Request for Information (RFI) Advanced Mass Spectrometry Systems
ID: FDA-RFI-75F40126Q00041Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Food and Drug Administration (FDA) is issuing a Request for Information (RFI) to gather insights from potential vendors regarding advanced mass spectrometry systems to support its laboratories. The FDA aims to assess market capabilities, vendor interest, and inform future acquisition planning for various mass spectrometry systems, including LC-MS/MS, high-resolution mass spectrometry, and triple quadrupole ICP-MS systems. These advanced instruments are critical for the FDA's mission to conduct chemical analyses of foods, drugs, and other products to ensure compliance with federal regulations. Interested vendors should submit their responses by February 2, 2026, at 10:00 AM EST to Warren Jackson at warren.jackson@fda.hhs.gov, with the subject line "FDA-RFI-75F40126Q00041 – Spectrometry Systems."

    Point(s) of Contact
    Files
    Title
    Posted
    The FDA's San Juan Medical Products Laboratory (SJNLMP) requires a new UHPLC with an Ultra High-Field Triple Quadrupole Mass Spectrometer and comprehensive workstation/software. This system is crucial for analyzing and quantifying samples, supporting projects like b-lactam, nitrosamine, and health fraud investigations, and ensuring sensitive detection of adulterants in complex matrices. The system must comply with cGMP/cGLP, ISO/IEC 17025-2017, ISO 9001:2008, and 21 CFR 11 standards. Key requirements include specific performance specifications for the UHPLC, Diode Array Detector, Triple Quadrupole, integrated syringe pump, UPS, vacuum system, nitrogen generator, and controller software. The contractor is responsible for delivery, on-site installation within 90 days, demonstrating performance, providing a minimum 3-year warranty, and offering on-site training for 3-5 users. All equipment must be newly manufactured. Deliverables are expected within 6-8 weeks of award.
    The Food and Drug Administration’s Irvine Medical Products Laboratory (IRVLMP) requires a triple quadrupole inductively coupled plasma mass spectrometer with a high-performance liquid chromatography (HPLC) system (HPLC-QQQ-ICP-MS). This system will replace an aging unit and be used to detect trace levels of toxic elements and perform speciation of specific elements like arsenic, supporting the FDA’s Elemental Analysis Manual (EAM) methods and the Closer to Zero Action Plan. The solicitation details extensive technical requirements for both the QQQ-ICP-MS and HPLC systems, including general parameters, performance specifications, and integration capabilities for automated speciation analysis. The contractor must provide a new, turnkey system, including all necessary supplies, accessories, software, and training. Key trade and service specifications include a 90-day installation timeline, a 12-month warranty, method transfer from an existing Agilent 8800 system, and on-site demonstration of performance specifications. The system is to be delivered to the FDA/IRVLMP in Irvine, CA, with all requirements completed within 120 days of contract award.
    The Food and Drug Administration (FDA) requires the purchase of one High Resolution Quadrupole Ion Trap Mass Spectrometer with an Ultra High Performance Liquid Chromatography (UHPLC) System and Accessories for its Irvine Medical Products Laboratory (IRVLMP) in Irvine, CA. This equipment is crucial for the timely analysis of dietary supplements to detect undeclared active pharmaceutical ingredients, including GLP-1 receptor agonists. The solicitation specifies detailed technical requirements for both the mass spectrometer (Orbitrap Exploris 480 or equivalent) and the UHPLC system (Vanquish Flex Binary or equivalent), covering aspects like resolution, mass accuracy, sensitivity, flow range, and temperature control. The contractor must provide a new, turn-key solution with a minimum 12-month warranty, installation by a certified engineer, operator training for two users, and access to a technical support call center. Deliverables include the system, installation, training, and the manufacturer's warranty, with all requirements to be completed within 120 days of contract award.
