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 339112 Surgical and Medical Instrument Manufacturing 3. The Contractor shall supply, install, configure, and validate a derm laser product and provide on-going technical support and maintenance services for that installed software product for the San Diego VA Medical Center located in San Diego, California. The required services (installation, configuration, validation, support, and maintenance for derm laser) 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 Tuesday, February 3rd , 2026 at 03:00 PM PST, by providing the following information via email only to Hanan.Mccullick@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 derm laser product referenced above that you intend to provide for this procurement. (i) Statement indicating whether you are the manufacturer of the derm laser product that you intend to provide for this procurement. If you intend to provide a derm laser product manufactured by a company other than your own, state the name of the company whose product you intend to provide, the country of origin for the derm laser 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 derm laser 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 s Federal Supply Schedule or with NAC, NASA 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 how many calendar days you estimate it would take you to install, configure, and validate the derm laser product that you intend to provide for this procurement in a medical center similar to the San Diego VA Medical Center. (l) General pricing for your products/solutions for market research purposes. (m) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing derm laser that meets the requirements described in the attached DRAFT Statement of Work and demonstrates your experience providing the installation, configuration, validation, support, and maintenance services required by this procurement. 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 identify the legal name of each subcontractor and 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 MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE DERM LASER AND SERVICES 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. 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. SCHEDULE OF SUPPLIES (BRAND NAME OR EQUAL TO PICOWAY): SALIENT CHARACTERISTICS: · Must be FDA Approved · Must have indications for tattoo removal, benign pigmented lesions, lentigines, wrinkles, acne scars, melasma, Café au Lait Macules, and Nevus of Ota · Must have at least 4 solid-state wavelengths each with picosecond pulse durations (under 1 nanosecond) · Must have 1064, 532, 785, and 730 wavelengths · Must have peak power of at least 0.88 GW at 1064, 0.53 GW at 532, 0.33 GW at 785, and 0.40 GW at 730 · Must offer a zoom handpiece for 1064 and 532 wavelengths · Must have pulse duration of 450 picoseconds or less for 1064 wavelength · Must have pulse duration of 375 picoseconds or less for 532 wavelength · Must have pulse duration of 300 picoseconds or less for 785 wavelength · Must have pulse duration of 250 picoseconds or less for 730 wavelength · Must offer split beam handpieces with 1064 and 532 wavelengths with each handpiece creating 100 identical microbeams in a 6x6 mm pattern · Must offer a split beam handpiece with 532 wavelength where the microbeams have a high fluence central beam and low fluence diffuse rings surrounding each central beam in a 6x6 mm pattern · Must have spot sizes up to 10 mm for 1064 and 532 wavelengths and up to 4 mm for 785 and 730 wavelengths · Must have repetition rates up to 10 Hz for all wavelengths · Must have a warm-up time of 2 min or less · Must feature pulse-on-demand technology (flashlamps do not flash unless system is calibrating or actively pulsing in ready mode) STATEMENT OF WORK: Tasks and Associated Deliverables Description of tasks and associated deliverables For the Laser, the vendor shall provide user manuals that describe proper use, care and cleaning for users of the equipment. In addition, the vendor will provide service manuals that include theory of operation, maintenance requirements, repair information, schematics, part lists and troubleshooting information in electronic format for use by the VA Biomedical Engineering Department. Laser must be current generation laser which is supported by the manufacturer and not obsolete. The equipment must not be used or refurbished. As applicable, the laser must have the latest manufacturer s software/hardware updates installed and if applicable, any batteries provided with the unit will not be manufactured more than 12 months before the purchase order issue date. The following Address is applicable Delivery location: VA MEDICAL CENTER-SAN DIEGO 3350 LA JOLLA VILLAGE DR. SAN DIEGO, CA 92161 (Warehouse) Warehouse contact for drivers to make a 1 hour pre-call prior to delivery. Installation VA Medical Center, 3350 La Jolla Village Drive San Diego, CA 92161 Post-award, the vendor will coordinate delivery identified in this document with the VAMCSD prior to beginning any work. Once the dates have been confirmed, modifications to the schedule are subject to written approval by the CO, COR and the vendor. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification. Delivery and receipt of the proposed items is anticipated to be directed to the location identified in 2.b.i. above. Confirmation of delivery location will be provided post- award. To coordinate delivery, contact VAMCSD. The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. The delivery of items identified in this document shall be pre-coordinated 72 hours in advance with the POCs and take place during normal business hours which are defined as: 8:00 AM to 3:00 PM Pacific Daylight Time, Monday through Friday, and excluding Federal Holidays. Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product. There are no dumpsters available for vendor use. The removal of waste is the responsibility of the Vendor. Assembly and installation are also required. 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 Pacific Daylight Time, Monday through Friday, and excluding Federal Holidays. The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor. 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 as a result 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 VAMCSD. On-site representative can be the installer. All instructions provided from VAMCSD POCs in 2.e. above to the representative will be binding as if given to the vendor s main contact. The VAMCDS may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract.