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 Inversion Therapy Chairs. The system will be delivered to the Butler VAMC, located in Butler, PA 16001. VETERAN AFFAIRS MEDICAL CENTER, Butler, PA STATEMENT OF WORK GENERAL SCOPE The government is in the process of acquiring specialized furniture, Inversion Therapy Chair for our patients and staff at Abie Abraham Healthcare Center, as well as labor support to install the new furniture. Product will be delivered to our Butler Healthcare Center 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 Butler VA, 353 N. Duffy Road, Butler PA 16001 Delivery and Installation: To be completed by 10/01/25 PRODUCT Item #1: Massage/Inversion Therapy Chair Brand name or Equal: Infinity IT-9800 Quantity: 5 Location: 4 Butler HCC / 1 Butler CLC Salient Characteristics and Basis of design: Warranty: 5-year Limited life-time warranty Features: Zero Gravity Recline Lumbar heat Various Massage Techniques Decompression Stretch Programming for stretching/yoga/rocking 2D Back massage Infrared Heat Function Extending and heated knee, calf, and foot massager Size: W: 19-21/38 x D: 19-22/45/70 x H 46/36 WT CAP: 300-350lb RL: Reclined Length of 70-74 Maximum extended length of 74 Finishes: Vinyl Fabric Final Selection prior to order entry. 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 and provide project management of all products and services to manage, order, ship, deliver and install new furniture 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. The Contractor shall provide all necessary materials, equipment, labor, supervision, and management to: (A) coordinate delivery; (B) load and unload; (C) place/install items in designated rooms/locations; (D) assemble items as required; (E) secure as designated; and (F) properly dispose of all associated packing/crating materials outside the VA premises. Upon receiving the award, the VA will require a copy of the bill of materials. Provide maintenance manuals for all products specified. The contractor working for the contractor shall comply with all regulations in reference to OSHA, CDC guidelines, and VA Butler Healthcare System Medical Center Requirements. Contractor and any sub-contractor are expected to use appropriate language. Obscene language is not permitted, and all individuals are expected to be courteous. This requirement includes any conversation that can be overheard on federal property. There is a zero-tolerance policy for sexual harassment (implied, verbal, suggestive or physical). SUBMISSION OF QUOTATION The contractor shall submit complete emailed electronic portable document format (pdf) or Microsoft Excel (xls) format of: Schedule for all manufacturing times, shipping dates, delivery dates, and installation dates within 2 weeks of contract award. Complete manufacturer s product specifications Bill of materials. Quantity of man hours for labor/installation Product literature and warranty information Physical finish samples 5 days after award. Price quote with separate lines for labor/installation and any fees DELIVERY and Installation Delivery and installation of furniture must be managed and completed in coordination with VA Standards. No direct deliveries will be accepted by the VA; the vendor must arrange and be present for all deliveries. The VA will turn away any unscheduled deliveries at the vendor s expense. A project manager or project designer and installation foreman must be onsite during installation. For installation, the contractor/vendor is responsible for protecting the floors from the entry point to the workspace. Masonite is required for all floors as well as door jamb and corner protection. All transport carts and wheel equipment must be checked and verified to ensure damage is not done by them. Any damage done to the space must be repaired within 90 days at the furniture vendor s expense. Equipment must be provided and use: Moving equipment Deliveries must be scheduled through the interior design office before installation. . 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) 339920, Sporting and Athletic Goods 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 29, 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.