Page 8 of 11 SOURCES SOUGHT NOTICE Pyxis ES Medstation NOTICE DESCRIPTION: Pyxis ES Medstation six (6)- Drawer Main with six (6) premium drawers and one (1) external return cabinet in addition to all ancillary accessories and equipment necessary for a fully functional unit. VA Pacific Island Healthcare System This is a Sources Sought Notice only; a request for information (RFI). This is a request for vendor expressions of interest for market research purposes, in accordance with FAR Part 10 and FAR part 15.201. This is not a request for quote, and this is not a solicitation. The VA Pacific Island Health Care System (VAPIHCS) Guam Community Based Outpatient Clinic (CBOC) Annex is seeking vendors who have an interest and capability to provide One (1) ea. Pyxis ES Medstation six (6)- Drawer Main with six (6) premium drawers and one (1) external return cabinet in addition to all ancillary accessories and equipment necessary for a fully functional unit. to the Locations identified in this notice. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement (PWS). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. Product information, brochures, part numbers, and/or other description information may be included with the submission. VA is under no obligation to provide feedback to the RFI respondent, or to contact the RFI respondent for clarification of any information submitted as part of the response. Background: The VA Pacific Island Health Care System (VAPIHCS) Guam Community Based Outpatient Clinic (CBOC) Annex has a requirement to purchase a medication dispensing machine from an authorized vendor. The Guam CBOC Annex will be a newly constructed clinic which will augment the existing Guam CBOC and will establish and provide a variety of medical services for the veteran population. Medication dispensing machines are essential for storage and medication control and will allow clinical staff to provide veterans essential care. The Pyxis ES Medstation is the Basis for Design and has been adopted by VAPIHCS clinics, proving to be reliable, robust, and capable of meeting clinical staff needs. It would be in the best interest to the VA to maintain a single brand of medication dispensing machines to facilitate VAPIHCS staff utilization, ensure standardization, and allow monitoring and maintenance of the fleet for any repairs or replacements. Project Scope: Provide VAPIHCS the following medication dispensing machine and associated equipment to support the new CBOC Annex. One (1) ea. Pyxis ES Medstation six (6)- Drawer Main with six (6) premium drawers and one (1) external return cabinet in addition to all ancillary accessories and equipment necessary for a fully functional unit. Provide twelve (12) months of product support including equipment installation. Delivery shall be per the Delivery Section of this SOW. Installation shall be per the Installation Section of this SOW. Reference the Specifications Section for salient features applicable to this procurement. All Sections of this SOW must be adhered to by the vendor. Additional Item Requirements: The vendor will provide service manuals that includes theory of operation, maintenance requirements, repair information, schematics, part lists and troubleshooting information in electronic format for use by the VA Biomed Department. Date of manufacture must not be greater than 12 months before the purchase order date. The equipment must not be used or refurbished and must have the latest manufacturer s software/hardware updates installed. Any batteries provided with the unit will not be manufactured more than 12 months before the purchase order issue date. Specifications: Basis of Design is the Pyxis ES Medstation (PN: 323), External Return Bin Assembly and Wall Kit (P/Ns: 105560-01 & 137020-01) with 12 months of product support (P/N: 323-SUP-B) Product shall fit within 57.9 cm x 68.6 cm footprint Product shall be capable of interfacing with VA Biomedical Engineering network and VA Pharmacy equipment. Touch screen monitor control panel Sealed keyboard Six (6) ea. premium drawers with individual compartments for medication One (1) ea. external return cabinet Medication tracking Delivery: Delivery and receipt of the proposed items shall be directed to the location indicated. To coordinate delivery, contact PO POCs provided at the time of award. There is no loading dock available at the delivery location. All delivery vehicles must be equipped with a Tommy Gate type lift to facilitate unloading to ground level. The delivery of items identified in this document shall take place during normal loading dock business hours which are defined as: 8:15 AM to 3:00 PM Hawaii Standard Time, Monday through Friday, and excluding Federal Holidays. Delivery trucks will not be permitted to remain at the receiving area. Trucks shall be unloaded, moved from the receiving area, and then brought back to the receiving area if required to haul out any waste, tools, or excess materials. Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product. Note: VA shall coordinate shipping from Honolulu, HI to the Guam CBOC Annex (Installation Location). Delivery Location: VA Pacific Islands Health Care System Warehouse 3375 Koapaka Street Ste D-155 Honolulu, HI 96819 Schedule and Order Management: Delivery to the VA Warehouse in Honolulu, HI shall be scheduled for November 2025. Due to the nature of activation efforts and construction timelines, dates may vary and shift. Vendor shall accommodate adjustment of the delivery date by +2 months/-1 month at no cost to the Government. Adjustments to the delivery date within the +2 months/-1 month timeframe shall be via written notification by the PO POC. Installation: Medication dispensing machine shall be fully assembled with minimal assembly required for accessories. Any work and specialized assembly shall be coordinated with the PO POC. Work schedule will be provided and coordinated with the PO POC. The installation will occur at the discretion of the PO POC. Vendor supported installation shall accommodate an installation date between February to April 2026. Installation date shall be specified by the PO POC post-award and may vary and shift based on the clinic construction schedule. Vendor shall accommodate adjustments to the installation schedule between February to April 2026 at no cost to the Government. The vendor will confine operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor s performance. Working space shall be as determined by the PO POC. There are no dumpsters available for vendor use. The removal of waste and/or excess material generated during the installation shall be the responsibility of the vendor. Professional installation is required and must be manufacturer certified. The Contractor will coordinate with the on-site POCs before installation. On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours which are defined as: 8:00 AM to 4:00 PM Chamorro Standard Time, Monday through Friday, and excluding Federal Holidays. The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur because of the vendor s (or associated sub-contractors) installation. During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and the PO POC. On-site representative can be the installer. All instructions provided from PO POC to the representative will be binding as if given to the vendor s main contact. The PO POC may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. Installation shall be performed at the Installation Location noted below. Installation Location: VA Pacific Islands Health Care System Guam CBOC Annex 135 Cabot Dr Ste 101 Dededo, GU 96929 Training The contractor will provide appropriate levels of training and make it available to Guam VA clinic staff who will interact with the system. The vendor is required to provide clinical training on set up, operation, shut down, and troubleshooting procedures to clinical staff. Post-award, the vendor shall coordinate training dates with the PO to meet the clinical schedule. Proposed training date shall occur after installation of equipment. RFI Submission Instructions: VA requests a clear, concise, and complete response to this RFI. Responses and questions due by 07/28/2025 at 1200PM Central Time by emailing Latasha Redwine-Lemons at email address latasha.redwine-lemons@va.gov. QUESTIONNAIRE Company Name and POC Details (representatives name, title, phone, email, address). Company UEI number. It is anticipated that NAICS code 339112 SURGICAL AND MEDICAL INSTRUMENT MANUFACTURING will apply to this procurement. To determine a business as small, the SBA has capped the size standard for this NAICS code at 1,000 employees. What size is your company as it relates to the SBA size standard for NAICS 339112? Socioeconomic data: If a small business, what type of small business are you? Is your firm a small business under NAICS 339112? YES NO Is your firm a Veteran-Owned Small Business? YES NO Is your firm a Service-Disabled Veteran-Owned Small Business? YES NO Is your firm a 8(a) small business? YES NO Is you firm a certified HUB Zone firm? YES NO Is your firm a Woman Owned business? YES NO Is your firm a Large Business? YES NO List your Company Qualifications. Explain briefly your company s capability to provide the entire range of requirements. Specifically, please provide a brief summary of your technical approach to meet the requirements specified in this notice. Does your company sell / distribute / install the products listed in this notice? Circle all the apply to your company: sell / distribute / install. If you are an authorized distributor and/or authorized installer, please provide signed documentation (e.g. letter from OEM s legal department) demonstrating that you are authorized by the manufacturer to distribute and/or install their product. Must have an Authorized Distributor Letter from the manufacturer if not the manufacturer. Who would be providing the products? (circle all that apply) Our firm would be the Primary Contractor providing products. Our Subcontractor would be providing products. Who would be installing the products? (circle all that apply) Our firm would be the Primary Contractor installing products. Our Subcontractor would be installing products. State if your company is able to comply with the following for non-IT products. Nonmanufacturer Rule per 13 CFR 121.406 (b)(1)(i), (b)(1)(ii) and (b)(1)(iii). What is the country of origin for the non-IT products you would be selling? Is this product made in America? If not, please list the country. Trade Agreements per FAR provision 52.225-5 and FAR clause 52.225-6. List details of how your non-IT products meet the Trade Agreements Act. Do you have a GSA/FSS/NASA SEWP/NITAAC schedule for these items? YES NO Schedule Number: Expiration Date: 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 email the sender of the RFI.