SOURCES SOUGHT
65 -- Nurse Call System - Delivery, Removal and Installation
- Notice Date
- 2/20/2026 2:11:09 PM
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26226Q0393
- Archive Date
- 03/22/2026
- Point of Contact
- Edgar Alvizar, Edgar.Alvizar@va.gov, Phone: 562-766-2244
- E-Mail Address
-
edgar.alvizar@va.gov
(edgar.alvizar@va.gov)
- Awardee
- null
- Description
- 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses , including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. 2. The suggested NAICS for this requirement is 334290 Other Communications Equipment Manufacturing 3. The Contractor shall deliver Nurse Call System that can meet the required Salient Characteristics (see attached Draft) to VA Medical Center located at 11201 Benton St, Loma Linda, CA 92354. 4. The required services shall be provided by the contractor along with all resources necessary to accomplish the deliverables described in Statement of Work (SOW). See attached Draft SOW. 5. Interested and capable Contractors are encouraged to respond to this notice not later than Friday, March 6, 2026, at 02:00 PM Pacific Time (PT), by providing the following information via email only to Edgar.Alvizar@va.gov. (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. Responses are welcome to specify a different NAICS in which they could meet this requirement. (h) Statement indicating the brand name, model, and product description of the Nurse Call System product referenced above that you intend to provide for this procurement. (i) Statement indicating the name of the company whose Nurse Call System product you intend to provide, the country of origin for the Nurse Call System product you intend to provide, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI, or a different NAICS. Please elaborate whether the Buy American Statute and/or Trade agreement apply to the product that you intent to provide for this procurement. (j) Statement indicating whether you are an authorized distributor of the Nurse Call System product that you intend to provide for this procurement or not. If you intend to provide a Nurse Call System product manufactured by a company other than your own, please include an approval letter from the manufacturer accepting you as an authorized distributor and answer the following questions: Does your firm exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS Code 541519)?� Is your firm primarily engaged in the retail or wholesale trade and normally sells the type of item you intend to provide? Does your firm take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? Will your firm supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to 13 CFR 121.406(b)(5)? If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Notice: No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) good sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new equipment only. The vendor shall be an OEM, authorized dealer, authorized distributor, authorized reseller, verified by an authorization letter or other documents from the OEM. (k) Statement indicating if you have a current contract to provide the Nurse Call System product that you intend to provide for this procurement under either the General Services Administration (GSA) Federal Supply Schedule (FSS) or with the VA National Acquisition Center (NAC), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), or any other federal contract. If yes, provide the contract type and contract number, identity the federal agency with whom you hold that contract, and whether the product you intend to supply under this procurement is listed on your referenced schedule/contract. (l) Statement indicating how many calendar days after receipt of order (ARO) you estimate it would take you to deliver the Nurse Call System product that you intend to provide for this procurement to the requesting facility. (m) General pricing for your Nurse Call System product. This information will be used for VA internal market research purposes and pricing information received in response to this RFI will not be shared by the Contract Specialist. (n) Provide documented self-attestation/certification that the Nurse Call System product you intend to provide for this procurement meets/conforms to all required standards and all US Government Regulations (ea. The U.S. Food and Drug Administration (FDA) classification system of medical devices, etc.) Please list all standards and regulations your product meets. (o) Statement indicating that your firm can fully perform all tasks described in the SOW using only personnel and methods that do not constitute ""construction, alteration, or repair"" (including painting or decorating) of public buildings or public works. Please confirm that the services you intend to provide are not subject to the prevailing wage requirements of the Davis-Bacon Act. If your firm requires s SITE VISIT or more information to answer this question please e-mail Edgar.Alvizar@va.gov. (p) A capability statement that provides detailed information for one or more reference contracts that demonstrates your experience providing Nurse Call System product that meets the requirements described in the attached Draft Salient Characteristics. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement. Respondents must provide the following information for each reference contract: (1) the legal name of entity with whom the respondent held the contract; (2) the contract number; (3) a description providing details of the specific tasks the respondent performed under that contract other than delivery of the requested product; (4) the dates during which the respondent performed the contract; (5) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. failure to submit all of the information requested above to support a respondent s claimed experience may be viewed by the government as evidence that the respondent lacks the ability to provide the Nurse Call System product required by this procurement. this, in turn, may affect the government s determination about whether the requirements for a set-aside procurement have been met. 5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement-- 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. In accordance with 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/12e6845c57b94f1a97f420d8cc418168/view)
- Place of Performance
- Address: VA Loma Linda HCS 11201 Benton St., Loma Linda 92354, USA
- Zip Code: 92354
- Country: USA
- Zip Code: 92354
- Record
- SN07722970-F 20260222/260220230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |