Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested, please read this notice entirely and submit the required information, as requested herein. Telehealth Workstations Atlanta, Georgia BRIEF SCOPE OF WORK (This is for information only) IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine the socioeconomic status of interested companies). No award will be made off this posting. VA Member Services (MS) requires a workstation panel system and (11) workstations for use in their new facility. Item # Description/Part Number* Qty 0001 U0202, Workstation Panel System 1 0002 F0682A, Workstation, Adjustable 11 0003 Installation 1 Salient Characteristics: CLIN 0001: Workstation Panel System to create workspace areas (U0202) Must result in eight (8) individual work areas that encompass workstations (see CLIN 0002): Panel System (Height between 62 and 78 ): .55NRC Rated Sound Absorption Panels must encompass the workstations described in CLIN 0002 The requirement for the open area workspace (Room TCC 426) layout has been designed to ensure an efficient and collaborative workspace. The open workspace layout is optimized to accommodate a total of eight (8) individual workstations, arranged in two distinct clusters: one featuring six (6) workstations with shared common panels, and the other comprising two (2) workstations with one shared common panel. The remaining 3 individual workstations will be placed in individual offices. (see image below) **Upon award of the requirement the vendor shall verify ALL field dimensions prior to placing their order. This ensures the specified dimensions with the salient characteristics align with production requirements. Examples: CLIN 0002: Workstation, Adjustable: (F0682A) Free-standing, dual surface straight computer work center for use as a six-monitor workstation. Monitor Mounting System to consist of total of six (6) monitors to be arranged in a stacked configuration with 3 monitors across and 2 monitors high. 10 focal depth adjustment to accommodate the following monitors: Top Row: 27 , 27 27 Bottom Row: 27 , 27 27 27 27 27 27 27 27 Must include laminate work surface, electronic height/tilt adjustment of work surface and monitor support array (up to 50 pounds each monitor). Workstation surface dimensions: Width: 84 (+/- 2 inches) Depth: 44 (+/- 2 inches) Must be height-adjustable between 22 48 (+/- 2 inches) Monitor arms must be able to support up to 27" monitors. Must include pedestal. 18"W x 22"D drawer pedestal: 6", 6", 12" drawers (+/- 2 inches) Single Metal Shelf under monitor surface, with grommet & (1) power-only USB, (1) USB-C and (1) Power Outlet 19 W x 5.25 H x 9 D. Must include data dock: Keyboard surface cable organizer, accommodates up to 8 USB Ports and 1 CAT6 Port. Must include 2 CPU Holders mounted under monitor surface. 36"W shared CPU cabinet under flip top worksurface: front locking doors, internal fixed shelf, (2) silent 45 CFM fans for active ventilation. CPU's per positions: (2) 7.5" W x 18" H x 18"D Must include Task Lights: (2) dimmable lights with flexible mounting arm on keyboard surface. Must include Down Bias Lighting: Blue Quantity 11 Individual Workstations Must refer to floor plans for approved layout/configuration. Must refer to floor plans for approved layout (see above) Examples: CLIN 0003: Delivery and Installation Workstations and panel system for work areas shall be shipped directly to the building and will be assembled on site by the manufacturer or designated representative. All aspects of the shipping and installation (delivery, assembly, removal of trash, etc.) must be included in the installation line item. The installation line item does NOT include mounting the VA s IT/AV equipment (monitors) in the workstations. Delivery Contractor shall contact the VA POC at least 14 business days prior to the start of work/shipping to ensure that the building is ready for install. In the event there is a delay in delivery, Contractor must notify the assigned VA POC immediately in writing, preferably via email. Contractor shall provide the VA POC with scheduled date and time that the delivery truck will be arriving at least 24 hours minimum in advance. Contractor must ensure that the driver of the delivery vehicle has copies of the Bill of Materials/delivery orders and shall not attempt to deliver any items before the scheduled delivery date. Receive and Unload If the Contractor is unable to complete the assembly and placement of all unloaded items before the end of the workday, the Contractor will be responsible for moving these items to a secure location, until the next available workday. The Contractor will be responsible for moving the items from the overnight storage site to its designated position in the building. The Contractor shall verify and inspect all items. All deficiencies (damage/overage/shortage) shall be brought to the attention of the assigned VA POC in writing, preferably via email, immediately upon identification. The Contractor shall store damaged items in the location designated by the VA POC. The Contractor shall maintain a complete file of all documents relating to each discrepancy and copies of all Discrepancy Reports shall be forwarded to the VA POC daily. Contractor shall repair or coordinate with the VA POC for replacement of damaged, defective, or missing items. Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. Assembly and final acceptance Contractor shall be responsible for all safety and security guidelines within the area in which work is being performed, to include securing any contractor-owned tools or equipment, and any on-site storage being utilized. The contractor shall install all items in accordance with each requirement statement and basic component floorplan, panel plan and electrical plan, designed and provided by the contractor with each task order. Contractor shall uncrate all items received and perform all required assembly in accordance with the manufacturers instructions. Contractor shall prevent its personnel from entering any area other than the designated work area. The Contractor shall maintain a means of egress within all designated work areas to comply with fire codes. Contractor shall inspect to ensure that the furniture is free of surface dirt, clean and polished, free of defects, and that the installation is complete and ready for use. The Contractor shall do a final walkthrough with VA POC and provide a punch list before the contract is considered fully completed. Jobsite Cleanliness Contractor will be responsible for the removal and disposal of all trash/debris connected with uncrating and assembling all items installed under this contract. Final Acceptance by the Government will not occur until all installed items have been wiped cleaned and debris/dust connected with installation is removed from the VA site. Recyclable cardboard products shall be disposed of in accordance with applicable statutes, in respective containers. The contractor is responsible for providing trash containers at an offsite facility. Packing materials will not be stored in the buildings for any period exceeding 24 hours. The Contractor shall ensure its personnel eat, drink, or smoke only in designated areas. Personal trash (food wrappers, drink containers, etc.,) shall be removed from the site on a daily basis by the Contractor. Warranty Items The warranty of an item is to start on the date of acceptance of the products/services by the Government VA POC. The Contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the warranty period. The cost of installation and travel of replacement material and parts shall be borne by the Contractor. The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor. This is anticipated to be a commercial supply acquisition under the authority of FAR Part 12, Simplified Acquisition Procedures for Commercial Items. The product will be delivered to the following location: VHA Member Services Atlanta 2233 Lake Park Drive, Smyrna, GA 30080 IMPORTANT NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) OEM certified technicians to perform services with unrestricted access to the facility during inclement weather, as well as immediate access to OEM software updates. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507. Please communicate via e-mail to Stephanie.Cahill@VA.Gov by 12:00 MST on June 6th, 2025, as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Provide company s capability statement describing ability to provide equipment that meets or conforms to the salient characteristics listed above *include specification or brochure documents for confirmation of equivalent products* Company s business size in relation to NAICS 334111 and socio-economic category (SDVOSB/VOSB/WOSB/Large Business): SAM UEI: FSS/GSA contract # (if applicable) **Indicate Open Market if items are not included on FSS/GSA Estimated lead time: Where are the products manufactured/COO: Only written responses, to items 1 through 6 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp