Sources Sought Notice Sources Sought Notice Page 3 of 3 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 3 SUBJECT* Brand Name or Equal Mazur X Spinal Surgery Equipment GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 37129 SOLICITATION NUMBER* 36C24925Q0431 RESPONSE DATE/TIME/ZONE 08-18-2025 10AM EASTERN TIME, NEW YORK, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE PRODUCT SERVICE CODE* W065 NAICS CODE* 532490 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 9 (90C) NCO 9 1639 Medical Center Parkway, Suite 204 Murfreesboro TN 37129 POINT OF CONTACT* Contracting Specialist Ryan Mick Ryan.Mick@va.gov 423-979-1408 PLACE OF PERFORMANCE ADDRESS Department of Veterans Affairs Robley Rex VAMC 800 Zorn Ave Louisville KY POSTAL CODE 40206 COUNTRY USA DESCRIPTION This Sources Sought Notice (SSN) is being issued on behalf of the James H. Quillen VAMC, 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-priced contract for the Brand Name Mazur X Spinal Surgery Equipment Unit or equal. 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 532490 Other Commercial and Industrial Machinery and Equipment Rental and Leasing with a size standard of $40.0 Million, using PSC W065 Lease or Rental of Equipment- Medical, Dental, and Veterinary Equipment and Supplies. This Sources Sought Notice is for informational and planning purposes only and does not constitute a solicitation. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. The Department of Veterans Affairs, Network Contracting Office 9 (NCO 9) is seeking potential sources for products detailed below to be provided to the James H. Quillen VAMC. All items shall be new; refurbished/used items are not acceptable. Requirement includes: Brand name Mazur X Spinal Surgery Equipment Item Number Item Description QTY MAZORXRGSUS Mazor X Robotic Guidance System - USA 1 MAZORSTEALTHCART Mazor X Stealth Navigation Camera Cart and Software 1 KIT0762 KIT0762 MAZOR X BONE MOUNT SET 1 MAZORXGENINST Mazor X Stealth Edition General Spine Instruments 2 REFFRAMEKIT Mazor X Stealth Ed Reference Frame Kit 2 NAVTRACKERKIT Stealth Navigation Tracker Kit 2 MAZORX5.5/6.0DRIVE Mazor X Stealth Edition 5.5/6.0 Screwdriver 2 MAZORX4.75DRIVER Mazor X Stealth Edition 4.75 Screwdriver 2 MAZORXBALLASTDRIVE Mazor X Stealth Edition Ballast 2 MAZORX5.5/6.0EXT Mazor X Stealth Edition 5.5/6.0 Specialty Screwdrivers 2 MAZORX4.75EXT Mazor X Stealth Edition 4.75 Specialty 2 MAZORMIDASMR8INS Mazor X Navigated Midas MR8 Full Set (Attachment only) 2 BI70002000 O-ARM SYS BI70002000 O2 1 BI75000027 CONFIG BI75000027 O2 SYS NAV INTERFACE 1 BI75000024 KIT BI75000024 MVS PRINTER FIELD INSTALL 1 BI75000034 CONFIG BI75000034 O2 MULTI FIELD OF VIEW 1 BI75000030 CONFIG BI75000030 O2 ADVANCED VIEWING 1 BI75000031 CONFIG BI75000031 O2 ISOWAG ROTATION 1 BI75000032 CONFIG BI75000032 O2 COLLIMATED AXIAL 3D 1 BI75000033 CONFIG BI75000033 O2 ENHAN CRAN 3D EC3D 1 BI75000029 CONFIG BI75000029 O2 HI DEF 3D HD3D 1 BI75000035 CONFIG BI75000035 O2 STEREOTAXY 1 BI75000045 CONFIG BI75000045 O2 2D LONG FILM 1 M072707M015 S8 New 1 9735740 SW KIT 9735740 S8 2.1 SPINE EU-SC 