THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing Brand Name Liberty PCW Chilled Water 5 Ton Cooling Units. The units will be delivered to the Erie VA Medical Center located at 135 E. 38th Street, Erie, PA 16504. Background: The Department of Veterans Affairs, Erie, PA VA Medical Center, has a brand name only requirement for two (2) Liebert PCW Cooling Units (Part# PW017UC1C109ES). The Erie, PA VAMC currently operates critical IT infrastructure that relies on continuous operation of our existing cooling system to maintain acceptable temperatures. Our current cooling unit, which is integral to sustaining these operations has exhibited a pattern of failures over the past seven months, compromising the stability of our IT environment. Specifically, the cooling unit has failed three times within the last three months. During the most recent incident, the cooling system began to fail again, and there was a serious risk that it could shut down the entire Erie VAMC IT infrastructure. This infrastructure supports essential healthcare services and patient records systems, making continuous operation vital. To prevent a catastrophic failure of our IT systems, it is essential that we replace the failing cooling system as soon as possible with two (2) Liebert PCW Chilled Water 5 Ton Systems (Part# PW017UC1C109ES), which are compatible with our existing system and provide the required cooling capacity and redundancy. Brand name requirement (Brand Name Only): The Erie, PA VAMC requires an urgent procurement of two (2) Liebert PCW Chilled Water 5 Ton Systems to replace our aged, failing cooling system. Salient Features: 16.2kW Cooling Capacity at 75 degrees Fahrenheit, 45% RH: which is sufficient cooling capacity for the current and projected heat loads of the Erie, PA VAMC data center. 208V, 3-phase, 60Hz Operation: matches the existing electrical infrastructure, avoiding costly upgrades. Up flow with front air return: Compatibility with current airflow design in the data center. Liebert iCom Control with High-Definition Display: Systems communication capability is essential for integrating the cooling unit into the existing network and building management system without require extensive reconfiguration. iCom based Communication with BACnet IP Ethernet Port, SNMP, and IP Protocols: Seamless integration with the existing network and building management system. Variable Speed EC Plug Fans: Precision airflow control for fluctuation IT loads. Item # Description Qty PW017UC1C109ES Liebert PDX/PCW 2 341715G318 PLNM V 3 SIDE GRILL 18 IN PX 2 LT460-Z25 LEAK DET KIT LT460 W/25 CABLE 2 WI-3HR4 Warranty Inspection 2 1WLTHERMLAB-E-EBS Warranty Labor LW Coverage E (1 year on Parts & Labor) 2 Training and Installation: Training is not included in this procurement. Installation shall be in conjunction with FMS department. SECURITY & PRIVACY CONTROL: Contractor will be on station to provide service and therefore required to take the generalized privacy training: Privacy Training for Personnel Without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information Training is required upon hire and annually thereafter if the contract is in place. Contractor can self-enroll in TMS, take VA Privacy Training course # VA20939, and provide a copy of the completed training certificate to the government point of contact or COR if applicable. Alternatively, the contractor can read the text version and provide a copy of the completed training certificate to the government point of contact or COR if applicable. Delivery: All items must be FOB Destination, 30 Days ARO, to the following location: Erie VA Medical Center Attn: Distribution Center 135 E. 38th Street Erie, PA 16504 Monday Friday from 8:00am 4:00pm Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 333415, Air conditioning and warm air heating and commercial and industrial refrigeration equipment manufacturing. Manufacturing. The Small Business Size Standard for this NAICS code is 1,250 employees. Please answer 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), Small Business (SB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this notice? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. 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). 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? If you intend to subcontract 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 subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? 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. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your Unique Entity ID. This Sources Sought Notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to mcdaniel.brayboy@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on February 20, 2025. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, McDaniel Brayboy III. All firms responding to this Sources Sought Notice are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date, and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Source Sought Notice. Information will only be accepted in writing by e-mail to Contract Specialist, McDaniel Brayboy III at mcdaniel.brayboy@va.gov 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 notice that is marked as proprietary will be handled accordingly. 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 notice.