THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses , including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. 2. The NAICS for this requirement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing 3. The Contractor shall provide Upgrade Philips PIIC iX Patient Monitoring System to Rev 4 (brand name only) for SDVAHCS (see attached DRAFT SOW). The required products shall be provided by the contractor along with all resources necessary to accomplish the deliverables described in the attached Draft Statement of Work (SOW). 4. Interested and capable Contractors are encouraged to respond to this notice not later than Wednesday, April 11th, 2025, at 11:00 AM PDT, by providing the following information via email only to Jose.Espinoza3@va.gov. (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. (h) Statement indicating the product name of the Upgrade Philips Digital Diagnostic X-ray Windows Operating System for the PLAVAHCS product referenced above that you intend to provide for this procurement. (i) Statement indicating whether you are the manufacturer of the Upgrade Philips PIIC iX Patient Monitoring System to Rev 4 (brand name only) for SDVAHCS that you intend to provide for this procurement. If you intend to provide products manufactured by a company other than your own, state the name of the company whose Upgrade Philips PIIC iX Patient Monitoring System to Rev 4 (brand name only) for SDVAHCS product you intend to provide, the country of origin, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI. (j) Statement indicating if you have a current contract to provide the Upgrade Philips PIIC iX Patient Monitoring System to Rev 4 (brand name only) for SDVAHCS product that you intend to provide for this procurement, along with the installation, configuration, validation, support, and maintenance services required by this procurement, under either the General Services Administration (GSA) Federal Supply Schedule (FSS) or with the VA National Acquisition Center (NAC), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract. (k) Statement indicating if your product that you intent to provide for this procurement was assessed by VA Technical Reference Model Management Group and currently approved for use in the VA. (l) Statement indicating how many calendar days you estimate it would take you to implement, configure, and validate the Upgrade Philips PIIC iX Patient Monitoring System to Rev 4 (brand name only) for SDVAHCS that you intend to provide for this procurement in a medical center similar to the VA Medical Center. (m) General pricing for your products/solutions for market research purposes. (n) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing requested products that meets the requirements described in the attached Draft Salient Characteristics and demonstrates your experience providing the installation, configuration, validation, support, and maintenance services required by this procurement. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement. Respondents must provide the following information for each reference contract: (1) the legal name of entity with whom the respondent held the contract; (2) the contract number; (3) a description providing details of the specific tasks the respondent performed under that contract; (4) the dates during which the respondent performed the contract; (5) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE TO SUPPORT A RESPONDENT S CLAIMED EXPERIENCE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE PRODUCTS REQUESTED IN THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. 5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. 6. Small Business respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. (c) Please note that if VA s pending market research establishes that two or more verified VOSB or SDVOSB can provide the services required, VA will set aside the underlying solicitation per 38 U.S.C. §8127. --End of Sources Sought Announcement-- DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with 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 RFI. STATEMENT OF WORK: EQUIPMENT AND SERVICES TO UPGRADE VA SAN DIEGO MEDICAL CENTERS PHILIPS HEALTHCARE PIIC iX PATIENT MONITORING SYSTEM. The intent of this Request for Quote is to enter a one year, Firm-Fixed-Price procurement for the hardware and services to upgrade VA San Diego Philips Healthcare PIIC iX patient monitoring system to REV 4. The Vendor shall provide all