This is a Sources Sought (SS) for a requirement to continue using Automated Allergy and Autoimmune Disease Testing Cost-per-Test (CPT) purchase laboratory instrument(s) system(s) and reagents, supplies, cartridges, calibrator, controls, consumables, and any other necessary hardware to operate the contractor s equipment and fulfill the test requirements. For all Pathology & Laboratory Medicine Service (P&LMS) locations in Veterans Integrated Service Network (VISN) 08: Tampa VA Healthcare Network, James A. Haley Veterans Hospital (JAHVH), 13,000 Bruce B. Downs Blvd, Tampa, Florida 33612 Bay Pines VA Healthcare System, C.W. Bill Young VA Medical Center (CWBY VAMC), 10,000 Bay Pines Blvd, Bay Pines, FL 33744 The contractor shall provide equipment and test kits that meet all the minimum physical, functional, and performance features of the listed salient characteristics found in the draft Statement of Work (SOW). The salient characteristics are essential to the technical requirements to continue to meet the needs of the government. The Draft Statement of Work is provided to assist with this SS. The Government may use the responses to this SS for Market Research, information and planning purposes. The Government also intends to make this action a sole source award, if potential vendors cannot be identified. The anticipated period of performance of: 1 January 2026 thru 31 December 2030 (base plus four annual options). This SS will obtain information regarding the availability and capability of qualified businesses: Large Business, Service-Disabled Veteran-Owned, Small Business, Veteran-Owned Small Business, small business sources; HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and their size classification relative to the North American Industry Classification System (NAICS) code 334516. The responses to this announcement will assist in determining the availability of businesses in consideration of a socio-economic set-aside. Interested parties submitting a response to this inquiry must include the following information: 1. Name and address of company 2. Primary point of contact, including phone number and e-mail address 3. Federal Supply Schedule (FSS), if available 3. Applicable socioeconomic categories and any pertinent information, which demonstrates firm s ability to meet the requirement 4. Experience. Brief descriptions of recent and relevant projects for tasks similar to those identified in paragraph one of this document. (1 page maximum) 5. Business size (the applicable NAICS code for this requirement is 334516) 6. Product and Service Code: 6640 Responses are due no later than 4 November 2025 @ 3:00 PM Eastern Time. Point of contact: Paul Jarret via emai:paul.jarrett@va.gov. NOTE: This is a SS for planning purposes. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this SS, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary should be clearly marked as such.