Agilent ICP-MS System
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 the Army, through MICC-FT GORDON, has issued a Sources Sought Notice to identify qualified commercial sources for an Agilent ICP-MS System for the Defense Forensic Science Center in Forest Park, GA. This is market research to determine the feasibility of a small business set-aside. Responses are due by Monday, March 20, 2026, at 02:00 PM EST.
Purpose & Scope
This notice is solely for information and planning purposes to determine the availability of qualified commercial sources capable of providing the specified Agilent ICP-MS System. The U.S. Government desires to procure this system on a small business set-aside basis, provided at least two qualified small businesses respond. The anticipated NAICS code is 334516 - Analytical Laboratory Instrument Manufacturing, with a size standard of $1,000.
Key Requirements
The required system includes an Agilent 8900 ICP-MS, PC, and MassHunter software (G3665AA), along with the ICP-MS MassHunter Chromatographic data analysis option (G7205C). Ancillary equipment such as recirculating chillers, autosamplers, checkout and tuning solutions, gas filter kits, tubing, and mounting brackets are also specified. Detailed specifications for two-stage gas regulators for Helium, Hydrogen, Oxygen, Argon, and Ammonia/Helium reaction gas are provided. The requirement also includes Method and Application Consulting (H2149A) for up to four participants.
Contract & Timeline
This is a Sources Sought notice and does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP). The U.S. Government is not seeking quotes, bids, or proposals at this time and will not pay for any information submitted. Not responding to this notice does not preclude participation in any future solicitation.
- Response Due: Monday, March 20, 2026, 02:00 PM EST
- Published: March 17, 2026
- Place of Performance: Forest Park, GA
Submission Requirements
Interested parties should electronically submit a capability statement, in Microsoft Word or PDF, to Contract Specialists Shecoriya Byrd (shecoriya.r.byrd.civ@army.mil) and Cedric Ellis (cedric.j.ellis.civ@army.mil). Submissions must include:
- Firm name, point of contact, phone, email, UEI, CAGE code, small business status/certifications (e.g., SDB, 8(a), HUBZone, SDVOSB, WOSB), corresponding NAICS code, and GSA Schedule number if applicable.
- Indication of interest as a prime contractor and any planned subcontracting, joint ventures, or teaming arrangements.
- Percentage of work to be performed by the prime and any similarly situated entity subcontractors.
- Type(s)/certifications(s) of proposed subcontractors.
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe, government or commercial, pertinent certifications).
- Recommendations on structuring contract requirements to facilitate small business competition.
- Recommendations to improve the approach/specifications/draft PWS/PRS.
- Identification of any conditions restricting competition, with rationale, and contact information for the MICC Small Business Advocate for Competition, Scott Kukes (scott.d.kukes.civ@army.mil or 210-466-2269).
Important Notes
Telephone inquiries will not be accepted. No feedback or evaluations will be provided regarding submissions. Potential offerors are responsible for monitoring SAM.gov for any future solicitations.