Page 2 of 2 THIS REQUEST FOR INFORMATION (RFI) 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 RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER 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. 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 RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/Request for Information (RFI) notice issued solely for information and planning purposes. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification in relation to NAICS 337214 (size standard of 1100 Employees). The Government will use responses to this notice to inform and support appropriate acquisition decisions. Please note responding to this Sources Sought/RFI does not constitute an adequate response to any future solicitation. If a solicitation is issued, it will be announced separately. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide the below requirement. The contractor shall provide and be responsible for the shipment and delivery to VA New Mexico Health Care System at 1501 San Pedro Dr. SE, Albuquerque, NM 87108. Item Information: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 5.00 EA __________________ __________________ 626 PREMIUM 28 UPHOLSTERY, MIST LOCAL STOCK NUMBER: 002-2000-813 0002 4.00 EA __________________ __________________ 626 PREMIUM 28 UPHOLSTERY, ROBUST BROWN LOCAL STOCK NUMBER: 002-2000-852 0003 9.00 EA __________________ __________________ BARRIER-FREE EXAMINATION CHAIR W/CLEAN ASSIST ROLLER SYSTEM, DIGITAL SCALE, RECEPTACLES, DRAWER HEATER, PELVIC TILT, WIRELESS CONTROLS, W/O TOPS LOCAL STOCK NUMBER: 626-003 0004 9.00 EA __________________ __________________ PATIENT SUPPORT RAILS PLUS, FIELD INSTALLED LOCAL STOCK NUMBER: 9A600002 GRAND TOTAL __________________ Scope 1. Contract Title. Midmark 626 Premium 28 Upholstery, Barrier-Free Examination Chair of Equal. 2. Background. The Raymond G Murphy VA Medical Center women s clinic is moving locations. The new location is requiring the purchase of nine each Midmark Exam Chairs to continue to provide our women veteran population health care. 3. Scope. The examination chair is intended to be used as a chair/table to position and support patients during general examination procedures conducted by medical professionals. This request is to procure nine Midmark Exam Chairs, five 626 premium 28 upholstery in Mist, 4 626 premium 28 upholstery in Robust Brown, and nine patient support rails plus. 4. Specific Tasks. The contractor shall be responsible for manufacturing and delivering the Midmark 626 Premium 28 Upholstery Barrier-Free Examination Chair at the NMVAHCS. Delivery services shall meet all DOT requirements. The product specifications are attached, and the salient characteristics are listed below: Salient Characteristics/ Product Specifications. Description: Barrier-Free Examination Chair with Built-in Digital Scale. Exam Chairs must have: Power height, Power backrest. Compressed 14.6 low seat height upholstery, allowing 97% of patients to have feet flat on the floor for proper positioning for blood pressure capture, 37 high height. Patient Transfer Position (PTP): must have low FLAT back position at 15.5 for true safe patient. Meets US Access Board recommendations for accessibility with 15.5 uncompressed low seat height 650 lb. lifting capacity. Standard clean assist rollers, retractable roller base to move the chair easily and safely for cleaning/infection prevention. Optional Patient Support Rails Plus to achieve proper positioning of patients arm for blood pressure capture, handling, and wheelchair transfer, 59 long x 28 or 32 wide transfer area. Chair position or flat table position at any height. 76 long patient surface with slide-out footrest extended. Front storage drawer with dividers for access/storage of speculums, gloves, instruments, and supplies. Paper roll storage. Pelvic tilt and drawer heater. Smooth-start electromechanical actuator motors. One-touch auto-return home button that lowers table and raises backrest to chair position . Programmable one-touch quick exam button. Tamper-resistant, UL-listed, duplex, hospital-grade electrical receptacles. Elastomeric seat cutout for patient comfort. Seamless upholstery for cleaning/infection prevention. Removable upholstery top system for cleaning and easy replacement. Steel-on-steel construction on all weight-bearing points for durability, including steel-reinforced seat and back section. Seamless/sealed foot control for cleaning/infection prevention. Standard spline receptacle system for tools free plug-n-play attachment of accessories patient support rails and patient support rails plus. Galvanized leveling feet. Mist base & Robust brown color. Automated vitals device ports on left side, right side, and rear of exam chair. UL-listed. If you are interested and capable of providing the sought-out supplies, 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: (1) 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 (337214) identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) 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 type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) 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? *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Anette.doan@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 07/25/2025, at 12:00 p.m. Pacific Standard Time (PST). If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.