This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Loma Linda VA Health Care System (LLVAHCS) located at: 11201 Benton St. Loma Linda, CA 92357 is seeking a potential qualified contractor to establish full maintenance service for the equipment and systems listed below. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811210 Electronic and Precision Equipment Repair and Maintenance $34 Million. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the U.S. Small Business Administration located at https://veterans.certify.sba.gov All interested Offerors should submit information by e-mail to william.cornick@va.gov. All information submissions to be marked Attn: William Cornick, Contract Specialist and should be received no later than 12:00 pm PST on April 18, 2025. The Contractor shall provide preventative maintenance for the Hitachi Arietta 70 Intraoperative Ultrasound System, EE# 78056, SN U7AR0375, located in VA Loma Linda Healthcare System. This will allow high percentage of uptime required of critical systems to provide uninterrupted critical patient care. System hardware/software/parts and diagnostics are proprietary and must be provided by the manufacturer. The Contractor shall furnish all labor, materials, travel, lodging and any other supplies or equipment necessary to perform the requirements as outlined in this Statement of Work (SOW). PLACE OF PERFORMANCE: Department of Veteran Affairs VA Loma Linda Healthcare System 11201 Benton St. Loma Linda, CA 92357 BACKGROUND: The contractor shall provide full-service maintenance that will cover repair, exchange, labor, probe coverage, and maintenance on each unit, plus needed repairs during the term of the contract, excluding misuse or abuse. Remedial service of up to 25 hours is included. Replacement parts will be furnished on an exchange basis at Fujifilm Healthcare America s expense and will be a new part or reconditioned part equivalent to new. Replaced parts become the property of the contractor. In the event the unit cannot be repaired in the field, Fujifilm agrees to provide a loaner system at no additional charge. Two semiannual preventative maintenance procedures are to be completed in accordance with OEM specifications and any maintenance completed during the terms of the contract will result in a complete service report provided to the VA Loma Linda Healthcare System for reference and documentation. Such service shall comply with applicable regulations and standards covering medical equipment maintenance. DESCRIPTION/SPECIFICATIONS: This is a full-service contract that include up to 25 hours of remedial maintenance, 2 preventive maintenance, probe coverage including 1 replacement per year, loaner coverage, application/technical help line, and accreditation support in addition to service reports (documentation of service). RESPONSE TIME: The Contractor shall acknowledge requests by telephone for service within 2 hours. The Contractor shall be on-site within 24 hours of telephone acknowledgement of the service request. The Contractor shall provide the name, address and telephone number of the office where service calls are to be placed (available 24 hours a day, 7 days a week). Documentation: The Contractor shall provide individual written service reports which describe services performed on the equipment (enough detail to be acceptable to the field inspectors of The Joint Commission). The following information must be provided in each service report: o Date of service o Summary of problem and action taken o Parts replaced o Labor hours o Travel time o Equipment serviced (description, Equipment ID #, serial number, etc.) o Purchase order number