Responses must be received no later than Monday, August 18, 2025, at 10:00AM EST. THIS SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS SOURCES SOUGHT NOTICE IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. IAW 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 Sources Sought Notice. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought notice, a solicitation announcement may be published. Responses to this sources sought notice are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide a Surgical Eye Stretcher Chair for the Martinsburg VA Medical Center. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ CESS-A-T5XWFB T5 Procedure Chair - Trend, Wide, Folding Footrest MFG: MPN: T5XWFB LOCAL STOCK NUMBER: T5XWFB 0002 1.00 EA __________________ __________________ CESS-A-TMA300-15 Replacement Battery Pack, T-Series MFG: WINCO MFG., LLC MPN: TMA300-15 LOCAL STOCK NUMBER: TMA300-15 0003 1.00 EA __________________ __________________ CESS-823703-00001 Telescoping Iv Rod Material: Stainless Steel, Capacity: 40 lbs, For Use With: Stretcher Chair MFG: TRANSMOTION MPN: TMA03-15 LOCAL STOCK NUMBER: TMA03-15 0004 1.00 EA __________________ __________________ CESS-839543-00001 Oxygen Tank Holder for Stretcher Chair MFG: TRANSMOTION MPN: TMA04X-15P LOCAL STOCK NUMBER: TMA04X-15P 0005 1.00 EA __________________ __________________ CESS-FREIGHT Free Dock to Dock Freight MFG: CME MPN: CESS-FREIGHT LOCAL STOCK NUMBER: CESS-FREIGHT GRAND TOTAL __________________ Salient Characteristics Surgical Stretcher Chair and its accessories Common Nomenclature (Commercial Description-Please Add Brand Name or Equal to) of Equipment or Supply: Equipment: Champion T5 procedure chair (MPN: T5XWFB) Accessories: oxygen tank holder, telescoping IV rod and extra battery Is Brand name or Equal to Acceptable if meeting the Salient characteristics needs: Yes: X No: ____ Is a Specific type of material needed: Yes: _______ No: X__ (If yes what type) ____________ Describe What you want the equipment/supply to do (Principal Operation) An eye procedure chair, which functions as a procedure chair, transport device and stretcher all in one. Chair with a 500lb weight capacity, dual articulating headrest, and quick charge battery. The stretcher must be battery-powered not manual. Has programable memory position selections for procedure preference. Equipment/Supply/Instrument Dimensions (what is the space requirement for the product?): Height Minimum 56 to Maximum 76 Width Minimum 24 to Maximum 28 Depth Minimum __________to Maximum _____________ Weight Minimum __________to Maximum _____________ Display/Monitor/Screen (If required): Height Minimum ___________to Maximum _____________ Width Minimum ___________to Maximum ______________ Depth Minimum ___________to Maximum ______________ Weight Minimum __________to Maximum ______________ Additional display requirements _______________________ Software Required/associated with this purchase? Yes _____If yes, please provide additional documentation No: X__ Power Requirements? Yes: X No: ________ If Yes, Voltage (AC/DC) range from: 100 To: 240_ Power Cable Length Minimum ________Maximum __________ Grounded? Yes: X No: ________ Battery Powered/Backup? Yes: X No: ________ Type (rechargeable, Expendable?): rechargeable Hours to Recharge: From __________To___________ Operating hours: From __________To___________ Environmental Considerations: Yes: _______ No: X__ Humidity control range from ___________To ______________ Heating/Cooling range from ___________To ______________ Other Environmental Considerations: _____ Atmospheric pressure range _____ Working Volume/ Product Performance/Additional requirements: (Example - How many per hour/minute) N/A Accessories/Consumables: Yes: _______ No: X__ If yes what? _______________________________________ Warranty and Parts/Service Requirements: Minimum Warranty Months/Years_____________________ Parts/Service/Support options: _____________________ Cleaning Instructions (If sterilization is required): N/A Additional instructions/Needs/Specifications: Max Patient weight 500lb; backrest articulation range 0degrees to 75 degrees, 5-degree Trendelenburg; seat height, low23.8 inches, seat height high, 39.6 inches; articulating back. Other pertinent information that describes the item, material or service needed: The stretcher works off rechargeable battery packs If this is replacement equipment, original equipment, original manufacturer, and manufacturer part number if known: N/A Place of Performance: Department of Veterans Affairs Martinsburg VA Medical Center 510 Butler Ave. Martinsburg WV 25405 ------------------------------------------------------------------------------------------------------------------------------- The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Michael.Jones16@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, August 18, 2025, 10:00AM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.