THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. Contract Title. Galileo s Colposcope - (Brand name or Equal) SCOPE OF NEED: The Clement J. Zablocki Veterans Affairs Medical Center (VAMC) has a Brand-name or Equal requirement for Galileo Colposcope. Our new Women's Health Primary Care clinic requires the purchase of one (1) new Galileo Colposcope for use during routine exams to view tissues. This colposcope instrument will be utilized within our VAMC s footprint. Delivery and Installation will be required for this FOB destination. BACKGROUND: The Clement J. Zablocki Veterans Affairs Medical Center (VAMC) in Milwaukee, Wisconsin is expanding care to provide a dedicated primary care clinic for Women's Health. Colposcopy is a standard, routine procedure performed in the clinic and a new colposcope is required for the expansion of the clinic. The purchase of one (1) new Galileo Colposcope (Brand name or Equal) is needed to support the needs and enhance patient workflow. GENERAL TASK REQUIREMENTS The contractor must provide all the necessary labor, equipment, tools, materials, supervision, and other items necessary to deliver, install the equipment and to provide training (if necessary). Contractor is required to perform the function or services at this VA Medical Center which includes: Delivery of the requested equipment or end-product Installation of equipment (if necessary) 1. Salient Characteristics: The Galileo s Colposcope - (Brand name or Equal) s salient characteristics must contain the following features below: i) Must have an integrated HD video camera ii) Must have at least 3 steps of magnification a. Magnification minimum must be at least 3x b. Magnification maximum must be no greater than 15x iii) Must have a focal length of at least ±200 mm iv) Must have at least 3 steps of field depth a. Field depth minimum must be at least .5 mm b. Field depth maximum must be no greater than 5 mm v) Must have a rolling base vi) Light intensity must be greater than 20,000 LUX vii) Must have an LED illumination system viii) Working height must be adjustable between 95cm to 115 cm ix) Must have at least 3 steps of field of view a. Field of view minimum must be at least 15mm b. Field of view maximum must be less than 80 mm B. Cordless Monitor w/ Adjustable Stand on Rolling Base More Salient Characteristics: Direct-Access Offset Center Post Multi-Coated, Hand-Polished Apochromatic German Lens (Minimizes secondary color and corrects chromatic abrasion) Integrated Power Source and Cables (Enclosed for a clean and clutter free look) Low voltage DC power (Eliminates the need to replace fuses) LED Illumination System (Accurate color balance, cool to the touch, long bulb life) Three-Step Magnification Observation Site Measurement Rings Individual Eye-Shields Integrated Green Filter HDMI Video (Allows for live feed and image/video capture) Options 360° Tilt Stand Base / 5-Wheel Rolling Stand Base Additional Extended Warranty Specifications Focal Length: ± 300mm Magnification: 3.75X, 7.5X, 15X Field Of View: 79mm, 39mm, 19mm Depth Of Field: 4.5mm, 1.13mm, 0.76mm Light Intensity: > 30,000 LUX Working Height: 975mm to 1135mm Power Supply: 100V to 240V Video Feed: HDMI-Video Warranty: 1 Year - Parts and Labor (excludes shipping charges) Warranty: All equipment and materials must come with a standard one-year manufacturer(s) warranty. The warranty must begin after installation of equipment and completion of tests. 2. Delivery/Installation: The Contractor must deliver and install all equipment required within sixty (60) calendar days or less from the date of award, unless otherwise directed by the Contracting Officer. Kickoff Meeting (if necessary): Delivery and installation kick-off discussion must be coordinated with the POC within fifteen (15) calendar days of contract award. The meeting can be held via phone call, Microsoft Teams meeting, or face-to-face if necessary. Contractor must coordinate at least 72 hours prior to the required delivery date with the POC to make sure no changes are needed for delivery of the med stations and that a government-appointed (SME) subject matter expert will be available at the VAMC on the delivery date. The POC has no authority to change the terms and conditions of the awarded contract. If changes are required, the POC will coordinate with the Contracting Officer. Hours of Operations: Work is to be performed at the location Monday through Friday between the hours of 8:00 AM and 4:00 PM. Federal holidays include New Year s Day; Martin Luther King Day; President s Day; Memorial Day; Juneteenth; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day and Christmas Day. The contractor must provide all labor, materials, tools, equipment, and supervision needed to prepare for and complete the installation of the equipment in the space determined by the Government. Test and Acceptance: Contractor must test all equipment after installation. The government must accept equipment once installation and successful testing has been completed and approved by the government s appointed POC or subject matter expert. (If necessary) - All hardware will be installed and operational in accordance with manufacturer s specifications and this VAMC Information Technology (IT) requirements. 3. Training (if necessary): Onsite training to VAMC Facility Staff must be provided by the contractor (if necessary). Training must be scheduled during normal work hours. Work Hours: Standard Operational Hours are 8:00 AM to 4:00 PM, Monday thru Friday. Date and time for scheduling training must be coordinated with the POC. CONTRACTOR RESPONSIBILITIES: The contractor must be responsible for the following (if necessary and this will be at the facility staff s discretion): Contractor must provide qualified and VA credentialed personnel to perform the installation of the items as noted in this SON. Contractor must test all system/software after installation and prior to government acceptance. Contractor is responsible to ensure all equipment to be installed meets VA standards. VA Handbook 6500: Information Security Program Contractor is responsible for ensuring the proper disposal of all debris generated from installation activities. Contractor must remove and dispose all waste materials related to installation of the med station from installation locations and the VA Community Clinic facility grounds. Contractor is responsible for securing all materials, equipment, and tools while on government property or in the government facility. The Government is not liable for any lost or stolen items that are not properly secured. Contractors coming on station or working remotely will be required to take the VA Privacy and Information Security Awareness Program and the Privacy and HIPAA Training. Completed training certificates will be maintained by the POC of this contract for audit purposes. Appropriate fingerprinting and background investigation is required. GOVERNMENT RESPONSIBILITIES: The Government will assume responsibility for the installation and performance of all equipment and work necessary for the completion of this project. Government POC/Program Office/End-user will provide site access and escorts to the customer's location where the equipment will be located/installed. Government POC/Program Office/End-user will provide adequate space for the work to be performed. Government POC/Program Office/End-user will provide the contractor with contact information and the necessary authorization to coordinate connectivity issues with applicable U.S. Government POCs. The Government POC/Program Office/End-user is responsible, as applicable, for: receiving all deliverables, inspecting, and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing clarification to the contractor, fills in details or otherwise serves to accomplish the contractual Scope of Need; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. The Government POC/Program Office/End-user does not have the authority to alter the contractor's obligation under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Need, the Contracting Officer must issue such changes. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339112- Surgical and Medical Instrument Manufacturing. The Small Business Size Standard for this NAICS code is 1,000 employees. This Sources Sought Notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to arneil.genus@va.gov no later than, 3:00 PM Central Standard Time (EST) on July 2, 2025. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting POC, Contract Specialist, Arneil Genus. All firms responding to this Sources Sought Notice are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date, and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Source Sought Notice. Information will only be accepted in writing by e-mail to Contract Specialist, Arneil Genus at arneil.genus@va.gov 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 notice that is marked as proprietary will be handled accordingly. 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 notice.