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 334510 (size standard of 1250 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 Long Beach Health Care System at 5901 E 7th Street, Long Beach, CA 90822. Item Information: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ CSN 7030-439978 ALBCC 222671 EIL 361 AND 365 SOFTWARE UPGRADE FOR EE 158456 AND EE158431 AUTO DOC POINT OF CARE/PACS (FLEX) LOCAL STOCK NUMBER: FLEX-AUTO-DOC 0002 2.00 EA __________________ __________________ AUTO DOC IMPLEMENTATION SERVICES LOCAL STOCK NUMBER: 90378648 0003 2.00 EA __________________ __________________ OUTBOUND HL7 INTERFACE LOCAL STOCK NUMBER: CDM-HL7-2 0004 2.00 EA __________________ __________________ CONTRAST DOSE MANAGEMENT OUTBOUND PACS INTERFACE LOCAL STOCK NUMBER: CDM-PACS-2 0005 2.00 EA __________________ __________________ OUTBOUND SPEECH REPORTING INTERFACE LOCAL STOCK NUMBER: CDM-SR-2 0006 2.00 EA __________________ __________________ OUTBOUND INTERFACE IMPLEMENTATION LOCAL STOCK NUMBER: MIS SVS INT-1D GRAND TOTAL __________________ Specifications Modality Worklist (RIS) Ability to integrate patient & study data. Contrast Information Data on amount of contrast & saline injected recorded. P3T Weight based patient dosing. PACS dicom integration. Radimetrics Analytics and dose volume alerts. Speech Reporting Integrates with Power-Scribe dictation system. Dual Syringe System Allows for contrast & saline injection for a single study. FluiDots Embedded on syringe for assurance of fluid in syringe prior to injection. Syringe Volume Flexibility 50 to 200mL capacity per syringe. Programable Pressure Limits 50 to 325 psi back pressure safety auto shutoff. Multi-Phase Capable Up to 6 programable phases per exam. Programable Flow Rate 0.1 to 10mL/sec in 0.1 mL increments. Dual Flow Capable Simultaneous injection of contrast & saline integration. Scan Reminders Pause up to 900 seconds & max hold time of 1200 seconds. Syringe Heat Maintainer 35° Celsius (+/- 5°) & 95° Fahrenheit (+/- 9°). 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 (334510) 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 08/01/2025, 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.