ContractCombined Synopsis/Solicitation

Photon Stopper Holders

DEPARTMENT OF ENERGY RFP_364022(GN)
Response Deadline
Jun 5, 2026
27 days left
Days Remaining
27
Until deadline
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking a firm-fixed-price subcontract for LCLS-II-HE Photon Stopper Holders. The work is to manufacture and deliver twelve photon stopper holder units, with option quantities for additional yield units, in accordance with the referenced SLAC drawings and statement of work. The assemblies are specialized ultra-high-vacuum components that must meet strict fabrication, cleaning, traceability, inspection, and quality requirements, and the evaluation gives greater weight to technical factors than to price. Proposals are due June 4, 2026 at 5:00 PM Pacific, must remain valid for 90 days, and are to be submitted electronically to Giang Ngo.

Classification Codes

NAICS Code
334516
Analytical Laboratory Instrument Manufacturing
PSC Code
6640
LABORATORY EQUIPMENT AND SUPPLIES

Solicitation Documents

33 Files
DSG-000086549.pdf
PDF176 KBMay 8, 2026
AI Summary
The document outlines the design and fabrication requirements for the "ABSORBER, HE PHOTON HLDR, HE FEED THRU" assembly, designated DSG-000086549. This assembly is critical for the LCLS II HE SAFETY-PPS SYS and is intended for use in Ultra-High Vacuum (UHV) environments, specifically less than 1x10^-10 Torr. Key components include a HE FDTHRU PLUG TOP, FDTHRU TUBE, PLATE, HE HANG, and HLDR, HE, FDTHRU BRZ 35/65. The document specifies detailed manufacturing processes such as GTAW and E-BEAM/LASER FUSION WELDING, emphasizing vacuum-tight welds. Strict handling procedures for UHV components, including cleaning, protective wrapping, and nitrogen back-filled storage, are mandated. Knife edges must be protected to prevent damage. Identifying markings are to be laser or CNC engraved. The document also requires a traveler document to record all weld data and handling history, ensuring traceability and quality control. This detailed technical drawing and specification is typical of a federal government RFP for specialized scientific equipment.
DSG-000086551.pdf
PDF160 KBMay 8, 2026
AI Summary
This document outlines the detailed specifications and requirements for the fabrication and assembly of Ultra-High Vacuum (UHV) components, specifically focusing on the 'HLDR, HE, FDTHRU BRZ 35/65' part (DSG-000086551). The file, likely a technical drawing or engineering specification within a federal government RFP or grant, mandates adherence to SLAC Specification FP-202-631-14 for UHV components and specifies assembly for UHV pressures below 1x10^-10 Torr. Key manufacturing processes include E-beam or laser fusion welding to ensure vacuum tightness, with precise fixturing to maintain alignment of assembly holes. The document also details post-fabrication requirements such as not using tubing as handles, specific bagging and labeling per
DSG-000086553.pdf
PDF152 KBMay 8, 2026
AI Summary
This government file details the specifications for the "HLDR, HE, FDTHRU BRZ 35/65" assembly, identified by drawing number DSG-000086553. The document outlines material requirements, assembly procedures, and quality control measures for a component used in the LCLS II HE Containment System, specifically for ultra-high vacuum (UHV) applications (< 1x10^-10 Torr). Key instructions include brazing Item 2 to Item 1 using braze materials (Items 4 & 5) in a vacuum or hydrogen furnace, and bonding Item 3 to Item 1 using the S-BOND process (Item 6). The file emphasizes adherence to SLAC Specification FP-202-631-14 for UHV components, proper fixturing for brazing, and detailed documentation through a traveler system. Tolerances, dimensions in inches, and specific material compositions for solder and braze alloys are provided. Revisions per ECR-T15326, ECR-T15377, and ECR-T15438 are noted, indicating ongoing development and refinement of the design.
