J066--Architect i1000SR Analyzer Preventive Maintenance

SOL #: 36C26226Q0252Special Notice

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
262-NETWORK CONTRACT OFFICE 22 (36C262)
Gilbert, AZ, 85297, United States

Place of Performance

Place of performance not available

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment (J066)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 7, 2026
2
Action Date
Jan 14, 2026, 6:00 PM

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.

The Department of Veterans Affairs, Network Contracting Office (NCO) 22, located at 4811 Airport Plaza Drive, Long Beach, CA 90815 is issuing this Notice of Intent (NOI) to inform industry contractors of the Government s intent to execute a Sole Source Award under FAR Part 13 Simplified Acquisition Procedures (SAP), specifically FAR Subpart 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services.

The intended Contractor is Abbott Laboratories Inc. located at 100 Abbott Park Rd., D-943 CP1-4, Abbott Park, IL 60064.

The Southern Arizona VA Healthcare System (SAVAHCS) laboratories require a yearly requirement of service and maintenance for the Abbott Architect analyzer equipment. This includes live technical 24x7 Phone Support, ON-SITE SERVICE: Field service representative dispatched to Customer location to perform on-site service. SECOND DAY RESPONSE: On-site service will be scheduled to arrive two (2) covered service days from request. NEXT DAY RESPONSE: Next covered business day on-site response on requests made three (3) hours before end of a day covered by the On-Site Coverage Hours. For service requests received with less than three (3) hours remaining in a day covered by On-Site Coverage Hours, on-site service response is scheduled for the first covered day following the receipt of such request. BUSINESS HOURS COVERAGE: Monday Friday, 8:30 AM 5:00 PM, excluding holidays. Coverage includes field service representative s labor and travel during regular business hours, Annual preventative maintenance check-up performed by an OEM authorized field service engineer, including parts, labor and travel, software upgrades and a 99% uptime guarantee.

The rationale basis for the sole source acquisition is that Abbott (Large Business) is the only manufacturer authorized to service the Architect I1000SR analyzer equipment without voiding warranty.

Abbott is the sole source manufacturer and distributor of the Architect I1000SR instrumentation materials currently being used by the SAVAHCS Laboratory to satisfy their requirements for preventive maintenance service. Abbott sells directly to the end users facilities and as such, there are no agents or dealers authorized to represent this service maintenance.

Period of performance: 3/5/2026 3/4/2027.

Item List:

Line Item

Manufacturer Part Number

Serial Number

Quantity

0001

ARC I1000SR

I1SR52819

1

This procurement is being conducted using commercial products and commercial services procedures pursuant to FAR Part 12 and FAR Part 13, specifically FAR Subpart13.106-1(b)(1)(i) allowing the Contracting Officer (CO) to solicit from one source.

The North American Industry Classification System (NAICS) for this requirement is, 334516 Analytical Laboratory Instrument Manufacturing. Product of Service Code for this requirement is J066 Maintenance, Repair, and Rebuilding of Equipment Instruments and Laboratory Equipment. The Small Business Administration (SBA) size standard for this sector is 1,000 Employees.

This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government.

All inquiries and concerns must be addressed in writing via e-mail to Clift Domen at Clift.Domen@va.gov with the following information referenced in the subject line, 36C26226Q0252. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All interested parties who are responsible, certified, and capable may identify their interest and may submit capability statement which shall be considered by the agency no later than 10:00 AM Pacific Standard Time (PST) on Wednesday, January 14th, 2026 to Clift Domen at Clift.Domen@va.gov. The interested parties bear full responsibility to ensure complete transmission and timely receipt.

SDVOSB/VOSB respondents.

If respondent is or SDVOSB or VOSB, respondent is encouraged to provide proof of VetCert certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause.

Please provide the information below:

Company Name:

UEI Number:

Address:

Point of Contact Name:

Phone No:

Email:

Business size information

Select all that applies:

Small Business

Emerging Small Business

Small Disadvantaged Business

Certified under Section 8(a) of the Small Business Act

HubZone

Woman Owned

Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov)

Veteran Owned Small Business (registered in VetBiz.gov)

FSS/ GSA Contract Holder

Yes No

FSS/ GSA Contract Number

Effective Date / Expiration Date

NASA SEWP Contract Holder

Yes No

NASA SEWP Contract Number

Effective Date / Expiration Date

People

Points of Contact

Clift DomenContract SpecialistPRIMARY

Files

Files

Download
View

Versions

Version 1Viewing
Special Notice
Posted: Jan 7, 2026
J066--Architect i1000SR Analyzer Preventive Maintenance | GovScope