1 9736428 REF SET 9736428 SPINE REFERENCING 2 9735502 UPGRADE SET 9735502 PERC PIN 2 9735465 TAPS KIT 9735465 SOLERA AWL TIP TAPS 2 9735283 INST SET 9735283 SOLERA 5.5/6.0 DRVR 2 9734833 INST SET 9734833 UNIVERSAL NAVLOCK 2 9735737 SW KT 9735737 STEALTH S8 1.3.2 CRANIAL 1 9735743 SFW 9735743 STEALTH 3D CRANIAL 1 9735921 SW KIT 9735921 S8 2.1 DBS STRT EU-E 1 9736423 SW KIT 9736423 S8 2.1 TRACTOG EU-E 1 9733935 INST SET 9733935 CRANIAL PASSIVE 2 9731965 PROBE 9731965 BALL TIP ASSY - 4.3MM 2 9733157 PROBE 9733157 NAVIGUS 2 9730269 PROBE 9730269 MICROSCOPE 2 9735955 EM KIT 9735955 S8 CRANIAL ACC 1 9735745 SFW 9735745 S8 STEALTHMERGE 1 M072707M017 S8 Planning Station 1 9735916 SW KIT 9735916 S8 2.1 CRAN PS EU-SC 1 9736426 SW KIT 9736426 S8 2.1 TRACTOG 2ND EU-E 1 EK001 KIT INTEGRATED POWER CONSOLE NT 2 EK800 KIT MIDAS REX MR8 ELECTRIC MOTOR 2 EK800N KIT MIDAS MR8 ELEC MOTOR STEALTH-MIDAS 2 MR8-AD03 ATT MR8-AD03 MR8 PERFORATR DRVER 1000RPM 4 MR8-ASMC09 ATT MR8-ASMC09 MR8 9CM METAL CUT 3.2MM 4 MR8-AF01 ATT MR8-AF01 MR8 FOOTED F1 B5 2.4MM 4 MR8-AF02 ATT MR8-AF02 MR8 FOOTED F2 B1 2.4MM 4 MR8-AF03 ATT MR8-AF03 MR8 FOOTED F3 S1 3.2MM 4 MR8-AS07 ATT MR8-AS07 MR8 7CM STRAIGHT 2.4MM 4 MR8-AVA14 ATT MR8-AVA14 MR8 14CM VAR ANG 3.2MM 4 MR8-AVS15 ATT MR8-AVS15 MR8 15CM VAR STR 2.4MM 4 MR8-AVS14 ATT MR8-AVS14 MR8 14CM VAR STR 3.2MM 4 EK810 KIT MIDAS REX MR8 ELECTRIC TOUCH MOTOR 2 EA815 ACCY EA815 MR8 ELECTRIC CONTROL SWITCH 2 NOTE: Vendors who believe they can provide an or equal domestic sourced product or item may respond to this sources sought notice. The Government will evaluate the materials provided to determine if a preference could be given to domestic sources in any future solicitation. Requirement: Vendors with capability to provide the products 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. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) Under which NAICS code does your company usually provide the requirements described in the Statement of Work (SOW) - Please provide rationale for your answer if different from NAICS 532490. [ ] yes [ ] no Are you the Original Equipment Manufacturer (OEM) [ ] yes [ ] no If not the OEM, are you an authorized distributor, and can produce a letter from the OEM? [ ] yes [ ] no Is this product available on your GSA/FSS or other GWAC Contract If so, what is your contract number? _____________________ [ ] yes [ ] no - Comply with 25.225-1 Buy American-Supplies Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Response to this SSN shall not exceed 10 pages and should include all 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: Respondent claiming SDVOSB and VOSB status shall be registered, and Veteran Small Business Certification (VetCert) verified in VetCert Registry Veteran Small Business Certification (sba.gov). Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this SSN by 10:00 AM EST, August 18th, 2025 All responses under this SSN must be emailed to Ryan.Mick@va.gov the subject line must specify 36C24925Q0431. 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 SAM. 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).