DSG-000086554.pdf
PDF161 KBMay 8, 2026
AI Summary
The document is a detailed engineering drawing and specification for a UHV (Ultra-High Vacuum) component, likely intended for fabrication as part of a federal government project, given the context of RFPs and grants. The main purpose is to provide precise manufacturing instructions and material requirements for a component identified as "HLDR, 35mm, HE STOPPER" and "HLDR, HE CVD BRZ/BEND 35/65" for the LCLS II HE SAFETY-PPS SYS. Key details include specific dimensions, tolerances, material specifications (OFE Copper Alloy C10100 and 304 SST for threaded inserts), and critical manufacturing notes. These notes emphasize adherence to SLAC specifications for UHV components, material certification, chemical cleaning, and UHV handling procedures, including nitrogen back-filled storage. The drawing also specifies critical matching dimensions with other components (DSG-000034792 and DSG-000090956) to ensure proper fit and brazing clearance. The estimated mass, volume, and surface area of the component are provided, along with the vacuum level specification. This document serves as a blueprint for manufacturing a high-precision, UHV-compatible part, ensuring strict quality control and adherence to scientific and engineering standards.
DSG-000086583.pdf
PDF217 KBMay 8, 2026
AI Summary
This government file details the specifications for the fabrication of UHV components, specifically a "BLADDER, BTM WELD" assembly (DSG-000086583). The document outlines critical engineering and manufacturing requirements for components used in ultra-high vacuum (UHV) environments, specifically less than 1E-10 Torr. Key requirements include adherence to SLAC Specification FP-202-631-14, use of autogenous (fusion) welds without filler material, and stringent leak testing with a helium mass spectrometer calibrated to 1E-10 std cc/sec. Parts are rejected if the leak rate exceeds 2E-10 std cc/sec above background, with silicone grease prohibited. Post-leak check, hydrostatic pressure testing at 25 PSIG for a minimum of 72 hours is required, allowing a maximum 0.1 PSI pressure drop. All dimensions are in inches, and components must meet ASME Y14.5-LATEST VERSION for dimensioning and tolerancing. The file also specifies material (316 SST) for tubing and requires identifying markings through laser or CNC engraving. An inspection report must accompany traveler documents and be filed with the engineer. This document is crucial for vendors responding to RFPs related to UHV component manufacturing, ensuring compliance with high-precision engineering and safety standards.
DSG-000086584.pdf
PDF143 KBMay 8, 2026
AI Summary
The document is a detailed engineering drawing and specification for a UHV (Ultra-High Vacuum) component, likely for a federal government project given the SLAC (Stanford Linear Accelerator Center) affiliation, which is a U.S. Department of Energy national laboratory. The drawing, identified as DSG-000086584-01-PART, specifies dimensions, tolerances, materials (SST AISI Type 304), and manufacturing requirements. Key specifications include applying SLAC specification FP-202-631-14 for fabrication and chemical cleaning, ensuring the part is suitable for UHV pressure below 1E-10 Torr, and requiring an inspection report to accompany traveler documents. The document also includes details on identifying marking, bagging, and labeling. This type of document would be crucial for an RFP related to the procurement or manufacturing of specialized components for scientific research or aerospace applications within the federal government.
DSG-000086586.pdf
PDF120 KBMay 8, 2026
AI Summary
The document outlines the technical specifications for a UHV (Ultra-High Vacuum) component, likely for a federal government project related to scientific research, specifically the LCLS II HE Containment System. It details material requirements (SST AISI Type 304), dimensions, and critical fabrication notes, including applying SLAC Specification FP-202-631-14 for UHV components and chemical cleaning. The component is designed for pressures below 1E-10 Torr and requires an inspection report to accompany traveler documents and be filed with the engineer. The document also specifies tolerances, drawing standards (ASME Y14.5), and identifies the part as a "BLADDER, BTM" or "MEMBRANE, BTM." This file would typically be part of an RFP or contract for manufacturing specialized UHV parts, emphasizing precision, material quality, and stringent inspection protocols for high-tech federal applications.
DSG-000090865.pdf
PDF169 KBMay 8, 2026
AI Summary
This government file details the design and specifications for a vacuum component, likely an HE Hang Plate, intended for use in Ultra-High Vacuum (UHV) environments (pressure < 1E-010 Torr) as part of the LCLS II HE Safety-PPS System. The document outlines precise dimensions, tolerances, materials (SST AISI Type 304L), and manufacturing requirements. Key specifications include surface finishes, internal corner radii, edge breaks, and detailed hole patterns with threading. Crucially, it mandates adherence to SLAC Specification FP-202-631-14 for UHV component fabrication and chemical cleaning. The file also specifies laser or CNC engraving for identification, requires inspection reports, mill source certificates (including heat number and chemical analysis), and emphasizes the protection of knife edges. The design incorporates vent slots and references standard CF knife edge and hole patterns, indicating its use within a vacuum flange system. This document is a technical drawing providing the necessary details for manufacturing a critical component for a specialized scientific system, highlighting precision, material quality, and stringent cleanliness for UHV applications.
DSG-000090956.pdf
PDF155 KBMay 8, 2026
AI Summary
The document is a detailed engineering drawing (DSG-000090956-01) for a "TUBE, HE UHP SST COOLING" assembly, likely part of a federal government project given the SLAC (Stanford Linear Accelerator Center) affiliation, which is a U.S. Department of Energy national laboratory. It outlines the design, dimensions, and specifications for an Ultrahigh-Purity Stainless Steel (316L SST) cooling tube, .375 OD X .035 W, electropolished, with a Swagelok fitting. Key details include precise measurements, tolerances, material descriptions, and specific fabrication notes, such as adherence to SLAC Specification FP-202-631-14 for UHV components and the requirement for the part to operate in UHV pressure environments (< 1E-9 Torr). The drawing also specifies marking instructions and references related next assemblies like "HLDR, HE CVD BRZ/BEND 35/65." This technical file is crucial for manufacturing and quality control within a high-precision, high-vacuum system, typical for scientific research or advanced technological applications.
DSG-000090957.pdf
PDF142 KBMay 8, 2026
AI Summary
The document outlines the specifications for a UHV (Ultra-High Vacuum) component,
DSG-000090959.pdf
PDF166 KBMay 8, 2026
AI Summary
This document is a technical drawing and specification sheet for a component identified as "PLUG, HE FDTHRU, TOP" (Drawing Number: DSG-000090959-00-PART) used in the LCLS II HE SAFETY-PPS SYS. The document specifies dimensions, tolerances, materials (SST AISI Type 304), and manufacturing requirements. Key specifications include detailed dimensions, a critical note that dimensioning and tolerancing are in accordance with ASME Y14.5-LATEST VERSION, and strict vacuum component requirements. The part is designated for Ultra-High Vacuum (UHV) applications, specifically for pressures less than 1E-10 TORR with an outgassing rate (Qp) less than 2E-12 TORR-L/(s*cm^2). Manufacturing notes include applying SLAC Specification FP-202-631-14 for UHV components, chemical cleaning per the same specification, and the mandatory requirement for an inspection report to accompany traveler documents and be filed with the engineer. The document details the part's estimated mass (0.832 LB), volume (0.049 L), and surface area (110.2891 cm^2).
Morgan__Braze_Powder_Incusil_ inquiry__11715.pdf
PDF96 KBMay 8, 2026
AI Summary
This document contains an email exchange between Randy Whitney of SLAC and Anthony Sanchez of Morgan Advanced Materials regarding a product inquiry. Randy Whitney requested a part number for INCUSIL-ABA POWDER -325 MESH to include in drawings and for purchasing. Anthony Sanchez provided the item number 11715. The correspondence includes a disclaimer about the confidential nature of the message and notes that technical data may be subject to US Government export regulations, requiring authorization for disclosure to foreign persons.
Morgan-Advanced-Materials__Incusil-ABA.pdf
PDF211 KBMay 8, 2026
AI Summary
Morgan Advanced Materials presents Incusil™-ABA, a high-purity Active Braze Alloy (59.0% Ag, 27.25% Cu, 12.5% In, 1.25% Ti) designed for direct ceramic-to-ceramic and ceramic-to-metal bonding without pre-metallization. This alloy wets and bonds to various metallic and non-metallic surfaces, including oxides, nitrides, and carbides, reducing manufacturing time and costs. It produces strong, reliable, and vacuum-tight joints. Incusil™-ABA is suitable for applications involving copper, Kovar, nickel, stainless steel, superalloys, titanium, ceramics, and more. Key physical properties include a liquidus temperature of 715 °C, a solidus temperature of 605 °C, and a recommended brazing temperature range of 715–740 °C in a 10-5 mm Hg or inert gas atmosphere. The material is supplied as foil, wire, powder, extrudable paste, and preforms, with strict impurity limits to ensure performance.
pf3751052701.pdf
PDF72 KBMay 8, 2026
AI Summary
The document is a technical drawing, PF-375-105-27, for a "LCLS2 PPS HOLDER FDTHRU TUBE" from the SLAC National Accelerator Laboratory, U.S. Department of Energy. It details the fabrication requirements for a component used in Ultra-High Vacuum (UHV) environments, specifically less than 1x10^-9 TORR. Key specifications include material description as seamless tubing, 1.75 OD x .120 wall (11 GA), 304 SST, and critical dimensions with tight tolerances. The drawing emphasizes adherence to SLAC Specification FP-202-631-14 for UHV components, removal of burrs and sharp edges, and proper bagging and labeling. It also specifies that dimensioning and tolerancing follow ASME Y14.5-2009. The estimated mass of the component is 1.570 LB.
