6550--Reagents and Supplies
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.
Quick Summary
The Department of Veterans Affairs (VA), specifically Network Contracting Office 22 (NCO 22), is conducting a Sources Sought / Request for Information (RFI) for Aquios CL Reagents and Supplies for the VA San Diego Healthcare System. This is for market research and planning purposes only, seeking potential sources for a requirement that may include a base period and four option years. Responses are due by February 6, 2026, 9:00 AM PST.
Scope of Work
The VA is seeking information on sources capable of providing Aquios CL Reagents and Supplies. Key requirements include:
- Compatibility: All reagents and supplies must be compatible with two existing Beckman Coulter Aquios CL units (S/N BC38059 EE 114681 and S/N BC38060 EE 114684).
- Compliance: Reagents must be 510K/IVD cleared and used according to manufacturer specifications. Use of non-approved reagents will invalidate IVD clearance.
- Bar Coding: Bar coded reagents must conform to the IVD Usage with the AQUIOS Flow Cytometer.
- Brand Name or Equal: FAR Clause 52.211-6 applies; "equal to" items must meet all salient characteristics detailed in "Attachment B - Salient Characteristics."
- Source Requirements: Interested parties must be authorized resellers, distributors, or dealers of the Original Equipment Manufacturer (OEM). No remanufactured or gray market items will be accepted.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Duration: Potential base period plus four option years
- Set-Aside: None specified (market research to determine potential set-asides)
- Response Due: February 6, 2026, 9:00 AM PST
- Published: January 27, 2026
Information Requested from Bidders
Responders should provide:
- Company name, address, and point of contact.
- Business size classification (e.g., SDVOSB, VOSB, Hubzone, WOSB, Large Business) relative to NAICS 325413 (size standard of 1250 Employees).
- Whether the company is a manufacturer or distributor.
- Details on any alteration, assembly, or modification of items if a small business distributor.
- Information on existing Federal contracts (FSS GSA/NASA SEWP/NAC) and item availability on those contracts.
- Clear, compelling evidence of capabilities regarding salient characteristics and "equal to items."
- Unofficial pricing (encouraged but not required).
- OEM authorization letter or documentation.
Submission & Contact
- Submission Method: Responses must be submitted via email to Carlos.Magana@va.gov. Telephone responses will not be accepted.
- Point of Contact: Carlos Magana, carlos.magana@va.gov, 562-766-2253.
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation or a guarantee of a future contract. Responders are responsible for all associated costs. A future solicitation announcement may be published separately. The reference number for this opportunity is 36C26226Q0317.