    The National Forensic Chemistry Center (NFCC) requires one (1) Liquid Chromatography with Mass Spectrometer (LC-MS) system, specifically a hybrid quadrupole/linear ion trap mass spectrometer with an ultra-high performance liquid chromatograph (LC-MS/MS). This system will enhance capabilities for detecting and quantifying drugs of abuse, synthetic opioids, and other small molecules in various products, supporting criminal and regulatory investigations. The system must be new, include installation and service manuals, preloaded software, and a one-year warranty. Key technical requirements for the LC include a binary pump, flow rate range of 0.001-5 mL/min, pressure range of 50-600 bar, and specific accuracy/precision. The MS must have an atmospheric pressure ionization (API) source with x, y, z probe positioning, HESI, interchangeable APCI, and an integrated calibrant source. It needs linear ion trap mass analyzers with a scan range of m/z 50-1500 or greater, resonant collision induced dissociation (rCID) or tandem-in-time MSn, and data-dependent MSn where n > 3. The instrument must also be capable of multiplexing multiple precursor ions and polarity switching. The contractor must provide field service reports and monthly summaries of maintenance activities. The LC-MS/MS system is to be delivered within 90 days of award, with familiarization training for up to six users provided within two weeks of government acceptance. The period of performance begins on the contract award date and lasts one year from government acceptance. The instrument will be shipped to the National Forensic Chemistry Center in Cincinnati, OH.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Information (RFI) - Agilent Services
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is seeking responses to a Request for Information (RFI) regarding maintenance and repair services for Agilent equipment utilized by the Global Field Medical Laboratories (GFML). The procurement aims to secure comprehensive service contracts for three Agilent Microplate Washers and three Gas Chromatographs/Mass Spectrometers over a five-year period, focusing on preventative maintenance, timely repairs, and compliance with safety regulations to ensure optimal equipment functionality. This initiative is critical for the GFML's mission to conduct rapid-response evaluations of CBRNE threats, underscoring the importance of reliable laboratory equipment in challenging environments. Interested vendors are encouraged to submit their responses electronically by the specified deadline, with all communications directed to the designated contacts, Trisha Scott and Patrick Wallace, via their provided email addresses.
    Sources Sought for (ICP-OES) Spectrometer System with an Autosampler
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply System Command (NAVSUP) Fleet Logistics Center Norfolk, is conducting a Sources Sought notice for an Inductively-Coupled Plasma Optical Emission Spectroscopy (ICP-OES) Spectrometer System with an autosampler. This procurement aims to support the United States Naval Academy's Department of Ocean and Atmospheric Sciences in its academic and research missions, particularly in analyzing minor and trace elements in natural waters, soil, and sediment digestates at low-to-mid part-per-billion concentrations. The required system must include high-purity Argon operation, compatible software for Windows 11, an autosampler for over 60 samples, and provisions for installation and training. Interested vendors should submit their responses, including company details and past performance, to Shere Reese at shere.c.reese.civ@us.navy.mil by 2:00 PM EST on December 22, 2025. This announcement is solely for information gathering and does not constitute a solicitation for proposals.
    FDA Cybersecurity Risk Management and Compliance Services
    Health And Human Services, Department Of
    The U.S. Food and Drug Administration (FDA) is seeking qualified small businesses, specifically SBA certified 8(a) vendors, to provide Cybersecurity Risk Management and Compliance Services as part of a market research initiative. The primary objective is to enhance the FDA's cybersecurity posture and ensure compliance with federal mandates, including FISMA and Executive Order 14028, by addressing evolving threats to its extensive IT infrastructure. The scope of services includes security authorization support, policy development, Enterprise Governance Risk and Compliance (eGRC) support, and cybersecurity risk management documentation, with the potential for various task order types such as Firm Fixed Price and Labor Hour. Interested parties must submit their responses by February 4, 2026, at 2:00 PM ET, detailing their qualifications and experience, and can contact Michelle Dacanay at michelle.dacanay@fda.hhs.gov for further information.
    400 MHz nuclear magnetic resonance spectrometer for the United States Naval Academy
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is soliciting proposals for a 400 MHz nuclear magnetic resonance (NMR) spectrometer for the United States Naval Academy's Chemistry Department. The procurement aims to acquire a sophisticated NMR system that includes features such as a broadband probe, autotuning, variable temperature capabilities, and a 24-sample autosampler, along with a compatible Windows 11 Enterprise computer and software. This equipment is crucial for advanced chemical analysis and research, enhancing the academy's educational and scientific capabilities. Interested vendors must submit their quotes by January 9, 2026, at 10:00 AM EST, via email to Megan Evans, and should be aware that the solicitation is open to all businesses, not just small ones. For further details, vendors can refer to the combined synopsis/solicitation available on https://beta.sam.gov/.
