THIS IS A BRAND NAME OR EQUAL SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. "We are specifically looking for equipment that is compliant with the Buy American Act." The purpose of this Sources Sought Notice is for market research to obtain information regarding the potential availability and capability of qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested. This source sought and seeks providers capable of fulfilling the requirement in accordance with the Salient Characteristics. The responses received from interested contractors will assist the Government in determining the appropriate set-aside and the appropriate acquisition method. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule Waiver does apply to this requirement. It does apply to all other socioeconomic small business categories. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, Portland VA Healthcare System is conducting market research to identify potential contractor sources which can provide the following Supply: ZEISS AxioVert 5 Inverted Fluorescence Microscope with 705 Monochrome Camera, 305 Color Camera and Colibri 7 LED Light Source for the Department of Veterans Affairs VISN 20, VA PORTLAND VAMC Healthcare System in accordance with the attached salient Characteristics. Potential sources having the capabilities necessary to provide the above commodities which meet all the requirements outlined in the attached salient characteristics are invited to respond to this Sources Sought Notice via e-mail to phillip.folger@va.gov no later than noted in the RFI. No telephone inquiries will be accepted. Appropriate responses shall include the following information: Company name, address, and business size; point of contact name, phone number, and e-mail address; A capability statement addressing the requirements in the attached Salient Characteristics to include: References for similar commodities currently being provided or previously provided (if any) at the required service levels as outlined in the Salient Characteristics. Capability Statement. Capability to provide required supplies at VISN 20 in accordance with the Salient Characteristics. NAICS Code 541715 is applicable to determine business size standard. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to supply the required commodities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. The Department of Veterans Affairs, NCO20 is specifically looking for equipment that is compliant with the Buy American Act. That is BRAND NAME or EQUAL sources of the following: See Items Requested Below.  Items Requested Description/Part Number* Qty Microscope Stand Axiovert 5 TL FL SCB/ 431030-9060-000 1 Fine Drive Knob with scala, changeable (G)/ 430051-9000-000 1 Binocular phototube, 45°/23 (50:50)/ 425523-9030-000 1 Intermediate phototube H=50mm, left port/ 425146-9031-000 1 Slider with Mirror 100% for intermediate phototube/ 425146-9051-000 1 Eyepiece PL 10x/21 Br. Foc/ 444039-9000-000 2 Eyepiece eyecup/ 444801-0000-000 2 Slider 14 x 40 FL attenuator, discrete/ 423730-9130-000 1 Stop slider A 14 x 40 mm with aperture/ luminous field diaphram/ 423730-9151-000 1 LD condensor 0.4 for slider/ 424228-9020-000 1 Slider 10x46 mm Ph/PlasDIC, H, Ph/PlasDIC/ 426717-9000-000 1 Phase stop Ph 1/0.4 for slider/ 426717-9350-000 1 Phase stop Ph 2/0.4 for slider/426717-9360-000 1 Specimen stage 232x230 mm with hardcoat anonized surface/ 432037-9000-000 1 Object guide M 130 x 85 R/L for Axiovert 5/ 432333-9100-000 1 Mounting frame Flex M/ 432333-9030-000 1 Mounting frame insert Flex M, petridishes/ 432333-9050-000 1 Universal mounting frame M (G)/ 471718-0000-000 1 Universal Mounting Frame M-X (G)/ 471717-0000-000 1 Objective LD A-Plan 5x/0.15 Ph1 M27/ 421231-9910-000 1 Objective EC Plan-Neofluar 10x/0.3 Ph1 M27 (G)/ 420341-9911-000 1 Objective LD Plan-Neofluar 20x/0.4 Corr Ph2 M27 (G) / 421351-9972-000 1 Illumination adapter A, achromatic, for Axio Vert/ 423655-9050-000 1 Solid-State Light Source Colibri 7, Type R[G/Y]B-UV (G)/ 423052-9730-000 1 Control Panel for Colibri 5/7 (G)/ 423052-9751-000 1 Filter Set 90 HE LED with Reflector Module FL EC P&C (E) for Colibri (G)/ 489090-9110-400 1 Filter Set 92 HE LED with Reflector Module FL EC P&C (E) for Colibri (G)/ 489092-9110-400 1 Camera Adapter 60N-C 1'' 1.0x/ 426114-0000-000 1 Microscopy Camera Axiocam 705 mono R2 (D)/ 