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 321911 Wood Window and Door Manufacturing 3. The Contractor shall supply soft suicide prevention swing doors that are ligature-resistant for inpatient rooms for Building 520 Mental Health unit at VA Palo Alto Health Care System. The door shall enable the patients to maintain their privacy and dignity while simultaneously protecting them from harming themselves. The product must be flexible, made of water-resistant materials that can easily be cleaned using soap and water or using an alcohol or bleach-based cleanser. The doors must be made of durable materials that will withstand daily patient and client use in a hospital or mental health environment. It must be easy to install and covered in an anti-microbial material (high tenacity filament polyester) which is resistant to fire (meet the requirements of the 2012 Life Safety Code, NFPA 101, which references ASTM E84) and abrasion. 4. Interested and capable Contractors are encouraged to respond to this notice not later than Friday, April 25, 2025 at 03:30 PM PST, by providing the following information via email only to thecontractingofficer@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 soft suicide prevention swing doors product referenced above that you intend to provide for this procurement. (i) Statement indicating whether you are the manufacturer of the product that you intend to provide for this procurement. If you intend to provide a product manufactured by a company other than your own, state the name of the company whose product you intend to provide, the country of origin for the product you intend to provide, 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 soft suicide prevention swing doors product that you intend to provide for this procurement under either the General Services Administration s Federal Supply Schedule or with NAC, NASA 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 how many calendar days you estimate it would take you to provide for this procurement to the VA Palo Alto Health Care System. (l) General pricing for your products/solutions for market research purposes. (m) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing soft suicide prevention swing doors that meets the requirements described in the attached DRAFT Statement of Work and demonstrates your experience providing support for 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 identify the legal name of each subcontractor and 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 MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE HEMODIALYSIS UNITS AND SERVICES REQUIRED BY 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. --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. SCHEDULE OF SUPPLIES: Item # Description/Part Number Qty 1 Door Single Panel 45 SALIENT CHARACTERISTICS: Dimensions: 37 W x 58 H Break away magnetic hinge Single Panel with option of handle cutout Durable materials that can withstand daily patient and client use in a hospital or mental health environment Must be easy to install and covered in an anti-microbial material (high tenacity filament polyester) which is resistant to fire (meet the requirements of the 2012 Life Safety Code, NFPA 101, which references ASTM E84) and abrasion Easy to clean just using soap and water or an alcohol or bleach based cleaner Products shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing