THIS REQUEST IS FOR SOURCES SOUGHT AND IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS SOURCES SOUGHT NOTICE IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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 Sources Sought Notice is marked as proprietary and will be handled accordingly. IAW FAR 15.201(e), 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 Sources Sought Notice. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice only. The purpose of this Sources Sought Notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS code 334111 Electronic Computer Manufacturing (size standard of 1,250 employees). Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 02 Network Contracting Office, is seeking sources that can provide Dell Work Stations and Other Components that at a minimum meets the following salient characteristics with a brand name or equal product for the VA James J. Peters (Bronx) Healthcare System: Background: This requirement includes the acquisition of two (2) Dell workstations and other components for use in storing and processing magnetic resonance imaging (MRI) scans collected as part of approved VA funded research studies. The current workstations have reached the end of life, as they are more than five years old. These workstations will be connected to the academic affiliate, the Icahn School of Medicine at Mount Sinai s, network. The MRI scans are from Veterans with various mental health conditions including major depression, suicidal behavior, bipolar disorder, psychosis, PTSD, traumatic brain injury, and substance use disorders. The workstations will improve the speed of analyses and provide redundant copies of key files to prevent data loss. The equipment will further strengthen translational research at the Mental Illness Research, Education, and Clinical Center (MIRECC) at JJP VAMC. Scope: Contractors shall provide the delivery of the requested workstations including: 210-BFNS Precision 7960 Tower XCTO Base 2 338-CGRM Intel Xeon w7-3465X (75MB Cache, 28 cores, 56 threads, 2.5GHz to 4.8GHz Turbo 300W) 2 412-ABDE CPU Heat Sink up to 300W 2 605-BBPK Ubuntu 22.04 on Precision 2 490-BKCW Nvidia RTX 5000 Ada Generation, 32 GB GDDR6, 4 DP 2 370-AHHJ 256GB, 8x32GB, DDR5, 4800MHz, RDIMM ECC Memory 2 400-BPRR M.2 FlexBay Module with carrier 7960 Tower 2 401-BBBC 1TB Performance SSD, SED Ready 2 631-BBKF Intel Management Engine with vPro 2 430-XXYU Resource DVD not Included 2 450-AFEU System Power cord C19 (US 125V, 20A) 2 340-AGIK SERI Guide (ENG/FR/Multi) 2 340-CBUU Shipping Material (DAO) 2 340-DLGD Ship Material DAO Tower 7960 2 340-DLFZ 7960 Tower Placemat 2 403-BCVC Integrated Storage Controller 2 321-BIBD Precision 7960 Tower 2200W Chassis (FMX) 2 340-ACBY Dell Precision/Pro Max Desktops TPM 2 325-BFHR Front Bezel - Non-lockable (E0/E3 ODD) 2 389-EFGH 7960 Tower 2200W Regulatory Label 2 400-BPRR M.2 FlexBay Module with carrier 7960 Tower 2 401-BBBC 1TB Performance SSD, SED Ready 2 400-BPPG 8 TB, 7200 RPM, 3.5-inch, SATA, HDD, AG-Enterprise Class 2 400-BPPG 8 TB, 7200 RPM, 3.5-inch, SATA, HDD, AG-Enterprise Class 2 449-BCCV F1: Flexbay Boot; [2xNVME + 2xSATA] Front Flexbay; Rear Flexbay optional (Integrated + 2200W) 2 780-BCWN Intel 1-2 NVMe PCIe SSD Front FlexBay Boot + SATA 2 997-5852 Dell Limited Hardware Warranty Plus Service 2 997-5877 ProSupport: Next Business Day Onsite 3 Years 2 997-5893 ProSupport: 7x24 Technical Support, 3 Years 2 989-3449 Thank you choosing Dell ProSupport. For tech support, visit //support.dell.com/ProSupport 2 580-AJIX Dell Premier Multi-Device Wireless Keyboard & Mouse - KM7321W non-TAA 2 210-BMDS Dell UltraSharp 34 Curved ThunderboltTM Hub Monitor - U3425WE non-TAA 2 844-1960 Advanced Exchange Service 3 Years non-TAA 2 844-1966 Dell Limited Hardware Warranty non-TAA 2 Type of Contract: Open Recognized Holidays: The Contractor is not required to perform services on public holidays declared by the President and the following federal holiday observances: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Juneteenth National Independence Day Christmas Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day When a holiday falls on Saturday or Sunday, most employees observe the holiday on the previous Friday or following Monday, respectively. Hours of Operation: The contractor is responsible for conducting business, between the hours of 8:00 a.m. and 4:30 p.m., Monday thru Friday except federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. Requirements and deliverables: Salient Characteristics: The contractor shall deliver two workstations as defined in the provided quote in new condition. Delivery: The contractor shall deliver the workstations in multiple instalments, based on the need of the government. Delivery address is: Department of Veterans Affairs James J. Peters VA Medical Center 130 W. Kingsbridge Road Bronx NY 10468 NOTE: Please reference the Purchase Obligation (PO) number on all shipments. Training and Requirements: No training is required. The workstations should be delivered in packaging that protects them from damage during transit and delivery. C&A The C&A requirements do not apply, and that a Security Accreditation Package is not required. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to 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), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) 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). (5) 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? (6) If you intend to sub contract 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 sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) 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 for any type of award. (10) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Will the items you will be providing manufactured domestically in the United States or are they foreign manufactured items? (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (13) Please provide your Sam.gov Unique Entity ID number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to JONATAN.RONDON@VA.GOV, telephone responses shall not be accepted. Responses must be received no later than July 2nd, 2025. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.