This Sources Sought Notice (SSN) is being issued on behalf of the James H. Quillen VA Medical Center, as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for a sole sourced firm-fixed-priced contract for automated Positive Patient Identification (PPID) System. The result of this market research will contribute to determining the method of procurement. This Sources Sought will utilize North American Industry Classification System (NAICS) code 541519 Other Computer Related Services with a size standard of $34 million, using PSC 7H20 IT and Telecom - Platform Products: Database, Mainframe, Middleware (HW, Perpetual License Software). This Sources Sought Notice is for informational and planning purposes only and does not constitute a solicitation. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. The Department of Veterans Affairs, Network Contracting Office 9 (NCO 9) is seeking potential sources for products detailed below to be provided to the James H. Quillen VA Medical Center. The automated PPID system is for the collection of inpatient laboratory specimens (primarily blood, but also urine, stool, swabs, and other inpatient specimens.) Item # Description of Items Qty 0001 PPID for Specimen Collection 1 EA NOTE: Vendors who believe they can provide an or equal domestic sourced product or item may respond to these sources sought notice. The Government will evaluate the materials provided to determine if a preference could be given to domestic sources in any future solicitation. Requirement: Vendors with capability to provide the products listed above may respond as follows: Organization name, address, point of contact, email address, web site address, and telephone number. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) Under which NAICS code does your company usually provide the requirements described in the Statement of Work (SOW) - Please provide rationale for your answer if different from NAICS 541519. [ ] yes [ ] no Are you the Original Equipment Manufacturer (OEM) [ ] yes [ ] no If not the OEM, are you an authorized distributor, and can produce a letter from the OEM? [ ] yes [ ] no Is this product available on your GSA/FSS or other GWAC Contract If so, what is your contract number? _____________________ [ ] yes [ ] no - Comply with 25.225-1 Buy American-Supplies Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Response to this SSN shall not exceed 10 pages and should include all the previously mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF). Hardcopies will not be accepted. The government will evaluate market information to ascertain potential market capacity to: Provide supplies/services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Implement a successful plan that includes compliance with program schedules; cost containment; meeting and tracking performance. Provide supplies/services under a firm-fixed-price contract NOTE: Respondent claiming SDVOSB and VOSB status shall be registered, and Veteran Small Business Certification (VetCert) verified in VetCert Registry Veteran Small Business Certification (sba.gov). Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this SSN by 10:00 AM CST, May 29th, 2025 All responses under this SSN must be emailed to cecelia.knight-holton@va.gov the subject line must specify 36C24925Q0290. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SAM: Interested parties shall be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.204-7. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to meet the requirement. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM. However, responses to this notice shall not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).