THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. 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/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1,000 Employees). Responses to this RFI/Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this RFI/Sources Sought Notice, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office is seeking sources capable of providing Ventilator for the VA Long Beach Healthcare System and that can address the draft salient characteristics described below. Brandname Information: Manufacturer & Part Number(s): Medtronic, 98OS1ENDIUUS Type: PB980 PED TO ADULT - STANDARD BASE SHIPS WITH 1 PED/ADULT EXHALATION FILTER, 1 EVQ, 1 EVQ SEALS KIT, FLEX ARM, GOLD STANDARD CIRCUIT, OP MAN ON CD, POWER CORD AND SOFTWARE OPTIONS (PAV+, LEAK SYNC, BILEVEL 2.0, VV+, RESPIRATORY MECHANICS, TRENDING, TUBE COMPENSATION) AND 1 YEAR WARRANTY. Equal to product name: Ventilator Manufacturer & Part Number(s): Medtronic, 10086042 Type: PROMO QS980BAT1-ZMPC- RECHARGEABLE LI-LON BATTERY - EACH VENTILATOR REQUIRES AT LEAST ONE BATTERY IN ORDER TO OPERATE. Equal to product name: RECHARGEABLE LI-LON BATTERY Manufacturer & Part Number(s): Medtronic, SRVQ1-PB980AI Type: PB980 PREMIUM SERVICE AGREEMENT Equal to product name: SERVICE AGREEMENT Manufacturer & Part Number(s): Medtronic, 10086050 Type: 980 CYLINDER MOUNT X1 Equal to product name: CYLINDER MOUNT Manufacturer & Part Number(s): Medtronic, 10086049 Type: 980 HUMIDIFIER BRACKET X1 Equal to product name: HUMIDIFIER BRACKET Manufacturer & Part Number(s): Medtronic, 10114989 Type: 980 DC COMP UPGRADE KIT Equal to product name: DC COMP KIT Salient Characteristics: Must have ventilation modes and therapies for: Volume and flow control Volume targeted, adaptive pressure control Intelligent ventilation Noninvasive ventilation High flow flow sensor measures flow, pressure, and tidal volume Must have advanced monitoring for: Visualization of lung mechanics (Dynamic Lung) Visualization of the patient s ventilator dependence Esophageal pressure measurement Capnography SpO2 monitoring Must have safety features for: Ventilated patients in the event of system failures. Delivering ventilatory support as close to the preset settings Must have stand-by mode which pauses ventilation and preserves settings when the patient is disconnected. Must auto-detects patient upon reconnection Must automatically resumes ventilation without the need to push additional buttons Must have additional screen located on the breath delivery unit (BDU) and provides a check of ventilator operation Must have custom filters to prevent infection and contamination Must have custom filters features of 99.97% filtration efficiency and meets CDC requirement for N100 filtration equivalency Must house up to two batteries Must have batteries that can be changed/swapped out without having to power down and interrupt patient ventilation Other ventilation must have features: Must have recruitability assessment and lung recruitment (P/V Tool Pro) Must have patient ventilator synchronization (IntelliSync+) Must have CPR ventilation Must have Hamilton Connect Module Must have Hamilton Connect App Must have configurable touch screen to offer access to five graph and loop layout options Must be able to pause the screen and review the last 60 seconds of patient data Must provide a unique ventilator assurance feature, which, in the event of certain system failures, will continue to deliver ventilatory support as close to the preset settings Must have an integrated expiratory filtration system. Must be able to synchronize tools to help clinicians set the ventilator to adapt to their patients' unique needs Must have digital communication board which provides multiple USB ports for connections to external drives Must have HDMI output port The list of draft characteristics is intended to be descriptive, not restrictive, of the supplies and/or services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. 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 draft salient characteristics described below. For instances where your company cannot meet the draft salient characteristic(s), please explain. For instances where your company can meet the draft salient characteristic(s), please show how your company meets/exceeds each requirement. (2) Please review the list of draft salient characteristics 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 draft salient characteristics? (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, or modify the items requested in any way? If you do, state how and what is altered, assembled, or 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? If you are unsure, please state the country of origin for each item. (12) What is your lead time to deliver all items? (13) Does your proposed equipment have FDA clearance (if needed)? Please specify what FDA clearance(s) have been obtained. (14) 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). (15) 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. (16) 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. (17) Please provide your SAM.gov Unique Entity ID number. Responses to this notice shall be submitted via email to Emiljan.Golemi@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, February 18, 2025, by 4:00 PM PST. All responses to this RFI/Sources Sought will be used for planning purposes only. Responses to this RFI/Sources Sought Notice 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 because of the information provided from this RFI, all interested parties must respond to the specific posting separately in accordance with the specifications of that announcement.