Page 3 of 3 Statement of Need (SON) Department of Veterans Affairs Wilmington VA Medical Center 1601 Kirkwood Highway Wilmington, DE 19805-4917 INTRODUCTION/BACKGROUND: The Laboratory department at the Wilmington VA Medical Center (WVAMC), utilizes an Osmometer to determine the total concentration of dissolved salts and sugars in blood or urine samples. The Osmo PRO MAX provides automated liquid handling, continuous sample loading, a self-cleaning fluid management system, touch screen operation, integrated barcode scanners, built-in quality control features, Ethernet and USB connectivity, and an integrated data management system. OBJECTIVE: The department of Pathology and Laboratory Medicine (113) at the Department of Veterans Affairs Medical Center, (460) Wilmington, Delaware, hereby referred to as the WVAMC, is seeking the one-time acquisition of one (1) Osmo ProMax Osmometer including installation, training, validation, controls, and a minimum coverage period of 1 year manufacturer s service warranty MAJOR REQUIREMENTS: In order for the Contractor to accomplish the work under this task order/purchase order, it shall be necessary for the Contractor to complete the following tasks: Supply one (1) Osmo ProMax Osmometer Provide delivery of instrumentation to the VAMC Wilmington (460), Department of Pathology and Laboratory Medicine (113). Delivery must occur within the timeframes designated by the Federal Government for emergent requests. Need to be able to interface with VA Network, e.g. Vista & CPRS and meets CAP and CLIA requirements. The awarded vendor must install and provide instructions and/or training on the use of instrumentation supplied. The awarded vendor must clearly indicate the terms of the standard warranty provided with the instrument. Information concerning extended warranty options, if available, may be provided. The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. GOVERNMENT FURNISHED INFORMATION OR MATERIAL: This acquisition does not include Government-furnished property (GFP). This acquisition does not include Contractor-acquired property (CAP). CONTRACTING OFFICER'S REPRESENTATIVE (COR): The identified COR and technical representative for this acquisition is Ahia Linda McKeown, Administrative Specialist Laboratory Department. Contact information, Phone 302-994-2511 ext. 34227, or email ahia.mckeown@va.gov. "No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification." DELIVERY: Deliver to: VAMC Wilmington (460), Chemistry Department (Room 2042), Department of Pathology and Laboratory Medicine (113), Building 1, 1601 Kirkwood Hwy, Wilmington, DE 19805. CONTRACTOR QUALIFICATIONS: Not applicable for this acquisition. SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: Not applicable for this acquisition. Instructions to Vendors: The information identified above is intended to be descriptive, of the BRAND NAME or EQUAL to - Advanced Instruments LLC., Osmo PRO MAX to indicate the quality of the supplies/services that will be satisfactory and meet the requirements of interface with VA network e.g: Vista and CPRS and meets the CAP and CLIA requirements. 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334516. Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) 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? (7) 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. (8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (10) 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. (11) Please submit your capabilities regarding the brand name equipment. (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via email to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Monday June 30, 2025. This notice will help the VA in determining available potential sources only. Reference 36C24425Q0786 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, David Santiago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Sam.gov web site for all qualified interested parties at a later date and interested parties must respond to this notification to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by email to Contracting Specialist at david.santiago2@va.gov 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. 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.