Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice 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 Portland 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. 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 334510. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1250 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: Portland VA Medical Center Warehouse Bldg #225A 3710 SW US Veterans Hospital Road Portland, OR 97239 The Portland VA Medical center is seeking information on businesses capable of supplying a Brand name or equal to product for the CelTivity. CelTivity is a method of rapid onsite cytology which allows small tissue samples to be fully assessed for malignant cells without the need of a cytologist or preparation of slides. It utilizes full field optical coherence tomography and dynamic cell imaging to scan through the entire sample and identify cells suspicious for cancer. This is helpful during our bronchoscopic procedures to take more samples or change position to obtain accurate biopsies. Currently, rapid onsite cytology is performed by a cytologist who can make one slide with a drop of specimen (remaining specimen is sent for histopathological evaluation). One drop of specimen is not always representative of the entire collected specimen leading to more biopsies, longer procedure times and possibly, increases complications and need for repeat procedures for our patients with presumed lung cancer. CelTivity allows review of the entire specimen. Items: Brand Name or Equal to of the following supplies Item # Description/Part Number* Qty Price Extended Amount 1 Van Gogh Microscopy System Includes: imaging unit, CPU, monitor, keyboard, mouse, calibration tool, and cart Mfr part #VGMS-01 1 2 Van Gogh Microscopy System 36 month Premium Service Agreement Mfr part #VGMS-03s 1 3 CelTivity Single-use patient biopsy kit 5 each per kit Mfr part # ACBSPBK-05 10 Â SUBTOTAL (Products) Â SALIENT CHARACTERISTICS Must have full field OCT and dynamic cell imaging Power source 120 V AC Dimensions 780 X 670 X 1150mm Must be able to clean and disinfect microscope housing, interior and exterior of the cart, and display monitor with 10% bleach solution 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 March 05, 2025. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.