Opportunity
SAM #36C26326Q0638
Sole Source Procurement: MassLynx Acquisition PCs and Windows 11 Upgrade Kits for VA LCMS Instruments
Buyer
VA Health Administration Center 23 (VHA NCO 23)
Posted
April 29, 2026
Respond By
May 15, 2026
Identifier
36C26326Q0638
NAICS
423430, 334516
The Department of Veterans Affairs (VA) is seeking to procure MassLynx Acquisition PCs with Windows 11 upgrade kits and installation services to support Waters Corporation LCMS instruments used for drug confirmation testing at the Iowa City VA Health Care System. - The procurement is a sole source action to Waters Technology Corporation, the OEM for the required equipment and software. - The requirement includes three MassLynx Acquisition PCs, each with a Windows 11 upgrade kit, and a half-day installation service. - The MassLynx Acquisition PC must meet specific technical specifications: - Tower 4x6 mechanical design - P510 motherboard with TPM enabled - Intel Xeon E5-1630 v4 (3.7 GHz, 4-core) processor - 64 GB RAM - NVIDIA K620 graphics with 2GB GDDR5 - Integrated audio - Storage: 1 x 512 GB SSD, 2 x 4 TB HDD SATA 2.5 7200 rpm, 1 x 6 TB HDD SATA 2.5 7200 rpm - Lenovo 16x DVD + RW optical drive - The upgrade is necessary because the current Windows 7 operating system is no longer supported or allowed on the VA network. - The NAICS code for this procurement is 334516 (Analytical Laboratory Instrument Manufacturing). - Interested vendors must provide proof of authorized distributorship, business size/status, contract schedule information, and compliance with the Non-Manufacturer Rule if applicable. - Place of performance is the Iowa City VA Health Care System. - The contracting office is located at NETWORK CONTRACT OFFICE 23 in Saint Paul, MN.
Description
INTENT TO SOLE SOURCE – 36C26326Q0638 – DESCRIPTION AND INSTRUCTIONS
Department of Veterans Affairs intends to issue a sole source award to Waters Technology Corporation for MassLynx Acquisition PC, Clinical Window 11 upgrade kit and service. This award will be a purchase order for the equipment and half day of installation service under FAR Part 12 of the Revolutionary FAR Overhaul. The NAICS code is 334516 and the size standard is 1000 employees. The PSC is 6630.
This notice of intent is not a request for competitive quotations. The Government will consider responses received by the closing date of this notice. Information received will be considered solely for the purpose of determining whether or not to conduct a full and open competitive acquisition or a small business set-aside competitive acquisition. The Government will not pay for any information received in response to this announcement.
If the Government decides to compete this requirement in the open market, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12 of the Revolutionary FAR Overhaul.
A determination to not compete this requirement based upon responses to this notice is solely within the discretion of the Government.
Description of the Requirement:
The Iowa City VA currently runs Waters Corporation LCMS instruments for drug confirmation testing providing patient care testing nationwide. The Waters Corporation LCMS instruments, currently in use, require MassLynx software to operate. This software is installed on the Waters Corporation computer. The current operating system is Windows 7 and is no longer supported and no longer allowed on VA network.
MassLynx Acquisition PC:
Must have tower 4x6 mechanical design. Must have P510 motherboard with TPM enabled. Must have Intel Xeon E5-1630 v4 (3.7 GHz, 4-core) processor. Must have 64 GB total RAM. Must have NVIDIA K620 with 2 GB GDDR5 output via DisplayPort video adapter. Must have integrated audio. Must have storage configuration SSD: 1 x 512 GB and HDD: 2 x 4 TB SATA 2.5”, 7200 rpm + 1 x 6 TB SATA 2.5”, 7200 rpm. Must have Lenovo 16x DVD + RW optical drive.
POTENTIAL SOURCES SHALL INCLUDE THE FOLLOWING INFORMATION IN THEIR RESPONSE:
1. Company name, address, primary contact(s), e-mail address & phone number.
2. A letter from the manufacturer stating your firm is an authorized distributor of theirs. This letter shall be signed by the manufacturer and dated not more than one year ago.
3. SAM UEI number.
4. State if your firm, under the NAICS code, is a large business, small business, service-disabled-veteran-owned small business, veteran-owned small business, HUB zone 8(a), women-owned small business or a small-disadvantaged business.
5. State if your firm has required items on Schedule (FSS, GSA, SEWP, other…). If so, state the contract number.
6. If your firm is a Socio-economic small business (WOSB, VOSB, SDVOSB…), state if your firm is a Non-Manufacturer under the Non- Manufacturing Rule. Information regarding the Non-Manufacturer Rule can be found at these links:
Nonmanufacturer rule | U.S. Small Business Administration (sba.gov)
-OR-
HOW TO RESPOND:
All responses must have the VA Identifier: 36C26326Q0638 in the subject line of the email.
All responses must be received no later than: 10:00 AN Central Time, Friday May 15, 2026.
All responses must be submitted to this email address: Becky.Delossantos@va.gov
*** End ***