This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of Other than Small Businesses and/or Small Businesses, including VIP-Verified Veteran-Owned Small Business (VOSB) or Service-Disabled Veteran-Owned Small Business (SDVOSB) prospective contractors relative to the North American Industry Classification System (NAICS) Code 339112. This sources sought notice is to determine interest and capability of authorized vendors able to fulfill Brand Name the following requirement: CHAIR, OPHTHALMIC EXAM MANUFACTURER: VELA MODEL: 70034 CSN: 6530-439489 QTY:6 STATEMENT OF WORK Siemens MRI Head Coil Replacement PURPOSE: The Clement J. Zablocki VA Medical Center VA Medical Center (VAMC) is requesting a replacement for the Siemens Magnetom Skyra 3.0T head coil. CONTRACT PERIOD: The service agreement would be for a one-time replacement of a Siemens Magnetom Skyra 3.0T head coil. SCOPE: Summary Contractor shall provide all labor, materials, tools, and equipment necessary to provide replacement of Siemens Magnetom Skyra 3.0T head coil. SPECIFICATIONS OF WORK: Provide replacement Siemens Head/Neck 20 MR head coil 3T (catalog number 10496500) that meets original factory specifications SERVICES AND PARTS NOT COVERED BY CONTRACT: Contracting Officer (CO) or COR authorization for any work or parts outside the scope of this contract must be received prior to performance of work or payment will not be authorized. Parts required that are not covered by contract will be purchased by the VA and installed under the terms of the contract. Contractor shall provide a list of exclusions at the time of the proposal for VA review. HOURS OF COVERAGE: Normal hours of coverage are Monday through Friday, 7:00 AM to 4:30 PM local time excluding national holidays as listed below. All services shall be performed during normal hours unless otherwise scheduled with the Contracting Officer s Representative (COR) or his/her designee. New Year s Day Memorial Day Independence Day Labor Day Thanksgiving Day Christmas Day All work shall be performed during normal hours of coverage. However, if emergency work must be performed outside of normal business hours, the contractor must obtain prior approval from the COR or their designee. If such work falls on a National Holiday (Christmas, New Year s Day, Memorial Day, Independence Day, Labor Day or Thanksgiving) and etc., service will be paid separate from this contract. An obligation number shall be obtained prior to commencement of service. QUALIFICATIONS: The contractor shall meet The Joint Commission requirements for proving competency of service provider. Contractor personnel shall be OEM factory trained and authorized to work on equipment they are servicing. The contractor shall provide job title, job description, and qualifications of all that will or may provide service to the Hospital. The CO may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VA equipment. The CO or COR specifically reserves the right to reject any of the contractor's personnel and refuse them permission to work on the VA equipment. If subcontractors are used, they must be approved in advance by the CO; the contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. All service personnel will be aware of and compliant with Hospital policy and procedures pertaining to safety, fire, severe weather, and emergency procedures. SAFETY REQUIREMENTS: In the performance of this contract, all service personnel must use the Universal Precautions (i.e. decontamination of medical equipment, wearing protective gloves, aprons, and goggles) during cleaning and maintenance/repair procedures. The Contracting Officer or designee will notify the contractor of any noncompliance with the foregoing provisions and action to be taken. DOCUMENTATION REQUIREMENTS: Service field reports shall be provided after the completion of each field service call. Field service reports shall include written evidence of performance of all procedures and tests as required by the manufacturer. They shall include itemized parts and labor. Upon request, documentation shall be provided for all test equipment that is used during maintenance showing that its maintenance is up-to-date and has been certified under ISO 9000 standards. CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of National Fire Protection Association (NFPA-99), Underwriters Laboratory (UL), Occupational Safety and Health Administration (OSHA), Association for Advancement of Medical Instrumentation/American National Standards Institute (AAMI/ANSI), and VA standards. Contract service shall also ensure that the equipment performance/specifications are equal to or exceed the performance/specifications when the equipment was originally accepted after procurement. If responding to this notice please provide the following: Qualifications, capabilities, and experience for providing this product; Business size/Socioeconomic status; Memo or correspondence from manufacturer to distribute their products. This is not a Request for Proposal/Quote or an announcement of a solicitation and no solicitation package exists at this time. Responses will be used solely for market research purposes of the Government. The Government will not pay for any materials provided in response to this notice and submissions will not be returned to the sender. VOSBs and SDVOSBs must be registered and verified in VIP for set-aside consideration. The applicable North American Industry Classification System (NAICS) Code for this requirement is 339112 responses should be submitted by e-mail to Vernise L. Newton at vernise.newton@va.gov. The information requested must be received no later than 10:00 am Central Standard Time on 05/23/2025.