Opportunity

SAM #36C25726Q0477

Lease-to-Own Triple Quad LC/MS Systems (Agilent 6475 or Equal) for VA North Texas Healthcare System

Buyer

VA Contracting Office 17

Posted

April 16, 2026

Respond By

April 28, 2026

Identifier

36C25726Q0477

NAICS

334516, 423490, 532283

The Department of Veterans Affairs North Texas Healthcare System is conducting market research for a lease-to-own procurement of advanced laboratory instrumentation: - Seeking two (2) Liquid Chromatography/Mass Spectrometry (LC/MS) systems, brand name or equal to the Agilent 6475 Triple Quad LC/MS System - Agilent is the referenced OEM; equivalent systems from other manufacturers are acceptable - Systems must include all required hardware, software, filters, purging bottles, waste containers, uninterruptible power supply (UPS), nitrogen generator, and all components for full operational capability - Procurement includes comprehensive services: - Installation of both LC/MS systems and all accessories at no additional cost - Initial on-site operator training, off-site training for two operators, method development assistance, and additional on-site training as needed - Extended warranty/service plan covering telephone support, on-site troubleshooting and repair, all labor, travel, service parts, and consumables - Notable technical requirements: - Advanced performance specifications for mass spectrometry, including mass range, sensitivity, and support for multiple ionization modes - Automated maintenance features and compliance with regulated laboratory environments - Delivery and installation required within 90 days of contract award - Place of performance is the VA North Texas Healthcare System in Dallas, TX - This is a sources sought notice for market research; not a solicitation or contract award

Description

Sources Sought The Veterans Affairs North Texas Veterans Healthcare System (VANTXHCS) has a requirement for lease-to-own two (2) Liquid Chromatography (LC) / Mass Spectrometry (MS) Systems. The equipment should meet or exceed the specifications below for brand name or equivalent to the Agilent 6475 Triple Quad LC / MS System. This is a lease-to-own requirement. The Government will retain the title of the equipment at the end of the contract period. The Department of Veterans Affairs, Network Contracting Office (NCO) 17 on behalf of VA North Texas Healthcare System is issuing this Sources Sought Notice in accordance with RFO 10.001 to determine the availability and technical capabilities of qualified sources. Salient characteristics and additional information are provided below. Scope and Requirements NCO 17 is seeking a qualified source to provide a brand name or equal to the Agilent 6475 Triple Quad LC/MS System with associated hardware, consumables, installation, training, and maintenance services. NCO 17 intends to award a Firm-Fixed Price (FFP) contract to a supplier of this equipment. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing, Small Business Standard Size 1,000 Employees; Product Service Code: 6640 Laboratory Equipment and Supplies. Registration and Submission The RFO Provision found at 52.204-7 requires that all interested Offerors must be registered in SAM.gov prior to submitting an offer or quotation. You may access the website at SAM.gov | Home. All offerors must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at: https://certifications.sba.gov/ at the time of proposal submission. Submissions for this source sought shall be submitted by email no later than April 28, 2026, at 12:00 pm EST. If you are a vendor that can provide the requested information and required supplies described below with competitive pricing, send your information (including your organization’s Unique Entity Identifier number) with a description of proof of capability to kathryn.prose@va.gov. This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This is a sources-sought for market research purposes. No awards for a contract will be made from this announcement. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. Response Questions Identify your organization’s socio-economic category. Identify if your organization is the manufacturer of the requested supplies. If not, specify the manufacturer, their socio-economic category, and provide a letter showing your organization is an authorized distributor. Indicate if the proposed equipment can meet the Brand Name or Equal requirement. Complete the attached Trade Agreement Certificate (RFO Provision 52.225-6), identifying the item and its country of origin. (https://www.acquisition.gov/far/part-52#FAR_52_225_6). If the product is a US domestic end product, write “USA” for the country of origin. The certificate must be completed for each proposed line item. State whether any of the requested supplies may be ordered against a government contract awarded to your organization (e.g., FSS, GSA). Address whether your organization meets the requirements of 13 CFR 121.406 (b)(1)(i), (b)(1)(ii), and (b)(1)(iii). (https://www.ecfr.gov/current/title-13/chapter-I/part-121/subpart-A/subject-group-ECFR0fca5207262de47/section-121.406#p-121.406(b)) State if subcontracting is contemplated, the percentage of the requirement to be subcontracted, and the tasks involved. RFO Clause 52.219-14 and VAAR clauses may apply. Provide estimated shipping and delivery information, including expected lead time. If applicable, VAAR 852.212-71 Gray Market Items will apply. System Specifications and Requirements The Mass Spectrometers shall include all system hardware, software, filters, purging bottles, waste containers, uninterruptible power supply (UPS), a nitrogen generator, and any other components required for full operation upon installation. The contractor will be responsible for installation, training, and maintenance for the lease duration. This is a lease-to-own requirement, with the Government retaining ownership at contract end. Salient Characteristics Mass Analyzer and Performance: Triple quadrupole with a mass range of at least m/z 5–3000, scan speeds of 18,000 Da/sec, resolution options (0.4 Da, 0.7 Da, 1.2 Da, 2.5 Da), mass accuracy within ±0.1 Da, stability with drift Sensitivity and Quantitation: Detection limits in the low femtogram range (850,000:1, dynamic range of at least six orders of magnitude. Ion Source and Ionization: Support for ESI and APCI, multimode ionization, compatibility with nano spray ionization. MRM Throughput: Capable of 500 transitions/sec, minimum dwell time 0.5 ms, support for dMRM and tMRM, >30,000 transitions per method. Polarity and Collision Cell: Fast polarity switching ( Instrument Intelligence and Maintenance: Predictive maintenance tools, autotune routines, automation features like iReflex. Maintenance and Uptime: VacShield or equivalent, routine cleaning downtime Software and Data System: Compatibility with comprehensive LC/MS software, support for various acquisition modes, automated reporting, audit trails, compliance with 21 CFR Part 11. Physical and Integration: Dimensions approximately 77–84 cm x 48 cm, delivery and installation within 90 days. Services and Training: Extended warranty, on-site and off-site training, application support, and additional training upon request.

View original listing