Name Brand or Equal TeDan Phantom LS Front-Load Posterior Lumbar Surgical Access System. 1. Purpose: The Network Contracting Office (NCO) 16, located at 2495 Shreveport Highway, Pineville, LA, hereby issues the following Sources Sought Notice (SSN) to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for Name Brand or Equal TeDan Phantom LS Front-Load Posterior Lumbar Surgical Access System. The Contractor shall provide all shipping and delivery for Brand Name or Equal Phantom LS Front-Load Posterior Lumbar Surgical Access System to the Michael E. BeBakey VA Medical Center (MEDVAMC) at Houston, TX. Please review this announcement and respond to the questions below. The Government requests that interested offerors complete all questions below, provide required communication on how its product is equal, descriptive literature and original equipment manufacturer (OEM) authorization letter as described below. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. 2. Objective: To find qualified and certified contractors with the capability to provide all shipping and delivery for Name Brand or Equal - TeDan Phantom LS Front-Load Posterior Lumbar Surgical Access System. Specifications: Name Brand or Equal - TeDan Phantom LS Front-Load Posterior Lumbar Surgical Access System SALIENT CHARACTERISTICS: Must be a mid-line retraction system for multi-level, posterior lumbar instruments procedure Enable an elliptical incision for increased pedicle access Front-loading Retractor Blade Holder Blade pivoting and locking action Optimize visualization during fluoroscopy Circular blade hole pattern Provide Multiple lumbar approaches All items shall be new; refurbished/used items are not acceptable Contractor providing or Equal product must clearly demonstrate how the proposed system is equal to the TeDan Phantom LS Front-Load Posterior Lumbar Surgical Access System. The following components are needed for the areas specified above. ITEM DESCRIPTION QUANTITY LS-0030 Phantom LS Long Tooth Blade, 23 X 35 MM, Titanium 8.00 LS-0031 Phantom LS Long Tooth Blade, 23 X 45 MM, Titanium 8.00 LS-0032 Phantom LS Long Tooth Blade, 23 X 55 MM, Titanium 8.00 LS-0033 Phantom LS Long Tooth Blade, 23 X 65 MM, Titanium 8.00 LS-0034 Phantom LS Long Tooth Blade, 23 X 75 MM, Titanium 8.00 LS-0035 Phantom LS Long Tooth Blade, 23 X 85 MM, Titanium 8.00 LS-0036 Phantom LS Long Tooth Blade, 23 X 100 MM, Titanium 8.00 LS-0037 Phantom LS Long Tooth Blade, 23 X 120 MM, Titanium 8.00 LS-0050 Phantom LS Long Tooth Blade, 45 X 50 MM, Titanium 4.00 LS-0051 Phantom LS Long Tooth Blade, 45 X 60 MM, Titanium 4.00 LS-0052 Phantom LS Long Tooth Blade, 45 X 70 MM, Titanium 4.00 LS-0053 Phantom LS Long Tooth Blade, 45 X 80 MM, Titanium 4.00 LS-0054 Phantom LS Long Tooth Blade, 45 X 100 MM, Titanium 4.00 LS-0055 Phantom LS Long Tooth Blade, 45 X 120 MM, Titanium 4.00 CS-0100 Phantom CS Transverse Retractor, Side-Load, Sure-Lock, 120 MM Rack 2.00 CS-0105 Phantom CS Retractor Blade Handle, Twist Release 4.00 LS-0700 Phantom LS Instrument Tray, LS-1700, 1701, 1500, 1501 & 1750 2.00 LS-0230 Phantom LT Long Tooth Blade, 60 X 50 MM, Titanium 4.00 LS-0231 Phantom LT Long Tooth Blade, 60 X 60 MM, Titanium 4.00 LS-0232 Phantom LT Long Tooth Blade, 60 X 70 MM, Titanium 4.00 LS-0233 Phantom LT Long Tooth Blade, 60 X 80 MM, Titanium 4.00 LS-0234 Phantom LT Long Tooth Blade, 60 X 100 MM, Titanium 4.00 LS-0235 Phantom LT Long Tooth Blade, 60 X 120 MM, Titanium 4.00 LS-0101 Phantom LS T-Handle Crank Control 2.00 3. Delivery Location: Michael E. DeBakey VA Medical Center, 2002 Holcombe Blvd, Houston, TX 77030 4. Responses Requested: NCO 16 requires all the following information and questions answered in this SSN/RFI: Questions and information that is not provided shall be considered nonresponsive to the SSN and contractor shall not be considered as part of the market research. a. Contractors shall provide their point(s) of contact name, address, telephone number, and email address, and the company's business size, and SAM Unique Entity Identification Number. b. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. c. Is your company considered small under the NAICS code: 339112? d. Do you (Contractor) manufacture the product itself or a distributor of the items being researched above? e. Is your product domestic (made in United States) or non-domestic? f. Is your product name brand or equal to the product the government is seeking? Please communicate how product is equal if not name brand. g. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). h. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? i. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? j. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with a response. k. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with a response. l. Information about the product being requested, is it a foreign manufactured end product under the trade agreement? m. What is your schedule of delivery after receipt of order for the product? n. For the product required, Is your company available under any; Government Wide Agency Contract (GWAC) General Services Administration Schedules (GSA) Indefinite Delivery Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA) If so, please list the contract number for which the product can be procured under. o. Provide descriptive literature demonstrating ability to meet all the SOW requirement/salient characteristics listed for the product being offered. Please provide list of contracts for commercial, federal, state, and local governments. Listed contracts shall provide communication on the government requirement illustrating the capability for comparison. to the product meeting the specific requirements per the draft Statement of Work. p. Contractors shall provide an estimated industry pricing for the product for market research and budgetary purposes. q. Under which NAICS code does your company usually provide the required items. Please provide rationale if different from NAICS 339112. r. [ ] 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. 5. Opportunity: NCO 16 is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought to assist NCO 16 in determining potential levels of competition available in the industry. Contractors shall possess the capability to provide all requirements and objectives. 6. Instructions and Response Guidelines: SSN responses are due by September 2, 2025, at 8:00 am (CST) via email to arlene.blade@va.gov. All Questions shall be electronically submitted by August 26, 2025, at 10:00 pm (CST) via email to arlene.blade@va.gov. Telephone requests or inquiries will not be accepted. The subject line shall read: 36C25625Q1358-Sources Sought Notice- Name Brand or Equal TeDan Phantom LS Front-Load Posterior Lumbar Surgical Access System. This is a New Requirement. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(p). Please provide the information you deem relevant in order to respond to the specific inquiries of the SSN. Information provided will be used solely by NCO 16 as "market research" and will not be released outside of the NCO 16 Purchasing and Contract Team. This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. 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. Acquisitions will only be set aside for SDVOSBs/VOSBs if two or more responses that meet the Non-manufacturer Rule are received with the required information listed above, by the due date specified below. 7. Contact Information: Contract Specialist, Arlene A. Blade Email address: arlene.blade@va.gov . Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements.