This not a request for quotes; the Government is seeking information for market research purposes only. VA Network Contracting Office (NCO) 9 is seeking sources interested and capable of providing the items as described in the attached Product Description. The North American Industry Classification System (NAICS) is 339112 SURGICAL AND MEDICAL INSTRUMENT MANUFACTURING The Service Code (PSC) is 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES Responses to this notice shall include company/individual name, size status for the above reference NAICS code, a service capability statement, SAM Entity Unique Identifier (EUI), address, point of contact, and examples of similar facilities to which similar items have been provided. Contractors must provide information on whether they are certified SDVOSB, VOSB, Hub zone, 8(a), women-owned concern. If standard company brochures will be provided as a response to this Source Sought, ensure that additional information tailored to this notice is included. This is not a solicitation for quotes. If a solicitation is issued, it will be announced on the Contract Opportunities website https://sam.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the response to this announcement. Contractors must be registered in System for Award Management (SAM), see internet site: https://www.sam.gov for information about registration. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? If you are in GSA, please provide schedule and contract number. Responses to this notice must be submitted via email to daymeion.brantley@va.gov. No telephone inquiries will be accepted. 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. 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. Veterans Affairs, NCO-9, is seeking information for vendors interested and capable of providing items meeting the below saliant characteristics: ****************************************************** Unit Dose Packaging Machine: Saliant Characteristics: The system will need to have the ability to communicate with VISTA use HL7 messaging. Packager will have a touch screen for navigation as an all-in-one, with biometric scanning for user login. Packager cannot exceed the following dimensions due to space limitations: 48 Width, 90 Height, 48 Deep. This space has the necessary data and power requirements in pharmacy. There is not space sufficient in any other location in current pharmacy design. Packager must fit through pharmacy door (46 width and 83 height) Must have at least 400-canister capacity. Must include a special tablet system or STS. Packager must have a dual tray system allowing users to pre-fill or stage two trays at a time, providing continuous dispensing of non-canister medications. The packaging system must have software features allowing users to use a different National Drug Code (NDC) if the primary NDC for an order has ran out of inventory; to pause a batch during a production run to work on another batch allowing users to come back to the paused batch and pick up where it left off; group or daisy chain canisters together to reduce refill rates for high volume or large pill; skip a medication if unavailable then removing it from the order staging it as separate order when inventory is available; and allow users to separate an order with multiple patients into separate orders at the packager level. Packager must have a swappable lower packaging unit for onsite redundancy to eliminate downtime. Packaging system will use a clamp and seal system to efficiently seal pre-folded paper with a serrated edge to ensure pouches are produced with less errors and make it easy to access medications. Packager must have auto-correcting motor bases preventing jams while dispensing from canisters. System must have reporting capabilities giving users the ability to check user metrics and run audit reports. System must have self-calibration canister kits for canisters (ability to modify canisters to fit different shape and size medications without replacing canister). System must have a set of universal, manually adjustable canisters allowing the pharmacy staff to calibrate canister for new NDC s without the need to swap out canister parts. System must have automatic canister recognition chip system available, which will enable any canister to be seated in any location in the packager. System must have the ability to change pouch sizes to fit different sized medications. System must be able to print custom labels (color included) Packages produced from system must be individually packaged and at a minimum contain: drug name, dose, dosage form, lot number, expiration date, and Bar Code Medication Administration (BCMA) compatible barcode/ 2-D printing options. System must be compatible with Windows 10 Package must be most current version of software and/or system. System must have HL7 interface with pharmacy system Cerner / Vista/ Automated Dispensing Cabinets. Systems first year s software licensing is included in initial purchase. System must have a pouch verification system that can verify label and contents of each packet to improve accuracy and efficiency. Pouch verification system must be able to produce a cut and rolled group of medications by patient, facility, or hour of administration. Company will provide at minimum 3 days of training on both campuses for staff to be adequately trained.