426560-9061-000 1 Camera Adapter 60N-C 2/3'' 0.5x/ 426112-0000-000 1 Digital Microscopy Camera Axiocam 305 color R2 (D) / 426560-9031-000 1 Acer 27" All-in-one PC & Monitor for Zeiss ZEN Lite Software/ VBS/CustomAcer27 1 Dust protection set for Axiovert/ 434308-9010-000 1 ITEM "We are specifically looking for equipment that is compliant with the Buy American Act." ZEISS AxioVert 5 Inverted Fluorescence Microscope with 705 Monochrome Camera, 305 Color Camera and Colibri 7 LED Light Source SALIENT CHARACTERISTICS: Must include inverted microscope and imaging system including all of the components necessary for the system to be fully functional for use in the lab. This includes the microscope, eyepieces, objectives, light source, filters, additional accessories, cameras, computer and software. Included within this contract is the installation, training and initial preventative maintenance of the system. The microscope must have an imaging system for viewing and documenting the activation of fluorescent proteins in live cell cultures, daily quick checks of live cell cultures, and to detect and image immunofluorescent and immunohistochemical (color) staining of fixed cells and sections on slides. Must be capable of viewing and capturing fluorophores in the UV, FITC/ Alexa488, mCherry/ Alexa555, and far red/ Alexa647 range for detection of fluorescent proteins expressed in cells as well as for antibody detection of stained cells and tissues. Must be inverted microscope with LED light sources, transmitted light, and refractors for reflected light (fluorescence detection). Must have microscope that can be used for quickly looking at live or fixed cells in a variety of sizes of petri dishes, multi-well plates and on slides. Must have a color camera that allows us to take color pictures of live cells as well as color-stained cells and sections on slides. Must have monochrome camera that gives the capability to capture images in the fluorescent range. Must include inverted Axiovert 5 TL FL SCB microscope and imaging system with both brightfield/ phase and fluorescent capabilities for utilizing in both our cell culture research and tissue studies in the lab. Must include microscope system that includes an energy efficient LED light source for both transmitted and reflected light. Must include a transmitted light and phase objectives for viewing live cells growing in culture as well as color-stained cells and sections. Period of Performance: 90 Days after receipt of order. Delivery: The vendor must coordinate with the below individuals to coordinate delivery, installation, & other services: TBD 800-949-1004 Station.poc@va.gov The vendor must deliver the equipment to: Portland VA Healthcare System Vancouver Warehouse 1601 E 4th Plain Blvd Vancouver, WA 98661 The vendor must clearly label & tag all boxes & crates with the Contract Number & Purchase Order (PO) Number. TBD The vendor must deliver two user & two service manuals (preferably electronically) to the above points of contact. Warranty: The vendor shall provide manufacturer warranty information that covers the device, battery, and all other accessories. Potential contractors: shall provide, at a minimum, the following information to phillip.folger@va.gov a) Company name, address, and point of contact, phone number, e-mail address, and SAM UID. b) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 541715 Research and Development in the Physical, Engineering, and Life Sciences. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business c) 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). d) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov and Veteran Small Business Certification https://veterans.certify.sba.gov/. e) 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. f) 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: (g) Meet the salient physical, functional, or performance characteristic specified in this source sought; clearly identify the item by Brand name, if any and make/model number. (h) 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. Responses are due by 08/11/2025 5:00pm PACIFIC TIME, LOS ANGELES, USA, to the Point of Contact. Shipping Address: Portland VA Healthcare System Vancouver Warehouse 1601 E 4th Plain Blvd Vancouver, WA 98661 Point of Contact: Phillip Folger Contracting Specialist phillip.folger@va.gov