labor, supervision, and transportation required to upgrade Philips Healthcare PIIC iX patient monitoring system to REV 4. SCHEDULE OF SERVICES: The intent of the Government to award a Firm-Fixed Price contract for the procurement and implementation of a Philips Healthcare PIIC iX REV 4 Software into VA San Diego Medical Center. Locations: (664) VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92161 ITEM # DESCRIPTION EST QTY UNIT COST TOTAL 1 Patient Information Center iX Expand (866390) 3T4 UPG 20N/30N/1XC NTP to 4 PT4 Upgrade 25N/35N/NLC to 4 RV4 PIC iX Software Release 4 UT4 B/C to 4 Entitlement UPG 1 2 Patient Information Center iX Expand (866390) 12L 12-Lead ECG 1X4 PIC iX Enterprise NEW New Add On or Expand NTP Network PRO Pro REV4 PIC iX Software Release 4 V1S Visibility 1 3 PIC iX Hardware (866424) HVM VMWare Server NEW Hardware or OS RV4 PIC iX 4 4 4 PIC iX Hardware (866424) NEW Hardware or OS RV4 PIC iX 4 W2C SQL Svr Std 2-Core Add 12 5 PIC iX Hardware (866424) NEW Hardware or OS RV4 PIC iX 4 S01 SQL Svr Std 1 CAL W10 Windows 10 23 6 PIC iX Hardware (866424) HPS Lithium Ion UPS HS1 PC Hardware with SSD NEW Hardware or OS RV4 PIC iX 4 1 7 M8105A Software Upgrade (866442) SUN Upgrade to SW Rev. N 1 8 IntelliVue MX800 Software Upgrades (865307) DCN Doc. Set for SW Rev.Nxx SUN Upgrade to SW Rev. N 1 9 IntelliVue MX800 Software Upgrades (866360) DCN Doc. Set for SW Rev.Nxx SUN Upgrade to SW Rev. N 1 10 IntelliVue Multi-Measurement Module X3 A04 4-wave capability B06 Dual Pressure and Temp C12 Conventional 12 Lead ECG E31 Carrying Handle H72 Critical Care Transport SW J45 Smart Hopping IF 1.4 GHz SP5 Masimo Rainbow SET SpO2 2 11 ASSY-PWR Smart Battery Conditioner (8656432) 2 12 X3/MX100 Lithium Ion Battery (989803196521) 2 13 5 Lead ECK Trunk, AAMI/IEC 2.7m (989803145061) 10 14 5 Leadset, Grabber AAMI, ICU (989803125841) 10 15 Adult NIBP Air Hose 3.0m (989803209771) 10 16 RainbowSET 10' Cable for LNCS (989803186501) 10 17 Pro Install Materials (989803218391) 1 18 Cable: SF, Mats, Labor, Tent, Test, Ober (989803208541) 2966 19 Smart Hop CAV: 1 to 6,800 SF (989803208941) 1 20 Network: Cisco Smart Hop Wired (per SF) (989803219140) 2966 21 Display: 27" Acer, Touch/Non-Touch, 2560 (989805710006) 2 22 Stand: 27" Acer, Single, StarTech (989805710030) 2 23 Cable: Patch Cable, Copper, up to 25' (989805710074) 45 24 Remote IIC Speaker Kit (865053) 2 25 IntelliVue Patient Monitor MX750 A08 8-wave capability H12 Intensive Care Software J13 RS232/MIB interface 8 26 Flexible Module Serve FMX-4 E20 Multi-Measurement Module Mt 8 27 Cables for IntelliVue SC2 System Cable 2.0m 8 28 IntelliVue Microstream Extension (867041) 8 29 Input Devices for IntelliVue (862454) E16 RFID Barcode Scanner 8 30 2560: Remote Sender 2 31 2560: Remote Receiver 2 32 2560: Rack Console, 8 Port (989803207051) 2 33 PDU Horizontal, Rack, 10 Out, 120V, 15A 2 34 RackL 23" Double Sided Shelf 2 35 Rack Bracket, 2 Post, 1U, Server 2 36 UPS: Mounting Brackets for 500VA 2 37 Mount: Barcode, Jadak, HS-1, VHM/M Arms 8 38 Plus Arm Solution, VHM 18 39 Clin Config & Imp 1 Standard Shift 12 40 Clin Config & Imp 1 Overtime Shift 3 41 Project Management: Advanced 40 42 Labor: Standard Time 88 43 IBE System Integration Services A18 Config Device Add/Update 1 44 Cable: HW, Mats, Labor, Test 18 Total Amount: $ DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: The Vendor shall perform all labor and services required to upgrade VA San Diego Healthcare System Philips Healthcare PIIC iX system in VA San Diego Medical Center to Revision 4. The PIIC iX system will be connected to VA San Diego existing Philips Patient Monitoring system. Scheduling of this deployment will be organized with Biomedical Engineer Abby Hystad. Hardware parts, labor, and travel shall be included in support agreement. All on-site work covered under the contract shall be performed during normal working hours, Monday Friday, 8:00AM 5:00PM. Vendor shall provide the COR an electronic copy of the field service report after on-site service call. At a minimum, this report must contain a detailed description of any services or repairs performed, and must also include a listing of replacement parts, when applicable, total hours of service, safety check, performance data, and the date. The report will also include any Vendor recommendations necessary to maintain the equipment in optimum operating condition. Service Technician shall document and report to the COR any unsafe conditions or signs of misuse or abuse regarding this medical equipment. PARTS: The Vendor shall furnish replacement parts meeting or exceeding the original equipment manufacturer specifications. Replaced parts are to be disposed of by the Vendor after obtaining approval from the COR, except for hard drives that have the capability of storing sensitive information. They must be disposed of according to local Facility Policy and with the Information Security Officer (ISO) concurrence. The Vendor is required to have sufficient supply in stock or be able to obtain all parts required for work under this contract. The Vendor shall have complete service documentation, including necessary manuals and schematics. Unserviceable parts will be replaced by the Vendor on an exchange basis within eight (8) working hours, labor to install replacement part are included. Part numbers as shown on the manufacture schematics/parts list will identify all parts that are replaced. All newly installed replacement parts become the property of the Government. Any worn defective parts will be replaced free of any charges. TEST EQUIPMENT: The VA shall not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Vendor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. REMOVAL OF EQUIPMENT: Government property shall not be removed from the station without a signed property pass. This property pass may be obtained after the removal is authorized by the Contracting Officer or COR. If sensitive data is stored on the device, the Facility Information Security Officer must be involved and should approve the process of removing equipment from the government site. Equipment shall not be removed by the Vendor from the government site for minor repairs. The Vendor assumes full responsibility for the equipment while it is off-site or in transit. BADGES AND PARKING: All Vendor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. It is the responsibility of the Vendor s personnel to park in the appropriate designated parking areas. Parking information is available from VASDHS Police Service. VASDHS will not validate or make reimbursement for parking violations of the Vendor s personnel under any circumstance. REPORTING (During Normal Working Hours); For any repairs or service that will be performed during the normal working hours of 8:00 a.m. through 5:00 p.m., Monday- Friday the Vendor shall check-in with the Police Service and with the COR before proceeding to the job site. Vendor shall also check-out with the COR and Police Service before leaving the job site. REPORTING (During Other than Normal Working Hours). On-site services shall be performed during normal working hours (8:00AM 5:00PM, Monday Friday) only. A separate, pre-authorized Purchase Order will be required for on-site services performed during other than normal working hours. AUTHORIZED SERVICES: Only those services specified herein are authorized under this contract. Before performing any service or repairs of a non-contract nature, the COR or Contracting Officer must be advised of the reasons for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. The Vendor is cautioned that only the Contracting Officer may authorize additional services or repairs and that reimbursement will not be made unless this prior authorization is obtained. GOVERNMENT HOLIDAYS: The Vendor is not required to provide service on the following National holidays, not shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. INVOICE AND PAYMENT: Payment to be made monthly in arrears. The Vendor shall submit original invoices in proper electronic format to the Financial Services Center (FSC). Proper electronic format means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. Please see OB10 contact information below to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) Vendor e-Invoice Set-Up Information: OB10 e-Invoice Setup Information: 1-877-752-0900 OB10 e-Invoice e-mail: USClientServices@ob10.com Financial Services Center e-Invoice Contact Information: 1-877-353-9791 Financial Service Center e-Invoice e-mail: vafsccshd@va.gov The invoice MUST be itemized to include the following information listed below. Any information listed below that is not provided on an invoice will render that invoice incomplete and the invoice will be returned for immediate correction. Time period being invoiced for. Description of services. Unit Cost Billed. Extended amount due. Invoice number, and date. Contract and obligation number.