Page 1 of 3 Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of The VA Medical Center is conducting this Sources Sought to identify contractors who possess capabilities to provide the product described in the specification below. As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy. Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted because of this sources sought notice. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought. This service will be implemented using the North American Industry Classification System (NAICS) Code 339112. Respondents who are supply information from a GSA contract please provide your contract number and category number in your response. NOTES All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to joseph.krupa@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than July , 2025, at 12:00 p.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced later, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice. DISCLAIMER This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. If you are interested, please e-mail the following information: Company Name: UEI Number: Cage Code: Dun & Bradstreet Number: Person of Contact (including telephone number and email address). Socio-economic status (SDVOSB, VOSB, Woman-Owned, Other etc.). Are you a distributor or a manufacturer? If you are an authorized distributor, please provide confirmation on Company Letter Head. If you are a distributor, who is the manufacturer? Where is the manufacturer located in the world? Do you currently hold a government contract? Contract Number? Type of contract? Are these particular quoted items under contract? With whom (GSA, SEWP, etc )? If GSA what Schedule and SIN? Can your company provide the service for the listed Department of Veterans Affairs locations? Does your firm utilize the suggested NAICS and PSC per this Sources Sought Notice? If not, please suggest a more appropriate NAICS and/or PSC and explain why it s more appropriate? How do you invoice for this service, including rates? What Certifications, State and/or Federal, if any must you have to perform this service? Please list all of your concerns, questions and ambiguities below. Questions will not be addressed directly but will be used by the Government in the event that this Sources Sought would move forward to solicitation. Please provide estimated rates if possible. Specifications: DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTERS STATEMENT OF WORK GENERAL INFORMATION 1. Title of Project: Purchase of Barium Swallow Study Chair 2. Background: The Beckley VAMC currently owns a video swallow study chair; however, the material of the footrest has deteriorated and is no longer sanitary. The chair has been discontinued from the manufacturer and a new chair must be purchased. 3. Scope of Work: A new video swallow study chair must have the following characteristics: a. must be considered bariatric with a load capacity of at least 500 lbs. b. have a seat rotation of 90 degrees with a radiolucent chair back c. have locking casters d. have fold-away foot-rest e. oxygen tank holder f. be battery operated g. be ADA compliant 4. Period of Performance: The chair needs to be delivered, and any training completed (if needed) within 30 days of the purchase order being completed. Barium Swallow Chair Salient Characteristics must be considered bariatric with a load capacity of at least 500 lbs. must have a seat rotation of 90 degrees with a radiolucent chair back must have locking casters must have fold-away footrest must have oxygen tank holder must be battery operated must be ADA compliant will not connect to contractor-owned IT devices does not store, transmit, generate or exchange VA sensitive information