This is a Sources Sought (SS) for a requirement to continue using i-STAT CPT Bedside Handheld Analyzers Reagents supply purchase with equipment lease required laboratory instrument(s) system(s) and reagents to include 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 to provide the best patient care to our Veteran population: Troponin-I Activated Clotting Time (Kaolin) Creatinine Arterial Blood Gas Panel* CG8+ Chem 8 Panel* Arterial Blood Gas Panel* CG4+ Glucose PT B-HCG VISN 08 Sites include: Tampa James A. Haley Veterans Hospital, Bay Pines C.W. Bill Young VA Medical Center. Single-use i-STAT test cartridges offer a broad menu of tests on a single, portable platform. Each test cartridge has a unique combination of biosensors to suit a wide range of clinical needs. Additional testing and testing sites may be added based on Veteran care needs and availability. Equipment should meet or exceed the below specifications for brand name or equivalent i-STAT CPT Bedside Handheld Analyzers Reagents. A 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 May 2025 thru 30 April 2030 with possible four one-year option periods. 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 small 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 18 April 2025 @ 3:00 PM Eastern Time. Point of contact: Carlos Notyce carlos.notyce@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.