THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. 2. The NAICS for this requirement is 811210Â - Electronic and Precision Equipment Repair and Maintenance 3. The sources shall be interested and capable to deliver and install the following: The Southern Arizona VA Health Care System (SAVAHCS) located at 3601 S. 6th Ave, Tucson, AZ, 85723, currently has a requirement to conduct Electroencephalogram (EEG), a bedside neurodiagnostic tool that allows rapid detection of non-convulsive seizures within five minutes. This technology is currently unavailable in our department but has the potential to significantly improve decision-making for critically ill patients. Clinical Justification: Non-Convulsive Status Epilepticus (NCSE) is a critical concern in the ED/ICU, affecting up to one-third of neurological critical care patients, leading to permanent brain injury and increased mortality. The only way to confirm these seizures is through EEG. However, conventional EEG is often delayed by hours, leaving clinicians to make treatment decisions without objective data, risking either delayed treatment or unnecessary medication exposure and intubation. The goal of this acquisition is to rent the EEG equipment (Clarity Subscription FedRAMP and Ceribell Subscription FedRAMP EEG portable Recorders OR EQUAL) as required for the Southern Arizona VA Healthcare System (SAVAHCS) Neurology Department. The required services (implementation, configuration, validation, ongoing support and maintenance) for the EEG equipment shall be provided by the contractor along with all resources necessary to accomplish the deliverables described in the attached Draft Statement of Work (SOW). 4. Interested and capable Contractors are encouraged to respond to this notice not later than Wednesday, February 4, 2026, at 08:00 AM PDT, by providing the following information via email only to dyne.kim@va.gov. (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. (h) Statement indicating the product name of the EEG rental equipment (Clarity Subscription FedRAMP and Ceribell Subscription FedRAMP EEG portable Recorders OR EQUAL) referenced above that you intend to provide for this procurement. (i) Statement indicating whether you are the manufacturer of the EEG rental equipment (Clarity Subscription FedRAMP and Ceribell Subscription FedRAMP EEG portable Recorders OR EQUAL) that you intend to provide for this procurement. If you intend to provide a EEG rental equipment product (Clarity Subscription FedRAMP and Ceribell Subscription FedRAMP EEG portable Recorders OR EQUAL) manufactured by a company other than your own, state the name of the company whose EEG rental equipment (Clarity Subscription FedRAMP and Ceribell Subscription FedRAMP EEG portable Recorders OR EQUAL) product you intend to provide, the country of origin for the EEG rental equipment (Clarity Subscription FedRAMP and Ceribell Subscription FedRAMP EEG portable Recorders OR EQUAL) product you intend to provide, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI. (j) Statement indicating if you have a current contract to provide the EEG rental equipment (Clarity Subscription FedRAMP and Ceribell Subscription FedRAMP EEG portable Recorders OR EQUAL) product that you intend to provide for this procurement, along with the installation, configuration, validation, support, and maintenance services required by this procurement, under either the General Services Administration (GSA) Federal Supply Schedule (FSS) or with the VA National Acquisition Center (NAC), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract. (k) Statement indicating if your EEG rental equipment (Clarity Subscription FedRAMP and Ceribell Subscription FedRAMP EEG portable Recorders OR EQUAL) product that you intent to provide for this procurement was assessed by VA Technical Reference Model Management Group and currently approved for use in the VA. (l) Statement indicating how many calendar days you estimate it would take you to implement, configure, and validate the EEG rental equipment (Clarity Subscription FedRAMP and Ceribell Subscription FedRAMP EEG portable Recorders OR EQUAL) product that you intend to provide for this procurement in a medical center similar to the VA Medical Center. (m) General pricing for your products/solutions for market research purposes. This information will be used for VA internal market research purposes and pricing information received in response to this RFI will not be shared by the Contract Specialist. Item Number Description/Part Number Quantity Unit of Measure Unit Price Amount ( EQUAL TO ITEMS SATISFYING THE SALIENT CHARACTERISTICS LISTED IN THE STATEMENT OF WORK WILL BE ACCEPTED FOR ANY ITEM LISTED BELOW WILL BE ACCEPTED; 0001 Electroencephalogram (EEG) Equipment Rental (Clarity Subscription Monthly FedRAMP OR EQUAL) - Base Year 12 Â EA Â Â 0002 Electroencephalogram (EEG) Equipment Rental Recorder (Ceribell Subscription EEG FedRAMP OR EQUAL) - Base Year 2 Â EA Â Â 1001 Electroencephalogram (EEG) Equipment Rental (Clarity Subscription Monthly FedRAMP OR EQUAL) - Option Year 1 12 Â EA Â Â 1002 Electroencephalogram (EEG) Equipment Rental Recorder (Ceribell Subscription EEG FedRAMP OR EQUAL) - Option Year 1 2 Â EA Â Â 2001 Electroencephalogram (EEG) Equipment Rental (Clarity Subscription Monthly FedRAMP OR EQUAL) - Option Year 2 12 Â EA Â Â 2002 Electroencephalogram (EEG) Equipment Rental Recorder (Ceribell Subscription EEG FedRAMP OR EQUAL) - Option Year 2 2 Â EA Â Â 3001 Electroencephalogram (EEG) Equipment Rental (Clarity Subscription Monthly FedRAMP OR EQUAL) - Option Year 3 12 Â EA Â Â 3002 Electroencephalogram (EEG) Equipment Rental Recorder (Ceribell Subscription EEG FedRAMP OR EQUAL) - Option Year 3 2 Â EA Â Â 4001 Electroencephalogram (EEG) Equipment Rental (Clarity Subscription Monthly FedRAMP OR EQUAL) - Option Year 4 12 EA 4002 Electroencephalogram (EEG) Equipment Rental Recorder (Ceribell Subscription EEG FedRAMP OR EQUAL) - Option Year 4 2 EA (n) Provide documented self-attestation/certification that the EEG rental equipment (Clarity Subscription FedRAMP and Ceribell Subscription FedRAMP EEG portable Recorders OR EQUAL) you intend to provide for this procurement meets all the regulatory expectations. (o) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing EEG rental equipment (Clarity Subscription FedRAMP and Ceribell Subscription FedRAMP EEG portable Recorders OR EQUAL) that meets the requirements described in the attached Draft Salient Characteristics (below). GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement. Respondents must provide the following information for each reference contract: (1) the legal name of entity with whom the respondent held the contract; (2) the contract number; (3) a description providing details of the specific tasks the respondent performed under that contract; (4) the dates during which the respondent performed the contract; (5) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE TO SUPPORT A RESPONDENT S CLAIMED EXPERIENCE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE AVASURE TELESITTER OR EQUAL VIRTUAL PATIENT MONITORING SYSTEM REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. Salient Characteristics EEG rental equipment (Clarity Subscription FedRAMP and Ceribell Subscription FedRAMP EEG portable Recorders OR EQUAL) Must be single use disposable EEG electrode headband for Small, Medium/Large. Must be a rapid setup by any healthcare provider. Must have Immediate detection of non-convulsive seizures. The ability to go from setup to completion in 5 minutes. Must have the ability of real time viewing of EEG on recording device. Must have high quality and durable EEG recording. Must have simultaneous Wi-Fi data upload. Must have real time remote reviewing EEG data anywhere, anytime via Wi-Fi. Must have pocket-sized battery-operated recorder, with clinical quality EEG. Must have continuous AI monitoring and alert for high seizure burden. Must have real-time streaming for remote seizure and medication management. Must have continuous 24/7 beside EEG monitoring and alerts. 5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. End of Sources Sought Announcement 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. In accordance with 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.