Intent to Sole Source for MASSLYNX ACQUISITION PC
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 Veterans Affairs (VA), specifically the Iowa City VA Health Care System, has issued an Intent to Sole Source award to Waters Technology Corporation for a MassLynx Acquisition PC, Clinical Windows 11 upgrade kit, and installation services. This notice serves as market research to determine if a competitive acquisition or small business set-aside is feasible. Responses from interested parties are due by May 15, 2026.
Purpose & Context
The Iowa City VA currently utilizes Waters Corporation LCMS instruments for drug confirmation testing, which rely on MassLynx software installed on Waters Corporation computers. The existing operating system, Windows 7, is no longer supported and is prohibited on the VA network. This procurement aims to upgrade the necessary hardware and software to maintain critical patient care testing capabilities. The VA's justification for a sole source award is based on the unique compatibility requirements with their existing Waters Corporation LCMS instruments, with market research indicating Waters Technologies Corporation as the only vendor capable of providing the required upgrade.
Scope of Requirement
The requirement includes a MassLynx Acquisition PC with specific hardware configurations:
- Tower 4x6 mechanical design
- P510 motherboard with TPM enabled
- Intel Xeon E5-1630 v4 (3.7 GHz, 4-core) processor
- 64 GB total RAM
- NVIDIA K620 with 2 GB GDDR5 output via DisplayPort video adapter
- Integrated audio
- Storage: SSD (1 x 512 GB), HDD (2 x 4 TB SATA 2.5”, 7200 rpm + 1 x 6 TB SATA 2.5”, 7200 rpm)
- Lenovo 16x DVD + RW optical drive Additionally, the award includes a Clinical Windows 11 upgrade kit and half a day of installation service.
Contract Details
This will be a purchase order under FAR Part 12. The associated NAICS code is 334516 (Other Measuring and Controlling Device Manufacturing) with a size standard of 1000 employees. The PSC is 6630 (Chemical Analysis Instruments). The official place of performance is listed as Saint Cloud, MN.
Submission Requirements
This is not a request for competitive quotations. However, the Government will consider responses to determine if a competitive acquisition is warranted. Interested sources must provide:
- Company name, address, primary contact(s), email, and phone number.
- A manufacturer's letter confirming authorized distributorship, signed and dated within one year.
- SAM UEI number.
- Business size classification under NAICS 334516 (e.g., large, small, SDVOSB, VOSB, HUBZone, 8(a), WOSB, SDB).
- Information on existing contract schedules (FSS, GSA, SEWP, etc.) and contract numbers.
- For socio-economic small businesses, state Non-Manufacturer Rule status if applicable.
Response & Evaluation
Information received will be used solely to determine whether to conduct a full and open competitive acquisition or a small business set-aside. A determination not to compete is at the Government's sole discretion. No payment will be made for information submitted.
Deadlines & Contact
All responses must be received no later than 10:00 AM Central Time on Friday, May 15, 2026. Responses must be submitted via email to Becky.Delossantos@va.gov with the VA Identifier 36C26326Q0638 in the subject line. Primary Contact: Becky De Los Santos.