This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to obtain information from qualified sources with special interest relative to the North American Industry Classification Code (NAICS) 621512, Diagnostic Imaging Centers. The Government will not pay for information received in response to this Sources Sought, nor will the Government compensate any respondent for any cost incurred in developing the information provided. This Sources Sought does not constitute a commitment by the Government. Information provided in response to this market survey will be used for informational purposes only and will not be released. Contractor participation is not a promise of future business with the Government. Requirement The Clement J. Zablocki VA Medical Center, Nuclear Medicine Service located at 5000 W. National Avenue, Milwaukee, WI 53295-001 has a requirement to lease a digital positron emission tomography (PET)/computed tomography (CT) mobile scanner. Zablocki VA is seeking a fully equipped digital PET/CT system designed to perform oncology related PET/CT exams, brain imaging with 18F-FDG, static emission scans, prostate imaging (with appropriate radiopharmaceuticals) and whole-body scans. Mobile PET/CT scans will be performed 2 days a week (Mondays and Tuesdays) during Milwaukee VAMC Medical Imaging clinic hours (7:00 a.m. 3:30 p.m.). Trailer delivery and setup procedures shall not delay the start of examinations by Monday mornings at 0700. Minimum Specifications: Handicapped accessible Must meet all local, state, federal, industry, FDA, Joint Commission, NEC, NFFPA, VA, OSHA, and other applicable regulatory standards internal or external to the Milwaukee VAMC. Must provide space sufficient for conducting CPR and emergency code procedures, if needed. Must have an intercom system between the control room and scanning room, CD-R burning capabilities as a backup to network transfer of data, and Optical Disk archival system. Must maintain a temperature that provides patient comfort and ensures proper operation of the scanner without frequent calibration. Must possess sufficient space and design to contain a Quiet Room where the radiopharmaceuticals can be administered, and patients can rest comfortably with no physical activity and minimum possible external stimuli such as noise and light during the uptake period of the radiopharmaceutical. PET/CT scanner must possess a PET detector crystal with a high light output and short decay constant such as Lutetium Oxyortho-Silicate (LSO) in order to shorten the PET data acquisition time to the minimum possible. PET/CT scanner must be capable of acquiring 2-dimensional and/or 3-dimensional PET images or true 3-dimensional images. CT Component of the PET/CT scanner must contain a multi-slice detector and capable of acquiring the transmission images within one breath hold. CT component must be capable of acquiring data for anatomic localization and attenuation correction. PET/CT system must include attenuation correction algorithms designed to use non-contrast enhanced, intravenous contrast enhancement, oral contrast enhancement with positive contrast (iodinated contrast) and oral contrast enhancement with negative contrast (water) data. Mobile PET/CT scanner must not be more than 3-years old. Mobile scanner must be equipped with an outlet connection capable of transmitting data and voice through a government provided category six (6) cable. Mobile scanner system must be compatible with DICOM 3 imaging PACS standards Mobile unit will be equipped with a fully functional hot lab that complies with state, federal, and Joint Commission standards to receive and store radioisotopes and radioactive waste. Two independent MIMS workstations for post processing and manipulation of the acquired PET/CT images to be connected and located within the Milwaukee VAMC. Hardware and software with ability to read PET/CT images and create and export JPEG and MPEG files. Software must be capable of image fusion, providing three orthogonal planes of the CT images alone, the PET images alone and the superimposed PET/CT images and an additional set of noncorrected PET images, multimodality display capability, including magnetic resonance imaging, computerized tomography, radiography, and ultrasonography. Interested contractors should provide the following information in response to this Sources Sought. 1. Company name, address, point of contact and email address 2. Include descriptive literature such as illustrations, brochures, catalogs, booklets, etc. Questions should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. Responses to this sources sought must be received no later than March 14, 2025, at 5:00pm. As a reminder, this is a Sources Sought announcement only. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a particular set-aside or sole source award, or any other guarantee of award strategy. All information is to be provided on a voluntary basis at no charge to the Government. Interested vendors are reminded that in accordance with FAR 4.1102(a) Offerors and quoters are required to be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. Registration is available at www.sam.gov.