Preventative Maintenance Agreement for Waters UPLC
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 USDA ARS is conducting Sources Sought market research to identify qualified sources capable of providing a Preventative Maintenance Agreement with Full Service Repair Plan for a Waters UPLC instrument. This is for the NEA Dairy and Functional Foods Research Unit located in Glenside, PA. The purpose is to determine appropriate acquisition methods, including potential set-asides for various small business categories. Responses are due by April 28, 2026.
Scope of Work
The requirement is for preventative maintenance and full repair services for a Waters UPLC/MS/MS instrument (Xevo TQ-S micro) and associated components (UPLC H-CLASS Sample Manager, UPLC H-CLASS QSM, UPLC PDA Detector). Key services include:
- Performing preventative maintenance (PM) with genuine Waters quality parts.
- Including Calibration (Cal), Qualification (Qual), system-level testing (PQ), and component-level testing (OQ).
- Providing instrument and software upgrades.
- Offering full repair service for the entire contract period, ensuring prompt service within 24-48 hours of notification.
- The vendor must use Waters' appliances for repair and maintenance, as Waters is currently the only known source for service without voiding the warranty.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Information is being gathered to determine potential set-asides for Small Businesses, HUBZone, Service-Disabled Veteran-Owned, 8(a), Veteran-Owned, Woman-Owned, or Small Disadvantaged Businesses.
- Response Due: April 28, 2026, 5:00 PM ET
- Published: April 23, 2026
- Place of Performance: Glenside, PA (Eastern Regional Research Center)
- NAICS Code: J066 - Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment
Submission Requirements
Interested vendors should submit a capability statement that includes:
- Acknowledgement of ability to provide the requested supplies/services.
- Identification of their size standards in accordance with the Small Business Administration.
- At least three previous similar requirements, detailing contract type, delivery method, and duration.
- Any other relevant information.
- Proprietary, classified, confidential, or sensitive information should not be included.
Additional Notes
This is for information and planning purposes only and does not constitute a solicitation or commitment by the Government to make an award. Responses will not be paid for, nor will respondents be compensated for costs incurred. A combined synopsis/solicitation may be published on sam.gov after review of responses. Do not submit pricing information.