THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT 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. 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. 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 Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 811210 (size standard of $34 Million). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following,: The contractor shall provide full maintenance both remotely and on site, to include preventative, all replacement parts, labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the listed equipment to operating specifications which meet or exceed the manufacturers specifications. The contractor will utilize new or like new parts that have been refurbished to OEM specifications. Upon placement of service request, the contractor must respond by telephone for diagnostic response within two (2) hours after notification and must respond on the premises of the Kansas City VA (KCVA) Medical Center within an average of four (4) hours when required for on-site service call as requested by the Contracting Officer Representative (COR) or a designee (unless otherwise decided by Biomedical Engineering Point of Contact). All services for this contract must meet manufacturers performance and technical specifications, Federal Regulations, FDA device certification and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), The Joint Commission on (TJC), and VA Regulations. Also, Contractor must provide the appropriate service documentation at no additional expense. Contractor will be required to complete applicable privacy training at the KCVA. COR s will assure completion of the training for contractors is completed prior to work beginning and contractors coming on board. Preventive maintenance inspections shall be performed in accordance with manufacturer s literature. Preventive maintenance inspections shall be performed in a manner which clearly demonstrates that the specified device meets or exceeds all manufacturers technical performance specifications for preventive maintenance. Contractor will install operating system software updates provided by the Original Equipment Manufacturer (OEM) for Covered System. Software updates mean revisions to OEM proprietary operating system software that enhance existing System functions and operation without hardware changes but will not install operating system software upgrades to new software platforms or software options offered separately for sale by the OEM. All completed work will meet OEM specifications. The contractor will provide both scheduled and unscheduled services to repair and/or maintain equipment in a fully functional condition with a ninety-seven percent (97%) uptime guarantee. The contractor will provide troubleshooting assistance by telephonic or remote diagnostics support twenty-four hours a day, seven days a week. The contractor will provide the Government with a toll-free, non-automated number for troubleshooting assistance. If the problem cannot be resolved telephonically or by remote diagnostics, the contractor s technical support center will dispatch the field service engineer (FSE) for on-site support, to be conducted during normal MTF business hours (8am 5pm). The contractor will provide trained personnel for on-site support, labor, travel, tools, diagnostic equipment, hardware, firmware, test phantoms, materials, supplies, parts and test equipment necessary to perform all operations in connection with scheduled and unscheduled on-site services, in order to maintain the listed equipment and/or its components if any, in a fully functional state, in accordance with the Original Equipment Manufacturer (OEM) specifications. The devices to be covered are Bayer Medrad: Device Serial Number DCS-ART 700 301965 DCS-ART 700 203262 DCS-ART 700 203026 DCS-ART 700 300141 DCS-FLEX 101253 DCS-FLEX 101120 DCS-FLEX 120771 DCS-MRXP 300391 DCS-SCTD 29085 DCS-SCTX 2208 DCS-SMRS 200872 The information identified above are intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the required specifications. If you are interested and are capable of providing the sought-out services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to 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), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or an authorized service provider for the services being referenced above? If an authorized service provider you must provide proof. If you re a small business and you are an authorized service provider for the items identified above, is it your company s technicians that perform the services required? Do you alter, assemble, or modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your UEI number. Responses to this notice shall be submitted via email to Tracie Raggs at tracie.raggs@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, March 27, 2025, at 2300 CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation