Sources Sought Notice THIS IS A SOURCES SOUGHT DISCLAIMER This Sources Sought is issued solely for information and planning purposes 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. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this Sources Sought in Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions and after review of the responses to this Sources Sought, a solicitation announcement may be published. Responses to this Sources Sought are not considered adequate responses for a solicitation announcement. The information identified below is intended to be descriptive, not restrictive, and to indicate the quality of the supplies that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the supplies that fulfill the required specifications and/or the authority from the manufacturer to distribute the supplies. If you are interested and are capable of providing the sought-out supplies, please provide the requested information indicated below in #1 thru 6. Response to this Sources Sought should include company name, address, point of contact, EUI, and 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 Sources Sought? Are you the manufacturer, an authorized distributor, or an equivalent solution to the items being referenced above? If so, please submit the Authorized Distributor letter from the manufacturer. If you re a small business and you are an authorized distributor/reseller for the items identified in the Statement of Requirement or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have a Federal Supply Schedule (FSS) contract with GSA, VA NAC, or any other Federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please provide general pricing of your products/solution for market research purposes. Catalog list prices, FSS prices, or any other publicized price lists are acceptable. Please provide your SAM.gov Unique Entity ID (UEI) number. Please submit your capabilities that show clear, compelling, and convincing evidence that you can provide the requirement described in the attached State of Requirement for a Brand Name or Equal rapid infuser. Responses to this notice shall be submitted via E-mail, are due on or before 14 April 2025 by 4:00 p.m. CDT and sent to Marcus Sidney at marcus.sidney@va.gov and copy furnish Rachel Babin, Contracting Officer at Rachel.Babin@va.gov . Send all questions to Marcus Sidney at Marcus Sidney@va.gov and copy furnish Rachel Babin, Contracting Officer at Rachel.Babin@va.gov. Telephone responses or questions shall not be accepted. 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 offerors list or to receive a copy of the solicitation. The Department of Veterans Affairs (VA), VISN 16 Network Contracting Office, is seeking sources that can provide the following, Statement of Requirement Scope The Contractor shall provide three (3) Belmont Rapid Infuser units and shall perform as follows: ability to rapidly transfuse patient s blood products and intravenous fluids. Salient Characteristics The Belmont Rapid Infuser units must meet the following specifications: Infusion Rate: Capable of delivering fluids at flow rates from 2.5 to 1000 ml/min, ensuring the rapid resuscitation of critically ill patients. Bubble-Free Delivery: The system uses advanced air detection and removal technology, including ultrasonic air detectors, ensuring that air emboli are not introduced into the patient's bloodstream. High-Performance Pump: The system features a high-speed peristaltic pump for precise control of fluid delivery at all flow rates. Aluminum-Free Fluid Pathway: The medical-grade stainless steel heat exchanger eliminates the risk of aluminum exposure in blood and fluid delivery. Temperature Control: Inductive heating technology and infrared temperature sensors provide consistent normothermic fluid delivery within seconds, ensuring that fluids are infused at body temperature to prevent complications such as hypothermia. Safety Features: Includes automatic pressure regulation, real-time display of infusion rates, total volume infused, and line pressure, and an intuitive touchscreen display for easy operation. The Belmont Rapid Infuser units come with a one-year warranty, covering parts and labor for any manufacturer defects, excluding accidental damage or misuse. Installation will be managed by VA Staff. Deliverables Line Item # Manufacturer Description Qty Units 0001 - 0003 Belmont Belmont Rapid Infuser, RI-2, 120V, 1000 ML/MIN 3 EA End of Statement of Requirement