SOURCES SOUGHT
65 -- SYSMEX ANTIBODY REAGENT CONSUMABLES
- Notice Date
- 1/22/2026 11:02:40 AM
- Notice Type
- Sources Sought
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26226Q0306
- Response Due
- 2/2/2026 7:00:00 AM
- Archive Date
- 03/04/2026
- Point of Contact
- Diaz, Marcos, Contract Specialist
- E-Mail Address
-
Marcos.Diaz@va.gov
(Marcos.Diaz@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH 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. THE NAICS FOR THIS REQUIREMENT IS The North American Industry Classification System (NAICS) for this requirement is, 325413 In-Vitro Diagnostic Substance Manufacturing. The Product Service Code for this requirement is 6550 in vitro diagnostic substances, reagents, test kits and sets. The Small Business Administration (SBA) size standard for this sector is 1,250 employees. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. Responses to this Sources Sought RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought RFI, a solicitation announcement may be published. Responses to this Sources Sought RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can provide reagent consumable supplies to be used in already existing, installed and running BD FACSLyric Flow Cytometer analyzers. This action is not to purchase new instruments, it is for reagents and consumables that are 100% compatible and authorized for use with existing BD FACSLyric instruments. The existing instruments are only authorized to use the specific reagents and consumables from Sysmex America. No other brand is authorized for use with the BD FACSLyric instruments. This RFI/Sources Sought is for a specific brand name, make and model/part only. No other brand names or substitute items will be accepted for The San Diego VA Healthcare System (VASDHCS). This contract will be for a Base + four 1-year option periods BRAND NAME PRODUCT INFORMATION: See P02 - RFI Attachment A for brand name, make and part number information. Fill out Attachment A as appropriate. Only Fill out Columns F, H, J, L, and N in Tab 1 Base of the attached Excel Spreadsheet. Do not change or enter data into other cells. See Salient Characteristics below. The information identified above and in Attachment A and in Salient Characteristics are 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. PERFORMANCE WORK STATEMENT: IF APPLICABLE N/A 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 in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size. (4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 55% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin. (5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (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 a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (10) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only and to determine if a set-aside can be made. It will not be used to evaluate for any type of award. (11) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (13) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Marcos.Diaz@va.gov. Telephone responses will not be accepted. Responses must be received no later than Monday, 02 February 2026, by 07:00 A.M. PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. Ensure to reference RFI number 36C26226Q0306 FACSLyric Cytometry Reagents within subject line of your email submission. Salient Characteristics Reagents must be exact OEM (Sysmex America) specific items allowed and validated for use on equipment and no third party substitutes are permissible. Must be 100% compatible for use following equipment already in use in clinical laboratory: BD FACSLyric Clinical Flow Cytometry System Period of Performance: Base Year: 05/31/2026 05/30/2027 Option 1: 05/31/2027 05/30/2028 Option 2: 05/31/2028 05/30/2029 Option 3: 05/31/2029 05/30/2030 Option 4: 05/31/2030 05/30/2031
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/62ee992d0be7445a9ba643d72deebef9/view)
- Place of Performance
- Address: Department of Veterans Affairs VA San Diego Healthcare System 3350 La Jolla Village Drive Warehouse Bldg 1, San Diego 92161, USA
- Zip Code: 92161
- Country: USA
- Zip Code: 92161
- Record
- SN07694791-F 20260124/260122230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |