Service Plan for Acquity UPC2
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 U.S. Department of Agriculture (USDA), specifically the Agricultural Research Service (ARS), has issued a combined synopsis/solicitation (RFQ) for a Service Plan for an Acquity UPC2 Supercritical Fluid Chromatography system. This is an unrestricted requirement under NAICS code 811111. The government intends to award a single Firm-Fixed-Price (FFP) contract for a base year and four option years. Quotes are due January 30, 2026, at 2:00 PM PT.
Purpose and Scope
The USDA requires a comprehensive service plan for its Waters Acquity UPC2 system located at 538 TOWER ROAD, ITHACA NY 14853. This system is critical for nutritional analysis of plant and food samples to enhance the US food supply. The service plan includes one annual preventative maintenance visit, on-demand service and repair within 72 hours of a service ticket, and coverage for key system components (e.g., binary solvent manager, sample manager, photodiode array) and Mass Lynx software. Service must be performed by Waters-trained and authorized engineers using genuine Waters parts (brand name or equal), and include priority phone support and software/firmware upgrades.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: One (1) 12-month base period and four (4) 12-month option periods, totaling up to five (5) years.
- Set-Aside: Unrestricted
- NAICS Code: 811111 (Automotive Repair and Maintenance)
- Product Service Code: 6640 (Laboratory Equipment And Supplies)
Submission Requirements
Offerors must submit:
- A Firm Fixed Price quotation on company letterhead, detailing item description, place of manufacture, total price, and valid for at least 60 days. Pricing must be for all items and include FOB Destination delivery and installation.
- Your Sam.gov Unique Entity ID (UEI).
- Past Performance References: Two (2) to three (3) projects completed within the last three years, similar in size, scope, and complexity. At least two references must be for performance as the prime contractor. Detailed project information and current contact details for CORs/COs are required.
- Descriptive literature (illustrations, drawings, web references) for any "or equal" items proposed to demonstrate technical acceptability.
Evaluation Criteria
Award will be based on Lowest Price Technically Acceptable (LPTA). The evaluation process will identify the lowest-priced offer that is technically acceptable and has acceptable or neutral past performance. Technical acceptability requires quoted products to meet or exceed salient characteristics. Past performance will be rated Go/No-Go based on submitted references and other government sources.
Key Dates and Contact
- Questions Due: January 28, 2026, by 2:00 PM PT
- Quotes Due: January 30, 2026, by 2:00 PM PT
- Contact: Elizabeth Calhoun (Elizabeth.Calhoun@usda.gov). Include the solicitation name and number in the email subject line for all correspondence.