DSG-000034792.pdf
PDF131 KBMay 8, 2026
AI Summary
The document is a technical drawing for a HE SiC-HOLDER FDTHRU ASSY, part of the LCLS2 HE SAFETY-PPS SYSTEM, and specifically for a HE SiC TOMBSTONE 12mm THK, with a stock number of DSG-000049889. The material is Silicon Carbide (SiC) and has an estimated mass of 0.238 LB. Key specifications include UHV pressure requirements (< 1x10 -9 TORR), adherence to SLAC Specification FP-202-631-14 for UHV component fabrication, and bagging and labeling with part number and revision. This drawing, DSG-000034792, is similar to PF-375-105-20 and indicates a vacuum level 3 specification (SLAC-I-030-714-001-04 applies). The drawing provides detailed dimensions, tolerances, and engineering approvals, with a revision date of 12-14-2022.
RFP_SLAC_364022(GN)_Section_C.1_LCLSII-HE-1.4-SW-1121-R2.pdf
PDF648 KBMay 8, 2026
AI Summary
This Statement of Work (SOW) outlines the requirements for manufacturing LCLS-II-HE Photon Stopper Holder subassemblies for the SLAC National Accelerator Laboratory. The LCLS-II-HE project aims to upgrade the Linac Coherent Light Source II by extending its energy reach. The Photon Stoppers are critical components of the Personnel Protection System (PPS). The subcontractor is responsible for manufacturing and assembling twelve "HLDR, HE FEED THRU" units according to SLAC drawings and vacuum specifications, with an option for additional yield units. SLAC will provide certain components and perform brazing steps. The SOW details manufacturing plans, acceptance testing procedures (factory and final at SLAC), schedule, delivery, and post-award processes like technical exchange meetings and pre-ship reviews. It also outlines procedures for nonconformance reporting and SLAC's monitoring rights. Appendices A and B specify comprehensive quality control and assurance requirements, including documented QA programs, traceability, certifications, inspection, testing, and handling of suspect/counterfeit items, ensuring strict adherence to quality and safety standards for this critical government project.
RFP_SLAC_364022(GN)_Section_K.2_Reps_and_Certs_International_May_2023.pdf
PDF467 KBMay 8, 2026
AI Summary
This document outlines the International Representations and Certifications required for offerors performing work outside the United States for Stanford University's Prime Contract DE-AC02-76SF00515 with the U.S. Department of Energy. Offerors must certify their organizational type and confirm they are not debarred, suspended, or involved in certain criminal offenses. For offers exceeding $150,000, certifications regarding payments to influence federal transactions and anti-kickback provisions are mandatory. Additionally, offerors must disclose any employee-vendor relationships with Stanford University or SLAC National Accelerator Laboratory personnel. A duly authorized individual must sign the document, acknowledging that false statements can lead to criminal or civil penalties. These certifications remain valid for one year, and offerors must report any changes.
RFP_SLAC_364022(GN)_Section_L.0_ITO.pdf
PDF230 KBMay 8, 2026
AI Summary
This document outlines the instructions for offerors submitting proposals for a Firm Fixed Price Subcontract for "LCLSII-HE Mirror Benders, RFP 364022(GN)." Proposals are due by June 4, 2026, at 5 PM PST, and must be emailed to Giang Ngo. The instructions detail proposal validity for 90 days, submission format (electronically signed forms, initialed changes), and the requirement for Offerors to be registered with the System for Award Management (SAM). Proposals must include specific completed documents such as the Subcontract Award Form and Representations and Certifications. The submission is divided into two separate volumes: Volume I – Technical Proposal (50-page maximum, no pricing) covering technical requirements, quality assurance, past performance, and major milestones; and Volume II – Business Proposal covering price justification, financial statements (Dun and Bradstreet report or audited statements), and acceptance of SLAC's terms and conditions. SLAC reserves the right to award without discussions and is not liable for proposal preparation expenses. Exceptions to terms must be identified in the proposal. The document also addresses late proposals, withdrawals, amendments, explanations to offerors, taxes, and product availability/compatibility.
