Sources Sought Notice Sources Sought Notice *= Required Field 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 VA Puget Sound Health Care System, 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. The SBA Non-Manufacturer 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 337910. 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) The salient characteristics must reflect the physical, functional, or performance characteristics equal to those provided below and products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers must: (a) Meet the salient physical, functional, or performance characteristic of the 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 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. (e) Please identify Place of Manufacture and any existing contract vehicle (ie. GSA, FSS). 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 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 Request for Information/Sources Sought Notice. Items: Manufacturer: Stryker Item # Description/Part Number* Qty Price Extended Amount 1 Assembly, Cover, 30 Inch Manufacturer Part #: 1806034335 28 2 Isoflex SE Fire Barrier, 30 Inch Manufacturer Part #: 1806034300 27 3 Ultra Comfort, SE 4X26 Domestic Manufacturer Part #: 1704034600 2 4 Ultra Comfort, SE 4X30 Domestic Manufacturer Part #: 1704034300 1 5 4 Inch X 26 Inch Ultra Comfort Mattress 11 6 Comfgel SE without Fire Barrier, 30 Inch 3 Â SUBTOTAL (Products) Â SALIENT CHARACTERISTICS The VA Puget Sound Health Care System is interested in obtaining information on vendors capable of supplying hospital grade medical mattresses and mattress covers equal to those listed above with an impenetrable barrier, and compatible with Stryker stretchers currently in use at the facility. Overall requirements: American made preferred Must have Safe working load 700lbs Must have Length 76 Must have Width 30 Desired Thickness 5.6 Product weight 39.2lb Top cover material Polyurethane polyamide Hight tack bottom cover material Polycarbonate polyurethane Product compliance reference: EN597-1,EN 597-2, CAL TB 117, 129 and USA 16 CFR 1632, 1633 Warranty for two year Mattress The Isoflex SE is a non-powered support surface that assists patient outcomes through redistribution of pressure, shear management, and comfort. Sloped heel to off-load pressure on heels Designed to be used with a support surface cover Cover Must be impenetrable top Zipper to complete close Must be able to clean/sanitize DELIVERY LOCATION VA Puget Sound Health Care System 1660 S Columbian Way Seattle, WA 98108 If your business is interested and capable, please send the capability statement in accordance with the above requirements, and a courtesy market research quote to Maureen.Sundstrom@va.gov by 10:00 AM PST on September 09, 2025. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.