    Request for Information (RFI) - Electrochemiluminescence (ECL) Multiplex Assay Kits
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a Request for Information (RFI) to identify industry partners capable of providing electrochemiluminescence (ECL) multiplex assay kits. These kits are essential for the identification of microbial toxins, including Ricin, Botulinum, and Staphylococcal Enterotoxin B (SEB), and must be compatible with government-furnished antibodies as well as Meso Scale Diagnostics (MSD) PR2 1800 and/or SQ 120 analyzers. This RFI serves as a market research tool and is not a solicitation for contract award; interested firms are required to submit their responses by January 16, 2026, including relevant company data and technical capabilities. For further inquiries, interested parties may contact Jemel Hogan at jemel.m.hogan.civ@army.mil or Sarah Eggerling at sarah.e.eggerling.civ@army.mil.
    Firefly Genomics
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is conducting market research to identify sources capable of providing FireFly Genomics with ATL head and expansion module machines, or equivalent products. The procurement aims to secure a sophisticated liquid handling system that features true positive displacement for precise liquid aspiration and non-contact dispensing, essential for sequencing work with valuable samples. Interested vendors are invited to submit their capability statements, including business information and product compliance details, by January 13, 2026, at 10 AM CT, to Jason Wilking at Jason.L.Wilking@usda.gov. This sources sought notice does not constitute a request for quotes, and the government will not assume any financial responsibility for costs incurred in response to this notice.
    66--MINI SPECTROMETERS
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified businesses to provide mini spectrometers, as outlined in the attached specifications, for market research purposes. The procurement aims to identify vendors capable of supplying spectrometers necessary for operational scanning UV spectroscopy, particularly for analyzing sulfur dioxide (SO2) and halogen oxides, which are critical for environmental monitoring and industrial emission control. Interested parties are invited to submit brochures and technical specifications that detail how their offerings meet or exceed the required features, with responses due by January 14, 2026, at 5:00 PM Pacific Daylight Time. All submissions must be sent electronically to Tracy Huot at thuot@usgs.gov, as hardcopy responses will not be accepted.
    Request for Information (RFI) - Electrochemiluminescence Analyzers and Consumables
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, has issued a Request for Information (RFI) to gather industry capabilities for providing electrochemiluminescence analyzers and associated consumables. The primary objective is to identify systems capable of detecting microorganisms, viruses, and microbial toxins, with a critical requirement that the consumable assays can utilize government-furnished capture and detection antibodies. This procurement is essential for enhancing the Army's capabilities in biological detection and analysis. Interested firms are invited to submit their company information and technical capabilities by 5:00 PM EDT on January 16, 2026, to Jemel Hogan and Sarah Eggerling, as this RFI is for planning purposes only and does not constitute a solicitation for a contract.
    Combined Synopsis/Solicitation - Glow Discharge Mass Spectrometer (GDMS)
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking proposals for a Glow Discharge Mass Spectrometer (GDMS) system and related services to be utilized at its Gaithersburg, Maryland campus. The GDMS will be essential for the development of new Standard Reference Materials (SRMs) for the semiconductor industry, requiring an instrument capable of performing elemental analysis on high-purity solid materials, including conductive, semiconductive, and nonconductive solids, while adhering to specific technical specifications. The contract encompasses delivery, installation, user training, and optional annual service and maintenance for up to four years, along with a minimum 12-month warranty, and compliance with federal cybersecurity standards is mandated. Interested vendors should contact Nina Lin at nina.lin@nist.gov or Forest Crumpler at forest.crumpler@nist.gov for further details regarding the solicitation.
    FY26 FDA Broad Agency Announcement (BAA) for Advanced Research and Development of Regulatory Science
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is soliciting proposals through the FY26 Broad Agency Announcement (BAA) for advanced research and development in regulatory science. This opportunity aims to acquire innovative research that supports the modernization of FDA-regulated product development, enhances post-market surveillance, and strengthens public health preparedness. The FDA encourages submissions from all responsible sources, including private sector entities, federally funded research and development centers, and academic institutions, with a focus on projects that advance regulatory science to ensure product safety and efficacy across diverse populations. Interested parties must submit a checklist, concept paper, and full proposal by February 24, 2026, with early applications encouraged, and can direct inquiries to Ian Weiss at Ian.Weiss@fda.hhs.gov or by phone at 301-796-5728.