RFP_SLAC_364022(GN)_Section_H_(Special TsCs).pdf
PDF207 KBMay 8, 2026
AI Summary
This government file from the SLAC National Accelerator Laboratory outlines special terms and conditions for subcontracts. It details the designation of Key Personnel, requiring subcontractors to notify SLAC 30 days in advance of any changes and obtain written consent for replacements. The document also specifies Subcontract Administration, identifying Giang Ngo as SLAC's contractual representative, the sole individual authorized to modify subcontract requirements, including the Statement of Work and Schedule. All official communications from the subcontractor must be directed to Giang Ngo. Additionally, the file establishes the role of SLAC's Technical Representative, who monitors work and clarifies technical requirements but cannot modify the subcontract. Finally, it includes options for SLAC to increase quantities of separately priced line items and to unilaterally extend the subcontract term, with specific notice periods for exercising these options.
RFP_SLAC_364022(GN)_Section_K.1_Reps_and_Certs_Supplement_Aug_2022.pdf
PDF65 KBMay 8, 2026
AI Summary
Stanford University's Representations and Certifications Supplement outlines mandatory requirements for Offerors engaging in subcontracts under Prime Contract DE-AC02-76SF00515 with the U.S. Department of Energy. Key certifications include: current and accurate System for Award Management (SAM) electronic representations; E-Verify enrollment for proposals exceeding $3,500; disclosure of any Stanford University employee, former employee, or near relative with ownership, control, or significant financial interest in the Offeror's organization; compliance with Toxic Chemical Release Reporting for offers over $100,000, including filing Form R or certifying exemptions; adherence to Anti-Kickback provisions for offers exceeding $100,000; and detailed export control declarations for items designated as Trigger List Items, USML (ITAR) defense articles/services, or Dual Use Items 500/600 series, or other Commerce Control List items. The document emphasizes the need for an authorized signature, confirming the accuracy of all statements for a one-year period, with an obligation to notify SLAC of any changes.
RFP_SLAC_364022(GN)_Section_K.3_BAA_Certification.pdf
PDF102 KBMay 8, 2026
AI Summary
The Buy American Act Certification form requires bidders/offerors to certify whether their end products qualify as U.S. domestic commercial products. If the product is not a U.S. domestic commercial product, the bidder/offeror must provide details on excluded end products in accordance with FAR Part 25.104. Additionally, they must certify that all other end products are domestic source products and that no components of unknown origin were mined, produced, or manufactured outside the United States. For foreign content, the bidder/offeror must estimate and disclose the percentage of foreign content for each line item, including the country of origin, before the award. The offeror's signature makes these representations and certifications part of their quotation for Solicitation 364022(GN). This document ensures compliance with the Buy American Act in federal procurement processes.
RFP_SLAC_364022(GN)_Section_A_(Subcontract Form).pdf
PDF159 KBMay 8, 2026
AI Summary
The SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy, has issued Subcontract Form SLAC-SCM-GEN-028 (Solicitation Number SLAC_364022(GN)). This Firm Fixed Price subcontract seeks proposals from offerors by June 4, 2026, at 5:00 PM PST. The subcontract administrator is Giang Ngo. The primary purpose is for the subcontractor to manufacture and deliver twelve photon stopper holders, with an option for four additional units, for the LCLSII-HE Project. The document outlines the subcontract's terms, conditions, and required forms, including detailed sections on supplies, services, pricing, delivery, inspection, and general and special terms and conditions. Invoices should be submitted to SLAC Accounts Payable. The total amount of the subcontract will be detailed in Section B.
RFP_SLAC_364022(GN)_Section_F_(Deliveries Performance).pdf
PDF132 KBMay 8, 2026
AI Summary
The document, SLAC-SCM-GEN-032 Section F – Deliveries or Performance, outlines the schedule for the manufacture and delivery of Stopper Holders (DGS-00086549) based on the LCLS-II-HE Stopper Holder, LCLSII-HE-1.4-SW-1121-R2 and DSG-000086549 Drawing. This file, operated by Stanford University for the U.S. Department of Energy, is part of a solicitation for proposals related to federal government contracts. The Offeror is required to propose a Delivery or Performance Schedule for SLAC's review, with a target delivery of ARO+ 14 Weeks for all items. The basic requirement is for one unit, with four additional items listed as options that are not currently exercised, each also for the manufacture and delivery of Stopper Holders (Yield Units).
RFP_SLAC_364022(GN)_Section_D_(Shipping).pdf
PDF129 KBMay 8, 2026
AI Summary
This document, Section D – Delivery, Shipping, Packing, outlines the specific requirements and procedures for shipping goods to the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. It details distinct instructions for domestic and international vendors. Domestic shipments within the USA are designated as FOB Destination. International shipments are to be made CIP SLAC, Menlo Park, Duty Unpaid, and require coordination with SLAC's customs agent, Green Worldwide Shipping (USA), Inc. The document provides contact information for Green Worldwide Shipping for both inbound and export inquiries and specifies marking the "BSO" (Broker Select Option) box. Additionally, it mandates minimum exterior marking for all shipping containers, including the addressee (SLAC National Accelerator Laboratory), shipper information, and the SLAC subcontract or purchase order number.
RFP_SLAC_364022(GN)_Section_E_(Inspections Acceptance).pdf
PDF129 KBMay 8, 2026
AI Summary
This document, "Section E – Inspections and Acceptance," from SLAC National Accelerator Laboratory, outlines the inspection and acceptance procedures for items 001-005. It specifies that both the subcontractor and SLAC will conduct inspections, with final acceptance at SLAC. While items 002-005 are currently not exercised options, all five items require SLAC inspection and written acceptance. The final inspection and acceptance for item 001, related to the "LCLS-II-HE Stopper Holder," will occur at SLAC after delivery, adhering to the Statement of Work and Drawing DSG-000086549. All inspection and acceptance processes must comply with "Section 13 – Inspection and Acceptance" of SLAC's Fixed Price Commercial Supplies and Services Terms and Conditions dated August 2023. This document provides clear guidelines for quality control and acceptance within a federal government laboratory's supply chain management.
RFP_SLAC_364022(GN)_Section_G.0_(General_TsCs).pdf
PDF117 KBMay 8, 2026
AI Summary
This document, SLAC-SCM-GEN-033 Section G, from the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy, outlines the general terms and conditions for supply chain management. It specifies that the
RFP_SLAC_364022(GN)_Section_B_(Supplies or Services and Price_Costs).pdf
PDF167 KBMay 8, 2026
AI Summary
This government file outlines the financial details for a supply chain management contract, specifically for the manufacture and delivery of Stopper Holders (DGS-00086549) based on specified drawings (LCLSII-HE-1.4-SW-1121-R2 and DSG-000086549 Drawing). The basic requirement involves 12 units, with costs to be provided for unit price, total price, total subcontract value, and total subcontract funded amount. Additionally, the document includes four option line items (002-005), each for one "Yield Unit" of the same Stopper Holder, which may be exercised by SLAC within 12 months of the basic requirement award. These options are currently "Not Exercised" and their evaluation does not obligate SLAC to proceed. The file also includes fields for total option subcontract price and funded amounts, as well as overall total base and option subcontract firm fixed price and funded amounts. Essential administrative information such as Unique Entity ID, ECCN, HTS Code, DUNS Number, payment terms (Net 30), and potential discounts are also requested.
RFP_SLAC_364022(GN)_Section_L.1_Request for Clarifications.docx
Word42 KBMay 8, 2026
AI Summary
This document, "OFFEROR’s REQUEST FOR CLARIFICATIONS (Attachment 1)", is a form associated with Request for Proposal No: SLAC_364022(GN), due by May 21, 2026, at 5 PM PST. Its purpose is to provide a structured format for offerors to submit questions and receive responses regarding the RFP. The form includes fields for the offeror's name, date, item number, submission date, RFP document reference, the question itself, and dedicated sections for the response date and the actual response from the issuing entity. This attachment is essential for ensuring clarity and addressing any ambiguities in the RFP process, allowing potential offerors to obtain necessary information before submitting their proposals.
