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 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. 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 1601 E Fourth Plain Blvd. Warehouse Bldg. 2 Vancouver, WA 98661 Items: Brand Name or Equal to Finapres Nova Description/Part Number* Qty Price Extended Amount PLC01 PowerLab C 1 PLCI1/LP Instrument Interface (C Series, with LabChart 8 Pro) 1 CWE14-10000 GEMINI Respiratory Gas Analyzer 1 FE141/CS Spirometer (with Front End Interface) 1 MLT1000L Respiratory Flow Head 1000 L 1 MLA1011A Clean-bore Tubing & Tubing Adapter 1 FE285/CS Neuro Amp (with Front End Interface) 1 FMSNP287/3 Finapres Nova Plus NC System (Full Options, 3 Lead ECG) 1 MLT382/L Finger Cuff for Human NIBP Nano (Large) 1 MLT382/M Finger Cuff for Human NIBP Nano (Medium) 1 MLT382/S Finger Cuff for Human NIBP Nano (Small) 1 MLAC23 BNC to 3.5 mm Mono Audio Plug (1/8") Cable (2 m) 4 MLAC30 BNC to BNC Cable (2 m) 2 Training 1 TOTAL   SALIENT CHARACTERISTICS The Portland VA Medical Center is seeking information to determine market capability for The Finapres NOVA Plus, a non-invasive continuous blood pressure monitor that can be expanded with several hardware modules and software applications, compatible with ADInstruments DAQ. The double finger cuff system measures patients 24/7, is patient friendly, and basic configuration displays basic blood pressure values and hemodynamic parameters. This is a non-invasive continuous beat-to-beat pressure monitor with an algorithm that measures finger plethysmography which it then transforms into a systolic and diastolic arterial blood pressure, reflective of being recorded in the brachial artery. It provides a blood pressure waveform output that characterizes variability in arterial circulation pressure and flow. It can also provide thermodilution-calibrated cardiac output values. These complex transformations rely on extensive data sets for validation allowing comparison across other studies and will be relied upon for insight into possible treatment, disease, and intervention progression. The system consists of hardware and software components capable of functionally replacing a multi-pen recorder, storage oscilloscope and a sweep/pulse generator. The software is fully integrated with the hardware and requires little or no programming skill to use. The software provides control and storage of all hardware settings to allow automatic experiment initialization. The hardware has a USB (2.0 or C) interface to allow for system portability. The hardware/software package is capable of being used on a Macintosh (MacOS X v10.8, OS X 10.11) or Microsoft Windows 11, 10, and 8.1 The system must also meet the following international and local safety standards. International: IEC60601-1:1998 General requirements for safety IEC60601-1-1:1992 Safety requirements for medial electrical systems IEC60601-1-2:1993 Electromagnetic compatibility IEC61326:2002 Electrical equipment for measurement, control & laboratory use EMC requirements IEC61010-1ED2.0 Safety requirements for electrical equipment for measurement, control and laboratory use Local: CE Mark EU Safety Directives CSA Mark Class 8750 01 Medical Electrical Equipment Class 8750 81 - Medical Electrical Equipment (Certified to US Standards) UL Mark CAN/CSA-C22.2 No. 601.1 and UL 60601-1. Dimensions (what is the space requirement for the product?): Height 333mm Width 277mm Depth 260mm Weight 5kg Display/Monitor/Screen (If required): Height 65mm Width 50mm Depth 30mm Weight 0.75kg If Yes, Voltage (AC/DC) range 10A, 125V Power Cable Length 3xmin 0,75 mm2 appliance Grounded: The Finapres Nova should only be used with a properly grounded AC receptacle (100V - 240V, 50/60 Hz). Hospital grade line cords in AC-powered systems are preferred. Environmental Considerations: Humidity control range from 5 to 90 % non-condensing Heating/Cooling range from (operation) 0 °C to 35 °C (storage) -20 °C to 70 °C Accessories/Consumables: The finger cuffs are considered consumables and should be replaced after extended use. The HCU should also be replaced every three years. Warranty and Parts/Service Requirements: Minimum Warranty Finapres Medical Systems B.V. issues a 12 month guarantee on the Finapres Nova. Parts/Service/Support options: ADInstruments does provide support during normal business hours. Service options for the Nova should be available upon request and may incur an additional cost. Cleaning Instructions: Can be cleaned by whipping its surface using a soft, slightly moistened cloth. Cleaning fluid or any liquid should not be sprayed directly onto the device or its units. The finger cuffs could be cleaned after each use by submerging the bladder end in an appropriate cleaning solution. Must be FDA approved. Additional information sought: Warranty Must have minimum 1 year warranty Place of manufacture Please provide the place of manufacture 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 May 13, 2025. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.