THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE 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 DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 325413 (size standard of 1,250 Employees). 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 22 Network Contracting Office, is seeking sources that can provide various Immunoassay Reagents, Consumables, and Supplies on an as-needed basis to perform patient testing on the existing Abbott Architect i1000 analyzer at the Southern Arizona VA Healthcare System (VA Tucson). At a minimum, the proposed products must meet the following salient characteristics with a brand name or equal product: SALIENT CHARACTERISTICS Reagents, controls, calibration materials, disposables, and any consumable parts: Must be FDA-approved. Must physically fit and be compatible with the VA s existing Architect i1000 analyzer without alteration. BRAND NAME OR EQUAL INFORMATION MFG ITEM # DESCRIPTION EST. QTY - TESTS Abbott 01L75 66 Architect IA Cyclosporine Reagent 900 Abbott 08K26 27 Architect IA SHBG Reagent 3,700 Abbott 01L77 25 Architect IA Tacrolimus Reagent 800 Abbott 01L75 01 Architect IA Cyclosporine Calibrator Kit 2 Abbott 08K26 02 Architect IA SHBG Calibrator Kit 2 Abbott 01L77 01 Architect IA Tacrolimus Calibrator Kit 1 Abbott 05P76 10 Architect IA Multichem IA Plus 9 Abbott 05P77 10 Architect IA Multichem WBT 9 Abbott 08K26 11 Architect IA SHBG Control Kit 4 Abbott 08C94 29 ARCHITECT Buffer Filter 1 Abbott 06L01 01 ARCHITECT Buffer Level Sensor 12 Abbott 01P12 01 ARCHITECT Buffer Outlet Assembly 1 Abbott 06L00 01 ARCHITECT Card Cage Filter 1 Abbott 03L99 01 ARCHITECT Card Cage SCC Door Filter 1 Abbott 07D82 50 Architect IA Common Diluent 2 Abbott 06E23 65 Architect IA Pre Trigger Solution 3 Abbott 08C94 47 Architect IA Probe 1 Abbott 01L56 40 Architect IA Probe Conditioning Solution 1 Abbott 07C15 03 Architect IA Reaction Vessels 1 Abbott 04D19 01 Architect IA Replacement Caps 1 Abbott 04D18 03 Architect IA Septums 1 Abbott 06C55 60 Architect IA Trigger Solution 3 Abbott 06C54 88 Architect IA Wash Buffer 1x10L 32 Abbott 06C54 58 Architect IA Wash Buffer 4x975mL 12 Abbott 07C14 01 Architect IA/CC Sample Cups 1 Abbott 01P06 02 ARCHITECT Pretreatment Tubes 7 Abbott 08C94 67 ARCHITECT Pre Trigger Straw 12 Abbott 08C94 36 ARCHITECT Probe, Wash Zone 3 Abbott 08C94 66 ARCHITECT Trigger Straw 12 Abbott 08C94 49 ARCHITECT Tubing Probe 1 Abbott 08C94 90 ARCHITECT Tubing/Sensor, Temp, Wash Zone 3 Abbott 08C94 56 ARCHITECT Wash Buffer Prep Container 1 Abbott 08C94 21 ARCHITECT Wash Buffer Transfer Tubing 1 Abbott 01P41 01 ARCHITECT Wash Cup Baffle 1 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 under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) 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? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract for the requested items? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics/statement of work being provided and any information pertaining to equal to items to establish capabilities for planning purposes. (9) Please provide your Unique Entity ID (UEI) number. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Samuel.Han@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, October 30, 2025 by 1:00 p.m. Pacific Time. 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 request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.