The Fort Meade VA Medical Center requires the purchase of a Smart-ABI+ device and accessories with the salient characteristics listed below. This will be a Brand Name or Equal procurement. This is a SOURCES SOUGHT NOTICE only looking for businesses to provide the supplies listed below for market research purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS OR PRICING AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Responses to this notice will be treated only as information for the Government to consider as part of their market research efforts. The information provided will be used by the Government in developing its acquisition strategy regarding possible set aside for Veteran Owned and other socio-economic categories of small business. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this notice and parties responding will not be entitled to payment for direct or indirect costs incurred in responding to this notice. The North American Industry Classification System (NAICS) code for this requirement is 339112, Surgical and Medical Instrument Manufacturing, with an SBA Small Business Size Standard of 1,000 employees. If you are a vendor capable of providing the requested information and required supplies described below with competitive pricing, send your information with a description of proof of capability to: Alisha.Milander@va.gov on or before Monday, March 3, 2025 at 12:00 PM Central Time. Additionally, please provide answers as appropriate to the following questions in the table below with your response to this Sources Sought. Failure to respond to the following questions may affect the acquisition strategy.  1. Please provide all socio-economic categories of your firm (e.g., SDVOSB, VOSB, WOSB, Large Business, 8a, etc.) as well as your firm s SAM Unique Entity ID number (replaces DUNS number) and Government Contract POC. 2. Identify if your organization is the manufacturer of the requested supplies. If you are not the manufacturer, identify the manufacturer of the supplies that you will provide and their socio-economic category.  3. Identify whether any foreign-end products, as defined in FAR Provision 52.225-2, would be provided to meet this requirement. Fill out the certificate under FAR Provision 52.225-2(b), identifying the item and its country of origin. ( https://www.acquisition.gov/far/part-52#FAR_52_225_2__d3401e52). If the product is a US domestic end product, write in USA for the item's country of origin. 4. State whether any of the requested supplies may be ordered against a government contract awarded to your organization (e.g Federal Supply Schedule (FSS), General Services Administration (GSA), etc.). 5. Address whether your organization meets the requirements of 13 CFR 121.406 (b)(1)(i), (b)(1)(ii) and (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-I/part-121/subpart-A/subject-group-ECFR0fca5207262de47/section-121.406#p-121.406(b)). 6. Provide estimated shipping and delivery information for the requested supplies (e.g. Expected lead time on delivery). *If applicable, FAR Provision 52.219-14 Limitations on Subcontracting, will apply to the potential solicitation if set-aside for Small-Businesses.* *If applicable, VAAR 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products, will apply to the potential solicitation if set-aside for Veteran Owned Small-Businesses.* *If applicable, VAAR 852.212-71 Gray Market Items, will apply to the potential solicitation.* DISCLAIMER This Sources Sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought 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 Sources Sought. The deadline for this information is 12:00 PM Central Time on, Monday, March 3, 2025. Salient Characteristics Smart ABI + Device and Accessories The Fort Meade VA Medical Center is looking to procure a Smart ABI + standalone device or an equivalent piece of equipment and accessories for use at its Rapid City VA Clinic (CBOC). The accessories to any equivalent equipment included with your response shall bring the main piece of equipment up to the same level of functionality that would be achieved with the items listed. Brand Name Smart ABI + device and included accessories. Indications for device is to identify patients with Peripheral Artery Disease and reduce major cardiovascular and limb events. Smart ABI + includes the following: One (1) Smart ABI Plus Software and license agreement One (1) Windows Laptop portable computer One (1) system console with built-in charging station Four (4) wireless cuffs with transducer One (1) Large arm cuff One(1) Pulse oximeter toe cuff with batteries One (1) toe wrap One (1) ABI USB Charger and Power cord Five (5) USB to USB-C power cords Two (2) toe wrap cords One (1) Fail safe Program (4 Additional BP Cuff and 1 Additional Pulse Oximeter and Toe Cuff) One (1) carrying bag Installation and Training One year product warranty including device and all parts Free software upgrades for life of system One year Smart-ABI Partnership Program- Includes Implementation assistance, billing guidance, Training & Technical Support Twenty five (25) Patient Education Brochures Three (3) PAD educational poster Equivalent Equipment Requirements Wireless Bluetooth capable ABI Capability - noninvasive physiologic studies of upper or lower extremity arteries ankle/brachial indices at distal posterior tibial and anterior tibial/dorsalis pedis arteries pulse volume plethysmography at 1-2 levels Ability to manually input blood pressures Ability to test and produce post exercise ratios Ability to skip missing extremities Ability to perform ABI/TBI tests independently or combination TBI capability with Pulse volume recording Medical Marker SBI- sum of branchial index In Depth Reports with Additional Cardiac Markers - Central Aortic Pressure, Augmentation Index, Pulse wave Velocity, Delta Left and Right, Vasomotion with numeric and graphic representation 90% or greater accuracy for detection of PAD Uses Volume Plethysmography with Classic inflating and deflating pressure cuffs Portability: carrying bag or rolling cart Machine must be FDA approved Free software upgrades for life of system 1 year product warranty including device and all parts Installation and training