THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. 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), is seeking information and potential qualified sources capable of providing Flat Screen Monitors and Televisions. The equipment will be delivered to the Mercer CBOC, located in Hermitage, PA 16148. VETERAN AFFAIRS MEDICAL CENTER, Butler, PA STATEMENT OF WORK GENERAL SCOPE The government is in the process of acquiring flat screen various size flat screen monitors and televisions for Mercer Community based Outpatient Clinic. Product will be delivered to our Mercer CBOC as specified in this document. All products will meet the VHA specifications and high-quality threshold while integrating excellent environmental stewardship. Product will be delivered to Mercer CBOC, PA Location during Phase 2 of the installation project schedule: Address: 1505 N. Hermitage Road, Hermitage PA 16148-3104 Delivery and Installation: Phase 2 09/15 thru 09/18/25 PERFORMANCE REQUIREMENTS The contractor shall provide and be responsible for the technical assistance, development, and generation of final specifications. The contractor shall comply with the following: Coordinate order, ship, and delivery of product from the manufacturer until final acceptance by COR: The contractor shall place all orders, track orders, schedule deliveries and coordinate trucks with the manufacture for manufacturing and delivery according to VA project schedule. Upon receiving the award, the VA will require a copy of the bill of materials. Provide installation and maintenance manuals for all specified products. PRODUCT Item #1: Exam Room Education Monitors Salient Characteristics are based on ViewSonic VG3456-LED Monitor Quantity: 26 Screen Size: 34 Screen Type: Flat LED-backlit LCD Resolution: 3440x1440 HDR HDMI Input Type-C Input Wall Mountable mount is Ergotron Neo-Flex Cantilever, VHD Item #2: Exam Room Education Monitors Salient Characteristics are based off Samsun Hospitality Display Quantity: 4 Screen Size: 65 Screen Type: Flat Resolution: 4K HDR HDMI Input USB/Ethernet/LAN/Digital Audio Out / RF In (Terrestrial/Cable Input/Satellite Input) Type-C Input Wall Mountable mount is Ergotron Neo-Flex Cantilever, UHD Weight not to exceed 110lbs. Item #3: Exam Room Education Monitors Salient Characteristics are based off Samsun Hospitality Display Quantity: 1 Screen Size: 55 Screen Type: Flat Resolution: 4K HDR HDMI Input USB/Ethernet/LAN/Digital Audio Out / RF In (Terrestrial/Cable Input/Satellite Input) Type-C Input Wall Mountable mount is Ergotron Neo-Flex Cantilever, UHD Weight not to exceed 110lbs. SUBMISSION OF QUESTIONS All questions must be received by [date determined by acquisitions. All questions submitted for this solicitation must be sent electronically to the following email address: [insert CO email or contact information here]. Questions received after the stated date and time may be addressed at the discretion of the Contracting Officer. SUBMISSION OF QUOTATION The contractor shall submit complete emailed electronic portable document format (pdf) or Microsoft Excel (xls) format of: Complete manufacturer s product specifications Bill of materials Product literature and warranty information Price quote DELIVERY All orders shall be delivered Free On-Board (FOB) destination to the delivery addresses. Specific delivery/shipping information shall be determined at the individual order level. The contractor will contact the COR at least 14 business days prior to the start of work/shipping to ensure that the building is ready for installation. In the event there is a delay in delivery, Contractor must notify the assigned VA COR immediately in writing, preferably via email. Contractor shall provide the COR with scheduled date and time that the delivery truck will be arriving at least 24 hours minimum in advance. Contractor must ensure that the driver of the delivery vehicle has copies of the Bill of Materials/delivery orders and shall not attempt to deliver any items before the scheduled delivery date. Receive and Unload If the Contractor is unable to complete the assembly and placement of all unloaded items before the end of the workday, the Contractor will be responsible for moving these items to a secure location, until the next available work day. The Contractor will be responsible for moving the items from the overnight storage site to its designated position in the building. The Contractor shall verify and inspect all items. All deficiencies (damage/overage/shortage) shall be brought to the attention of the assigned VA CO in writing, preferably via email, immediately upon identification. The Contractor shall store damaged items in the location designated by the COR. The Contractor shall maintain a complete file of all documents relating to each discrepancy and copies of all Discrepancy Reports shall be forwarded to the COR daily. The contractor shall repair or coordinate with the COR for replacement of damaged, defective, or missing items. Warranty Items The warranty for an item is to start on the date of acceptance of the products/services by the Government VA COR. The Contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the warranty period. The cost of installation and travel of replacement material and parts shall be borne by the Contractor. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 334310, Audio and Video Equipment Manufacturing. The Small Business Size Standard for this NAICS code is 750 employees. PLEASE ANSWER THE FOLLOWING QUESTIONS: Please 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), Small Business (SB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this notice? 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; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of the job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. 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? 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 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. If none, please reply as N/A. Please provide your Unique Entity ID. This Sources Sought Notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to mcdaniel.brayboy@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on August 06, 2025. 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 Contract Specialist, McDaniel Brayboy III. All firms responding to this Sources Sought Notice are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date, and interested parties must respond to the solicitation to be considered for the award. 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. Information will only be accepted in writing by e-mail to Contract Specialist, McDaniel Brayboy III at mcdaniel.brayboy@va.gov DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice.