Sources Sought Notice THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business Manufacturers, and other Small Businesses, interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the Portland VA Medical Center, is for market research purposes and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. Installation is required. The SBA Nonmanufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. 2) Anticipated North American Industry Classification System (NAICS) code is 334516. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1000 employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the items listed below. 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration VetCert Registry located at https://veterans.certify.sba.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available). 7) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic of the brand name item and those specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information. (d) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination, and any applicable contract vehicle information. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at beta.sam.gov. or GSA eBuy. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is an Unrestricted/Open Market Brand Name or Equal To Request for Information/Sources Sought Notice. Delivery: Portland VA Medical Center 3710 SW US Veterans Hospital Road Portland, OR 97239 Items: Brand Name or Equal to Carl Zeiss Meditec ENT OPMI PICO System per the Salient Characteristics listed below. Installation is required per the Statement of Work below. Description/Part Number* Qty Price Extended Amount ENT Microscope with 5 step magnification changer and dust cover. Please review all salient characteristics and required accessories below and address whether your proposed product meets these requirements. 1 Ceiling Mount per the Statement of Work and all required equipment necessary to complete the ceiling mount. 1 Anchor Plate 1 TOTAL   SALIENT CHARACTERISTICS Salient Characteristics ENT Ceiling Mounted Microscope System The Portland VA Medical Center is in need of a ceiling mounted microscope system for their ENT clinic, Brand Name or Equal to Zeiss OPMI PICO, with the following requirements: The microscopes must be suitable for ENT clinical functions Must have 5-step magnification changer The microscopes must have apochromatically corrected lenses with specialized coatings that allow all of the colors on the spectrum to be focused creating a clear image Should be interchangeable with existing Zeiss OPMI PICO microscopes and parts therefrom as the facility currently has 5 other Zeiss microscopes and will therefore have extra parts available without costly replacement of an entire microscope Must allow for a wider fine focus that a fixed objective allowing multiple users to operate one microscope regardless of the user s height. Must have a 180 degree tiltable tube to allow for additional vertical height and horizontal distance between user and patient, and to accommodate various patient positions Must have MORA interface capability to allow the microscope body to be moved laterally for visibility of all areas of the mouth without requiring the user or microscope body to be repositioned Must have integrated light and power cables to facilitate infection control, must house fan within the unit, and the microscope should be able to house backup bulbs for quick changing of bulbs without interruption of treatment Must include orange filter, easily accessible and within reach of the user, to prevent premature curing of composite materials Must include green filter for contrast of tissue with high blood supply Must have 12.5x eyepiece and 10x eyepiece Must have LED lighting T handgrip desired Must have additional observation port for training or assistant visualization Must adhere to the requirements of the Statement of Work for ceiling mounting and engineering requirements and documentation. Must have video output for video recording. Acceptable video outputs would include HDMI, DVI, composite, Coax connections. Additional information sought: Warranty Must have manufacturer s warranty Place of manufacture Please provide the place of manufacture DRAFT Statement of Work Statement of Work for OPMI PICO Ceiling Mounted Microscope: Vendor will deliver all necessary equipment to install ceiling mounted microscope to Portland VA Hospital. Vendor will install ceiling mounted microscope to ceiling mounting plate (ceiling mounting plate will be installed by facility staff). Vendor will provide all electrical and data connections necessary for facility staff to connect to (facility staff will connect to electrical and data) Vendor will ensure microscope is installed per manufacturer recommendations. Vendor will clean up and remove any packing/packaging materials associated with installation. Vendor will work with facility regarding the scheduling of the installation, only one room at a time will be encumbered by the installation. All noisy work will be performed during non-clinic hours (Monday through Friday 7:00 AM to 5:00 PM) If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Maureen.Sundstrom@va.gov by 10:00 AM PST on February 02, 2026. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.