This Sources Sought Notice (SSN) is being issued on behalf of Memphis VA Medical Center, as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for a firm-fixed price Requirements contract, five one-year ordering periods, for Hill-Rom Bed Service. The result of this market research will contribute to determining the method of procurement. This Sources Sought will utilize North American Industry Classification System (NAICS) code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a size standard of $12.5 Million, using PSC J065, Maintenance, Repair, and Rebuilding of Equipment Medical, Dental, and Veterinary Equipment and Supplies. THIS IS NOT A SOLICITATION. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this request for information is purely voluntary; and the government assumes no financial responsibility for any costs incurred. The Department of Veterans Affairs, Network Contracting Office 9 (NCO 9) is pursuing a Sole Source acquisition strategy and seeking potential sources for services detailed in section 5. Requirement, which is to be provided to Memphis VA Medical Center located at 1030 Jefferson Ave, Memphis TN 38104. All items shall be new; refurbished/used items are not acceptable. Requirement: Complete service contract covering 118 Centrella Hill-Rom beds Model P7900B, 11 Compella Hill-Rom beds Model P7800 and 16 Progressa Hill-Rom beds Model P7500 to include repairs, maintenance, support, and services. Description Quantity Maintenance Service for Centrella Hill-Rom bed Model P7900B 118 Maintenance Service for Compella Hill-Rom bed Model P7800 11 Maintenance Service for Progressa Hill-Rom bed Model P7500 16 Ordering Period 1, 10/01/2025 9/30/2026 Ordering Period 2, 10/01/2026 9/30/2027 Ordering Period 3, 10/01/2027 9/30/2028 Ordering Period 4, 10/01/2028 9/30/2029 Ordering Period 5, 10/01/2029 9/30/2030 All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Vendors with capability to provide the services listed above may respond as follows: Organization name, address, point of contact, email address, web site address, and telephone number. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc. Under which NAICS code does your company usually provide the requirement described - Please provide rationale for your answer if different from NAICS 811310. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational capability. Response to this SSN shall not exceed 10 pages and should include all of the previously mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF). Hardcopies will not be accepted. The government will evaluate market information to ascertain potential market capacity to: Provide supplies/services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Implement a successful plan that includes compliance with program schedules; cost containment; meeting and tracking performance. Provide supplies/services under a firm-fixed-price contract. NOTE: At the time of submission, respondents claiming SDVOSB and VOSB status shall be registered SAM.GOV and certified by the Small Business Administration (SBA) at https://search.certifications.sba.gov/. Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, or procured through full and open competition. Submission Instructions: Interested parties who consider themselves qualified to provide products and perform services are invited to submit a response to this SSN by 9:00 AM EST, August 18, 2025. All responses under this SSN must be emailed to jonathan.headrick@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SAM: Interested parties shall be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.204-7. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to meet the requirement. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in BetaSAM. However, responses to this notice shall not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).