RFP_SLAC_364022(GN)_Section_G.1_Fixed_Price_Commercial_Supplies_and_Services_Subcontract_Aug2023.pdf
PDF325 KBMay 8, 2026
AI Summary
This document outlines the General Terms and Conditions for Fixed Price Commercial Supplies and Services, effective August 2023. It defines key terms like Buyer (Leland Stanford Jr. University acting through SLAC National Accelerator Laboratory for DOE), Seller, and Procurement Specialist. The scope is limited to fixed-price commercial products or services, with a clear order of precedence for subcontract documents. Key provisions cover Seller acceptance, service quality and responsibility, key personnel, title transfer, packaging instructions, and technical data approval. Detailed sections address travel reimbursement, invoicing and payments, tax exemptions, inspection and acceptance, quality of items (including counterfeit parts), warranties, limitation of liability, indemnity, confidentiality, material breach, assignment, independent contractor status, permits, applicable laws, dispute resolution, and export control. Additionally, it incorporates various Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses, with specific applicability thresholds for subcontracts, addressing areas such as whistleblower protection, labor standards, and small business utilization.
RFP_SLAC_364022(GN)_Section_C.0_(Specifications_SOW).pdf
PDF150 KBMay 8, 2026
AI Summary
This document, SLAC-SCM-GEN-030 Section C (Rev. 6/01/12), is a Statement of Work (SOW) from the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. It outlines the required documents for the LCLS-II-HE Stopper Holder project, specifically referencing SOW Document No. LCLSII-HE-1.4-SW-1121-R2, dated 4/28/2026. Additionally, it incorporates by reference a main drawing, DSG-000086549 (HE FDTHRU PLUG TOP), and numerous sub-drawings with their respective revision numbers, indicating detailed design specifications and components for the project.
0. RFP_SLAC_364022(GN)_CoverLtr.pdf
PDF172 KBMay 8, 2026
AI Summary
The SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy, has issued Request for Proposal (RFP) SLAC_364022(GN) for the procurement of LCLS-II-HE Photon Stopper Holders. Prospective offerors are invited to submit firm fixed price proposals by June 4, 2026, 5:00 PM Pacific. Proposals must be valid for 90 days and submitted electronically. The procurement is subject to various sections including Specifications/SOW, SLAC General Terms & Conditions, Special Terms and Conditions, and Instructions to Offerors. Technical and business proposals must be separate, with no pricing in the technical submission. Offerors must include specific documents such as the Subcontract Award Form, Supplies or Services and Prices, Key Personnel Clause, Representations and Certifications, and the Buy American Act Certification. Additionally, offerors must complete and return the Offeror’s Request for Clarifications by May 21, 2026, and the Offeror’s Technical and Business Checklist. This procurement requires E-Verify compliance and registration with the System for Award Management (SAM). Proprietary information must be clearly marked. SLAC reserves the right to award without discussions but may conduct them if deemed necessary. All inquiries should be directed to Giang Ngo, Sr. Subcontract Administrator, at giangn@slac.stanford.edu, who is the sole point of contact.
RFP_SLAC_364022(GN)_Section_M.0.pdf
PDF189 KBMay 8, 2026
AI Summary
SLAC's Section M outlines the evaluation factors for awarding subcontracts based on a Best Value Trade Off (BVTO) source selection. Technical factors are more important than business factors, including price. SLAC seeks the offeror providing the greatest confidence in meeting or exceeding requirements, potentially awarding to a higher-rated, higher-priced offeror if justified by technical superiority or business approach. Proposals may be rejected for being unrealistic or uncorrectable. The evaluation involves a Technical Proposal (Volume I) and a Business Proposal (Volume II), with potential interviews for those in the competitive range. Technical proposals are rated on the ability to meet technical requirements, quality assurance, past performance, and major milestones/delivery dates. Business proposals are evaluated on price reasonableness and affordability, financial stability (e.g., Dun & Bradstreet SER score), and acceptance of contractual documents and terms. Debriefings are available upon request for non-awarded offerors.
RFP_SLAC_364022(GN)_Section_K.0_(Rep and Certs).pdf
PDF138 KBMay 8, 2026
AI Summary
The document,

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineJun 5, 2026
expiryArchive DateJun 19, 2026

Agency Information

Department
DEPARTMENT OF ENERGY
Sub-Tier
ENERGY, DEPARTMENT OF
Office
SLAC Natl Accel Lab -DOE Contractor

Point of Contact

Name
Giang Ngo

Official Sources