This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) 124 E. 5441 Babcock Road STE 302, San Antonio, Texas 78240 for the procurement of the Belmont Rapid Infuser. 2. Background and Requirement: Contractor shall provide full service for North Dallas VA Medical Center for the Belmont Rapid Infuser is currently in use within the Emergency Department (ED). 3. This equipment for proposed is the Belmont Rapid Infuser this equipment must be able to perform the following functions. 4. SPECIFIC INSTRUMENT REQUIRED: North Dallas VA Medical Center Belmont Rapid Infuser following: Technical Specifications of the Belmont® Rapid Infuser RI-2 Common Nomenclature Belmount Rapid Infuse Kind of material Flexible Medical grade materials; Silicone, Polyurethane, steel and Plastic Electrical Data 50/60Hz 115-120 20 amp dedicated 1.25A, fast acting 5x20mm with interrupting rating Dimensions, size, capacity 13.5x12x7.5 (34.29cm x30.48cm x 19.05cm) 28 lbs(12.7Kg) Principles of Operation Warms blood, colloid, and crystalloid to physiologic temper Restrictive environmental conditions 10 ºC to 32ºC (50ºF to 90ºF) Relative Humidity 10% to 90% /Pressure 49-103 kP Intended use: The Belmont Rapid Infuser RI-2 is a device that delivers warmed blood and fluid to treat hypothermia and blood loss. It can also be used for organ transplants and other surgical procedures. Equipment with which the item is used with (N/A if not applicable) N/A End item with which the item is used with The system monitors temperature, line pressure, and air in the fluid path to ensure safe operation and alarms at all unsafe conditions Original equipment manufacturer part number #903-00037 Other pertinent information that describes the item, material or service required The operating environment for The Belmont® Rapid Infuser RI-2 is general operation in hospital or alternate care environments. The Belmont® Rapid Infuser RI-2 will be subject to the temperature, humidity, and pressure typical of a health care environment. Sources of shock, drop and vibration are also those typically found in a health care environment. 5. If this is an item your business can provide, please respond to this Sources Sought Notice by 09:00 AM Central Time on Monday, 10 March 2025. 6. The intent of this notice is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following> a. where is the item manufactured, the VA is interested in procuring items manufactured in the United States. If you have an existing GSA or VA, Federal Supply Schedule contract, include the contract details in your response. Please note that VA is particularly interested in determining the availability of Service Disable Veteran Owned Small Business/Veteran Owned Small Business or other Small Business manufacturers or authorized distributors that can provide this item. Respond to this notice if you can provide these products listed in the table in the background and requirement section above. In the response, please cite your business size status. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept gray market items. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Responses should include: (1) Business Name (2) Business Address (3) Point of Contact - Name - Phone Number - E-mail Address (4) SAM UID Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE-DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED(VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor, or authorized reseller for the proposed equipment and/or services if applicable (9) GSA/FSS Contract Number if applicable All businesses eligible to provide this item are encouraged to reply as this information may be used to determine potential set-asides for the above-noted requirement. Send responses to Michelle Cunningham at michelle.cunningham@va.gov. DISCLAIMER: THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to provide for competition. Due to technical issues, please allow additional time if you re using electronic means. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government.