclination Backrest Angle: From 90° to 190° Seating Height: Must have a range from 20.5 inches to 35 Must accommodate patient weight of 440 lbs. Rotation and Brake: Patient can be turned safely, stability and smoothness due with high resistance bearings of conical rollers Exam Chair has a double lever braking system, placed on either side of the seat, to avoid the doctor wasting time moving around the patient Movement Wheels: Forward and Backwards JUSTIFICATION Utilized during Dix Hallpike Testing and Epley Maneuver Treatment for examination, evaluation, diagnosis and treatment of BPPV and other conditions. DEPARTMENT Audiology POWER NEEDS Mains Connection: 110/240v 50-60 Hz MATERIAL and COLOR Upholstery: PUR melting, no seams, latex free, washable Folding Armrests: Composed of stainless steel axle padded with washable polyurethane Blue in color of upholstery Additional information sought: Warranty Must have minimum 1 year warranty Place of manufacture Please provide the place of manufacture If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Maureen.Sundstrom@va.gov by 10:00 AM PST on December 22, 2025. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.