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 Brand name Only Nutrace R+ Scanners. The system will be delivered to the Pittsburgh VAMC, located in Pittsburgh, PA 15240. 1. INTRODUCTION: Background: The VA Pittsburgh Healthcare System (VAPHS) Sterile Processing Services requires the brand name procurement for Nutrace R+ Scanners. The compatibility of these scanners with the Censitrac system will allow the VA Pittsburgh Healthcare System the ability to remain on the path of 100% instrument traceability and accountability in support of the VA mission of providing quality care to our Veterans. Situation: VAPHS Sterile Processing Services requires these scanners to allow staff at the VA Pittsburgh Sterile Processing Service team to have the scanning supplies needed to accomplish facets of the laser etching processes for equipment and instruments to scan CensiTrac barcodes. The current scanners have latency issues and often fail to recognize the 2D-matrix when a scan attempted, failed scans lead to increased assembly time for technicians and manual input which of instruments when the scan is not recognized. When manual input of instrument data is employed, the 2D-Datamatix is no longer traceable in the CeniTtrac system for that item. Justification Description: The equipment cleaned and reprocessed by Sterile Processing Services (SPS) must be effectively traced via the Censitrac equipment tracking software already in use by SPS. When equipment and reusable medical devices are traced via Censitrac, items can be located/traced for utilization in patient care, inventory tracking, and repair purposes. A unique device identification UDI laser mark - 2D data matrix code is used to commission Reusable Medical Devices (RMD) in the Censitrac system. The NutraceR+ scanner has been specifically designed to read the most challenging 2D data matrix codes via the built-in magnifier, therefore scan capture reliability will be greatly improved. This will dramatically decrease scan fails or the need to repeat scan items. The use of these scanners will increase productivity and efficiency for sterile processing technicians. These scanners provide a small footprint, so it takes up minimal space at workstations, in contrast to our current scanners this device does not need to be set up on a stand.  These scanners are made with a stainless-steel rugged design, and they can easily be disinfected. The current model scanners in use produce a potential eye damaging light when shone direct sight of the users, the Nutrace R+ scanners do not produce any flashing lights that pose eye health hazards. Line Item Product or Service Description Quantity Price each 1 R+ Scanner R+ healthcare scanner with the capabilities of reading a 2D Data Matrix in 0.5 seconds per instrument, regardless of instrument contrast, instrument material or position of the code. Must include camera with high performance and LED lighting technology. R+ MAX must read 2D Matrix as small as .010 X .010mm (4mils). Body must consist of stainless steel with a longer reading neck for ease of reading and disinfection; able to withstand tough and the most demanding conditions at the SPD. This specific camera must have Safire glass with a bigger window which makes the decoding fast and with ease. 10 3900.00 Performance period: This period of performance recommended by the government shall occur immediately upon the issuance and the signing of the contract issued by NC04 prior to and no later than 09/30/2025. The contractor must coordinate with the SPS Chief and the Program Point of Contact (POC) from contract award for all deliverables included in this contract. Type of Contract: Firm Fixed Price Delivery Location VA Pittsburgh Healthcare System (VAPHS), Sterile Processing Service (SPS) | University Drive C, Pittsburgh, PA 15240. Scope: VAPHS Sterile Processing Service requires a contractor to perform the following key tasks: TASKS AND DELIVERABLES: Contractors must have the capability to meet ALL requirements prior to receiving payment for supplies, equipment or accessories are delivered. Stakeholder Team: BIOMED: Needs to Be Inspected by Biomed (AN315C) LOGISTICS: EE Tags would need to be assigned. Supplies/Services: All items shall be completely new, and shall not be used, refurbished, recycled, or in any other form, including substitutions. The contractor shall not add or substitute any item(s) or component(s) without prior approval from the contracting officer. 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) 339112, Surgical and Medical Instrument Manufacturing. The Small Business Size Standard for this NAICS code is 1000 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 September 02, 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.