Triple Quadrupole LC/MC 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, specifically the Forensic Exploitation Department (FXD) at Fort Gillem, Georgia, has issued a Sources Sought Notice to identify qualified small businesses capable of providing a Triple Quadrupole LC/MS System and related services. This market research aims to determine the appropriate acquisition method, including the feasibility of a small business set-aside. Responses are due by April 13, 2026, 9:00 a.m. EST.
Scope of Requirement
The U.S. Government seeks a non-personnel services contract for the procurement and installation of a Triple Quadrupole LC/MS system. Key components and services include:
- G6475AA 6475 triple quadrupole LC/MS system hardware
- MassHunter Workstation Software for LC/TQ
- G7120A 1290 Infinity III High Speed Pump
- G7167B 1290 Infinity III Multisampler
- G7116B 1290 Infinity III Multicolumn Thermostat
- G4231C 2pos/6port valve head
- Solvent inlet filters
- G1953A PEAK Nitrogen Generator System (including installation)
- H2149A Method and Application Consulting
- LCMS 6475 QQQ Sys with Enhanced Features
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: Potential Small Business Set-Aside (contingent on sufficient small business responses)
- NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing ($1,000 Size Standard)
- Response Due: April 13, 2026, 9:00 a.m. EST
- Published: March 31, 2026
Response Requirements
Interested parties should submit a capabilities statement addressing:
- Firm details (POC, DUNS, CAGE, small business status/certifications, GSA Schedule).
- Interest in prime contracting, subcontracting, joint ventures, or teaming arrangements.
- Percentage of work performed by small business prime and similarly situated entities.
- Proposed subcontractor types/certifications.
- Previous experience on similar requirements (size, scope, complexity, timeframe).
- Recommendations to facilitate small business competition and improve contract structure.
- Identification of any conditions restricting competition.
Additional Notes
This is for information and planning purposes only and does not constitute a solicitation. The Government will not pay for information submitted. Potential offerors are responsible for monitoring SAM.gov for any future solicitations.