THIS REQUEST IS FOR SOURCES SOUGHT AND 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 RFI 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 is marked as proprietary and 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 code 339112 (size standard of 1,000 employees). 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 synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 02 Network Contracting Office, is seeking sources that can provide Omnicell XT Med Cabinets that at a minimum meets the following salient characteristics with a brand name only product for the James J. Peters VA Medical Center:
Item
Description/Part Number
Qty
Unit
1
OPEN CONFIGURABLE DRAWER/MED-DRW-010
34
EA
2
METAL LOCKING DRAWER/MED-SRW-009
46
EA
3
MED 1-CELL CABINET (XTE 2.0)/MED-FRM-501
2
EA
4
MED 2-CELL CABINET (XTE 2.0)/MED-FRM-502
2
EA
5
SW LICENSE- ANYWHERE RN/MED-LIC-008
16
EA
6
XT EXTERNAL RETURN BIN, WIRED CAB MOUNT/MED-OPT-002
4
EA
7
PREMIUM WIN10 PACKAGE/MSA-SUB-006
4
EA
8
SINGLEPOINTE/SP
4
EA
9
XT SEISMIC RESTRAINT KIT - 2 CELL/SRD-OPT-044
2
EA
10
XT PULLOUT SHELF/SUP-OTH-002
2
EA
Scope of Work:
a. Contractor must provide all the deliverables item listed below along with the software.
b. Contractor must also provide the required training for 12 months, remotely or onsite, when is needed.
c. Contractor will be responsible for the installation of all the equipment.
Specifications:
MED-FRM-501:
Dimensions: 77.5 H x 26.5 W x 27 D.
Shelf: 22.6 W x 23.38 L in
Minimum spacing: 3.25 in (between light bars) 4.5 in (between shelves).
Screen size: 15.0 in color touch
MED-FRM-502:
Dimensions: 51.5 W x 77.5 H x 27 D.
Shelf: 22.75 W x 21-22 L in
Minimum spacing: 3.8 in (between light bars) 4.5 in (between shelves).
Screen size: 15.0 in color screen
Period of Performance:
The contractor must provide all the deliverables required within eight (8) weeks or less from date of award, unless directed by the Contracting Officer.
Type of Contract: Firm Fixed Price.
Acceptance Procedures:
Before accepting the goods or services under this contract, Biomed team will inspect and test the equipment. The contractor must provide a written notice of readiness for inspection to the Contracting Officer and to the requesting service upon delivery.
Place of Delivery:
James J. Peters VAMC
Pharmacy Dept
130 West Kingsbridge Rd
Bronx, NY 10468
Recalls:
The vendor must immediately notify all affected VA Medical Centers and the designated POC in the event of a device recall, removal, adjustment, or modification suggested or mandated by the vendor, distributor, manufacturer, or any regulatory agency. The notification must include:
A complete item description and identification, including lot and serial numbers where applicable. Administrative identification data including order numbers and order date. Reasons for the recall, removal, adjustment, or modification.
Instructions for appropriate corrective action.
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. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
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, distributor, or an equivalent solution to the items being referenced above?
(4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
(5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job.
(7) 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 number.
(8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?
(9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.
(10) 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?
(11) Will the items you will be providing manufactured domestically in the United States or are they foreign manufactured items?
(12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
(13) Please provide your Sam.gov Unique Entity ID number.
*** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics.
Responses to this notice shall be submitted via email to Jonatan.Rondon@Va.Gov, telephone responses shall not be accepted. Responses must be received no later than April 15th, 2026, at 1600 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 sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.