The VHA’s Network Contracting Office 21, on behalf VA Northern California Health Care System is conducting this Sources Sought to identify contractors who possess the capabilities to provide the required Brand Name Only AGILENT SEAHORSE XF FLEX ANALYZER SYSTEM.
As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Quote (RFQ), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals.
This notice shall not be construed as a RFQ or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so quotes will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.
Required Items/Services – Brand Name Only:
Agilent Seahorse XF Flex with Norm
including Manufacturer Installation and Introduction (44K, 44L)
S7851AN
XF Flex System including CrossLab Silver - 5yrs total
SYS-SE-XFLEX
Seahorse XF Flex 3D Capture Flpk-L
103864-100
Seahorse XF Cell Mito Stress Test Kit
103015-100
Special Handling and Shipping to zip code 95655
Submission Instructions: Responses via email are due no later than 11:00 AM Pacific on Friday, November 7th, 2025, to leah.smith@va.gov and must include the information requested below. Responses greater than 10 double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions.
Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought.
Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm’s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following:
- Business Name and Address:
- Business SAM UEI Number:
- POC Name, email address and contact number:
- Business size and Socioeconomic Category:
- Authorized Distributor Letter(s): Vendor shall either be the Original Equipment Manufacturer (OEM) or provide proof of authorized distributor status for products and services, on OEM letterhead dated within 24 months of the close of this notice.
- Availability of products on contract: Please specify if any or all products are available from existing GSA, Federal Supply Schedule, eCAT or VA Contracts.
- Ability to meet the Governments requirement: Government willing to review all responses from vendors proposing equipment and services equal to the attachment. Please provide any product information / capability statements.
Please provide response no later than 11:00 AM Pacific on Friday, November 7th, 2025.