Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. 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 15.201(e). 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.
IAW 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 RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources
Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1,000 Employees). Responses to this Sources
Sought/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be
published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach
Network Contracting Office, is seeking sources who can possibly provide ECT Device with EEG/EEG that at a minimum meet the brand name and/or can possibly provide an equal product for
Greater Los Angeles, CA, VA Medical Center Brand name Information: Manufacturer & Part Number: Sigma ECT Device with EEG/EEG, Monitoring Channels 100 Joules, 120V 60Hz Type:
Electroconvulsive Therapy (ECT) service Possible Capabilities: Treat severe psychiatric disorders Equal to product Information: Main component: ECT Device with EEG/EEG, Monitoring
Channels 100 Joules, 120 V, 60 Hz Possible Capabilities: Treat severe psychiatric disorders The information identified above is 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 supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/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: (1) 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.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the
manufacturer, authorized distributor, and/or can you provide equivalent solution to the items being referenced above? (4) If you are a large business, do you have any
designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an
authorized distributor/reseller for the items identified above 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? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization?
Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS)
GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal
Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the
contract. (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items (10) Please indicate whether
your product conforms to the requirements of the Buy American Act? (11) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research
only. It will not be used to evaluate for any type of award. (12) Please submit your capabilities statement illustrating your organization s ability to meet the described salient
characteristics or equal to items for planning purposes; show clear, compelling, and convincing evidence that all equal to items" meet all the salient characteristics. (13) Please review
salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (14) Please provide your SAM.gov Unique Entity ID/Cage Code
number. Responses to this notice shall be submitted via email to john.harrison@va.gov. Telephone responses will not be accepted. Responses must be received no later than 04/11/2024, by
4:00 PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all
interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a
request to be added to a prospective bidders list or to receive a copy of the solicitation. Please provide unofficial pricing. Notice: No remanufactures or gray market items/ supplies
will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by
an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. Brand Name items listed solely for Brand name or Equal
comparison. ***ALL submissions SHALL Include the following statement: Pre-Solicitation Number: 691 - 36C26224Q0932 ECT Device 1 Sigma ECT Device with EEG/EEG 2 EA Monitoring Channels 100
Joules, 120V/60Hz 2 Complete Starter Kit. See below. 2 EA Items may vary according to optional features selected. 3 ECG/EMG Monitoring Channels 2 EA 4 EEG3/EEG4 Monitoring Channels 2 EA
(ECG/EMG Monitoring Channels required) 5 SigmaStim EMR Software 2 EA 6 Sigma Hand-Held Electrode Assembly 2 SE Choose One: Dual with Push Button Dual without Push Button Single with Push
Button Single without Push Button 7 Sigma Laminated Titration Tables. 2 EA Convenient, moisture resistant tables to aid in determining the optimal treatment dosage TOTAL COST: Salient
Characteristics - ECT 1. The ECT shall provide fine-tuned control of essential treatment parameters: a. Pulse Width b. Frequency c. Duration d. Current 2. Shall be Capable of functioning
in "One-Knob Mode" or "Four-Knob Mode 3. Shall provide a high-resolution color LCD/Touchscreen capable of displaying up to seven physiological traces. 4. Shall provide an interactive
touchscreen display. 5. Shall provide EEG/EEG Monitoring Channels 100 Joules, 120V/60Hz 6. Shall provide an FDA-clearance for EC