Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested. The intended contract is a firm-fixed price contract. A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories. The Boise VA Medical Center (VAMC) requires a Service Contract for Stryker Instruments -Must be OEM Verified. Potential contractors shall provide, at a minimum, the following information to Denise.Patches@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and SAM UEI #. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 811210 Electronic and Precision Equipment Repair and Maintenance. To be considered a small business your company must have less than $34.5 M income. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the the Small Business Administration VetCert Registry located at https://veterans.certify.sba.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available). 7) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information. (d) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination, and any applicable contract vehicle information. 8) Please identify the country of origin for all items. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at sam.gov or GSA eBuy. Responses are due by 09/15/2025 12:00 PM PST, to the Point of Contact. Address: Boise VA Medical Center 500 W Fort St Boise ID 83702 Point of Contact: Denise Patches Contract Specialist Denise.Patches@va.gov Description of the Requirement: Stryker Pro-Care Maintenance Contractor to provide on-site preventative maintenance and repair services on the same day as required, included but not limited to all labor, certified service technicians, travel, living expenses, maintenance materials and service, and tools, parts necessary to perform the required service in accordance with the manufacturer s service manuals for the equipment listed herein. This requirement is subject to inspection and verification by a government representative. An unlimited number of repairs of the Stryker Equipment, including labor and parts, regardless of fault, except as provided in subsection (b) below; Replacement equipment for the Stryker Equipment, if necessary. Stryker shall have sole discretion to determine whether the Stryker Equipment shall be repaired or replaced; Use of loaner equipment to replace the Stryker Equipment during repair, except where the item is handled through Stryker repair / replace program; and Prioritized repairs over non-contracted customers, with no additional administration or approval process. Will provide software upgrades. Will provide a system image DVD, of the current version, to reimage disk drive prior to return for repair. Any hard drives removed from system will remain VA property. Components include but are not limited to: technical support 7 days per week, 24 hours per day. Support and any work done must be warranted by Stryker. Support is for the following equipment and software systems: SCHEDULE Base year 1/30/2025 1/29/2026, plus one option year. If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Denise.Patches@va.gov by 12:00pm PST on September 15, 2025. NO PHONE CALLS, PLEASE.
Background
The Boise VA Medical Center (VAMC) is seeking to conduct market research to identify potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, and other Small Businesses capable of providing the requested items.
The intended contract is a firm-fixed price contract for Stryker Instruments Pro-Care Maintenance services.
Work Details
The contractor will provide on-site preventative maintenance and repair services for Stryker Equipment, including but not limited to: all labor, certified service technicians, travel, living expenses, maintenance materials and service, tools, and parts necessary to perform the required service in accordance with the manufacturer’s service manuals.
The contract includes an unlimited number of repairs of the Stryker Equipment, including labor and parts regardless of fault. Replacement equipment will be provided if necessary, with Stryker having sole discretion over whether to repair or replace equipment. Loaner equipment will be used during repairs when applicable.
The contractor will prioritize repairs over non-contracted customers without additional administration or approval processes. Software upgrades will be provided along with a system image DVD for reimaging disk drives prior to return for repair. Any hard drives removed from the system will remain VA property. Technical support will be available 7 days a week, 24 hours a day, and all work must be warranted by Stryker.
Period of Performance
Base year from January 30, 2025, to January 29, 2026, with one option year.
Place of Performance
Boise VA Medical Center, 500 W Fort St., Boise ID 83702