Notice of Intent to Award a Sole Source: High-Performance Liquid Chromatograph-Mass Spectrometer (HPLC-MS)
Special Notice from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Feb 10, 2026. Industry: NAICS 334516 • PSC 6630.
Market snapshot
Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 334516
Description
The Air Force Life Cycle Management Center (AFLCMC/PZIBA), on behalf of the Air Force Institute of Technology (AFIT), intends to award a sole-source, firm-fixed-price contract to Agilent Technologies, Inc. for the procurement, installation, and training for a High-Performance Liquid Chromatograph-Mass Spectrometer (HPLC-MS) at Wright-Patterson Air Force Base, Ohio.
The requirement is for a new HPLC-MS system to replace an aging and inoperable unit. The new instrument is critical for the analysis of toxic organic chemicals and chemical warfare agents. The Government's market research indicates that Agilent Technologies is the only manufacturer whose products meet the minimum technical requirements as specified in the Statement of Work. These requirements include full component integration from a single manufacturer and the use of proprietary Agilent MassHunter software, which is essential for maintaining continuity with established analytical methods and personnel expertise. No other manufacturer produces a compatible system that can meet the Government's essential needs without incurring substantial costs for re-validation and training.
In accordance with FAR 5.207(c)(15), the justification for the lack of competition is that the required proprietary product is only available from a single responsible source. Therefore, this acquisition is being conducted under the authority of Federal Acquisition Regulation (FAR) 6.302-1.
Submission Instructions and Points of Contact:
Interested parties who believe they can satisfy the requirements must provide a capability statement with clear and convincing evidence of their ability to do so. The statement must demonstrate the vendor's capability to provide an HPLC-MS system that is 100% compatible with the technical specifications and software requirements outlined in the Statement of Work. A simple statement of capability is not sufficient. All responses, questions, and capability statements shall be submitted via email to the following points of contact no later than Tuesday, 10 February 2026 at 11:00AM EST.
- Contract Specialist: Brian Algeo, brian.algeo.1@us.af.mil
- Contracting Officer: Candice Snow, candice.snow@us.af.mil
All correspondence sent via email must contain the subject line: “Notice of Intent, HPLC-MS.”
This notice is not a request for competitive proposals or quotes. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.
Attachments:
- Statement of Work (SOW)
- Sole Source Justification (SSJ) Redacted
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.