USACIL Agilent Revident Liquid Chromatography
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 is conducting a Sources Sought to identify qualified small businesses capable of providing a non-personnel services contract for Agilent Revident Liquid Chromatography Quad at the U.S. Army Criminal Investigation Laboratory (USACIL), Fort Gordon, Georgia. This is for market research to determine the appropriate acquisition method, including a potential small business set-aside. Responses are due by April 13, 2026.
Purpose
This notice is solely for information and planning purposes 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 information submitted. The goal is to assess industry capabilities, particularly from small businesses across all socioeconomic categories, to support a potential small business set-aside.
Scope of Requirement
The requirement is for contractor support at the Cyber Center of Excellence (CCOE), Forensic Exploitation Department (FXD) at Fort Gordon, Georgia. The specific technical requirements for the Agilent Revident Liquid Chromatography/Quadrupole Time-of-Flight (LC/Q-TOF) Mass Spectrometer system are detailed in the attached "Salient Characteristics" document. This document outlines configurations, quantities, unit list prices, detailed specifications, included accessories, and installation services, which are crucial for potential bidders to understand the precise technical needs and assess their capability.
Key Information for Responders
Interested firms should provide:
- Company details (name, POC, phone, email, DUNS, CAGE, small business status/certifications, NAICS 334516, GSA Schedule if applicable).
- Indication of interest as a prime contractor, including any subcontracting, joint ventures, or teaming arrangements.
- Percentage of work performed by the small business prime and similarly situated entity subcontractors (per FAR 52.219-14).
- Type/certifications of proposed subcontractors.
- Detailed previous experience on similar requirements (size, scope, complexity, timeframe, government/commercial).
- Recommendations to structure the contract for small business competition and improve specifications.
- Identification of any conditions unnecessarily restricting competition, contacting Scott Kukes (scott.d.kukes.civ@mail.mil, 210-466-2269).
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 334516 - Analytical Laboratory Instrument Manufacturing (Size Standard $1,000)
- Set-Aside: Potential Small Business Set-Aside (contingent on market research)
- Response Due: April 13, 2026, 9:00 a.m. EST
- Published: March 31, 2026
- Place of Performance: Fort Gordon, GA
Additional Notes
Responses will not be returned. Not responding does not preclude participation in any future solicitation. Potential offerors are responsible for monitoring SAM.gov for any future RFQ, IFB, or RFP related to this requirement. Submissions should be in Microsoft Word or PDF format via email to Martina Bond.