6550--Architect i1000 Immunoassay Reagents and Consumables
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
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.