THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI 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 RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339113 (size standard of 800 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing CASE Exercise testing treadmill system equivalent to GE Healthcare. STATEMENT OF WORK General: VA Phoenix Healthcare System located at 650 E Indian School Rd. Phoenix AZ, 85012 has a requirement for a Cardiac Assessment System for Exercise (CASE) equivalent to the brand GE Healthcare with the following required salient characteristics. This system allows physicians to examine a patient s cardiac function during exercise with innovative algorithms, offering diagnostic capability to the physicians. Additionally, the system has the ability to connect to the MUSE system to access and store patient EKG data. Scope: VA Phoenix Healthcare System is looking to replace current CASE treadmill system that is beyond life cycle. The contractor is required to provide brand name or equal equipment that meets or exceed the physical, functional, and performance of the listed salient characteristics in this section. Additionally, contractor must be able to provide installation, de-installation, and put into operation all equipment. Requirements/Salient Characteristics: CLIN 0001 GE Healthcare CASE V7 or equal Quantity: 2EA Must be compatible with CLIN 0002. Must be able to program procedural protocols. Must have LCD (flat panel display) that is tiltable and able to rotate as necessary. Must be able to adjust height. Must be able to record/integrate real-time 12 lead cardiac rhythm strips into procedural record. Must have dedicated workflow key for easy operation. Must be able to record/integrate real-time vital signs (BP, HR, O2 sats) into procedural record. Must be able to integrate procedural record directly into existing EMR. Must be able to transmit and store information in MUSE Cardiac Information System. Must be able to document patient demographics, pertinent medical history, and procedural symptomology. Must have built in EKG printer with paper tray to output results. Contractor must perform service of deinstallation of old unit prior to installing new CASE treadmill system. Contractor must offer installation service of a new CASE treadmill system. CLIN 0002 GE Healthcare T2100-ST Treadmill or equal Quantity: 1EA Must be compatible with CLIN 0001. Must come safety features such as: emergency stop button and stop tether, auto runaway shutdown, auto communication loss shutdown, and breaking system for off-loading. Must be able to provide speed range between 0.1 to 15 mph. Must be able increase incline up to 25 percent. Must be able to hold a maximum of 500 lbs of weight capacity. Contractor must perform service of deinstallation of old unit prior to installing new CASE treadmill system. Contractor must offer installation service of a new CASE treadmill system. Installation/Uninstallation Service: The vendor is required to manage and coordinate On-site uninstallation and installation of items and services identified in this document at the VA Phoenix with designated POCs. The contractor shall provide all travel, tools, labor, and materials necessary to complete assembly and uninstallation/installation of items detailed in this document. The contractor shall be responsible of removing and disposing of previous system. The contractor must ensure during uninstallation of previous system, that all hard drives and other storage media items do not leave VA property. All hard drives shall be turned into the designated POC. The contractor shall provide labor to move new unit from warehouse to designated location. The contractor shall install new unit according to manufacturer s recommendations and shall verify that the new equipment is fully functional before checking out. Deliverables: NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined above #4 Requirements/Salient Characteristics. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award. For equal to items/services, the contractor is allowed to create additional line items on feature/accessories and provide pricing in order to meet the salient characteristics. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM. Performance Monitoring: Nursing Service Chief or designated department personnel will oversee the installation and will ensure the project proceeds as agreed. Field Service Representatives are to assemble and install equipment in approved area. Place of Performance: VA Phoenix Healthcare System 650 E Indian School Rd. Phoenix, AZ 85012 The list of CASE Treadmill system characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Incomplete responses to the questions below will not be accepted. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the non-manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Melissa.Ramirez8@va.gov. Telephone responses will not be accepted. Responses must be received no later than Monday, April 21st, 2025, by 10:00 AM Pacific Local Time. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.