Progenesis QI Software Acquisition
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 Food and Drug Administration (FDA) / Center for Drug Evaluation and Research (CDER) is issuing a Combined Synopsis/Solicitation for the acquisition of one (1) commercial perpetual software license for Progenesis QI Software. This software is essential for quantitative and qualitative peptide workflows using LC-MS data analysis to support FDA laboratory complex drug research and regulatory science initiatives. Quotes are due May 25, 2026, at 1:00 pm Washington DC Local Time.
Scope of Work
The contractor shall provide one (1) commercial perpetual software license for Progenesis QI, including delivery of the software, activation credentials, and applicable commercial documentation. Key requirements include:
- Support for vendor-independent LC-MS raw data import and automated end-to-end data processing.
- Generation of ion intensity maps, automated retention time alignment, and creation of unique aggregate datasets.
- Advanced peak picking, automatic deconvolution of compound ions, and normalization of ion abundance measurements.
- Compound identification capabilities, integration with external databases, and visual validation tools.
- Specific enhanced functionality for version 3.1 and above, including direct data import from Waters data environments, improved alignment, and enhanced peak picking.
- Operation as a 64-bit Windows-based application compatible with Windows 11, functioning within FDA-controlled on-premises workstation or virtual machine environments.
- Provision of installation files, user documentation, and updates applicable to the licensed version for one year post-contract.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Purchase Order.
- Period of Performance: Delivery within ninety (90) calendar days of award.
- Set-Aside: Not specified.
- Quotes Due: May 25, 2026, 1:00 pm Washington DC Local Time.
- Published Date: May 14, 2026.
- Place of Performance: FDA/CDER/OPQ/OPQR, 645 S Newstead Ave., St. Louis, MO 63110.
Submission & Evaluation
Quotes must be submitted electronically via email to roosevelt.walker@fda.hhs.gov. Submissions must include pricing information, brand name, Vendor Unique Entity Identifier (UEI), commercial warranty terms, and documentation confirming authorized reseller/servicing agent status. Electronic documents must be submitted without macros. Technical capability will be evaluated based on submitted information demonstrating the offered supply meets or exceeds technical requirements. Award will be made to the responsible offeror whose offer conforms to the solicitation and represents the Lowest Price Technically Acceptable (LPTA) best value to the Government.
Additional Notes
All questions must be submitted via email by May 19, 2026, 1:00 pm Washington DC Local Time. Pricing shall be valid through June 30, 2026. The solicitation incorporates numerous FAR and HHSAR clauses by reference.