TEMPERATURE SENSOR AND DATA LOGGER
ID: RFP388049Type: Combined Synopsis/Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFORNL UT-BATTELLE LLC-DOE CONTRACTOROak Ridge, TN, 37831, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

SUPPORT- MANAGEMENT: DATA COLLECTION (R702)
Timeline
    Description

    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the procurement of a Temperature Sensor and Data Logger, specifically the BLACKGLOBE-L35-PT and associated equipment for measuring heat stress. This procurement is critical for environmental monitoring and data collection, ensuring accurate measurement and logging of temperature data for research and operational purposes. Proposals must be submitted by August 5, 2025, with questions due by August 1, 2025, and should include a firm fixed price quote, proposed delivery schedule, completed Representations & Certifications, and any exceptions to the terms and conditions. Interested parties can contact Jared Rash at rashjp@ornl.gov or by phone at 865-341-3159 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the comprehensive Terms & Conditions for Purchase Orders of Commercial Items & Services under the Simplified Acquisition Threshold, issued by UT-Battelle, LLC for the U.S. Department of Energy (DOE). It defines key terms like 'Government,' 'Company,' and 'Seller,' and establishes the hierarchy for resolving inconsistencies within the Agreement. The terms cover critical aspects such as dispute resolution under federal and Tennessee law, acknowledging the entire agreement, and strict communication protocols between the Seller and the Government. Key provisions include comprehensive warranties for goods and services, stringent shipping requirements necessitating U.S. citizen delivery drivers for DOE sites, and mandatory compliance with all federal, state, and local laws. The document details payment procedures via the Ariba Network, conditions for termination (for convenience or default), and criteria for excusable delays. It also addresses public information release restrictions, access to DOE facilities, and procedures for changes to the Purchase Order. Additional clauses cover insurance, indemnity, information technology security, gratuities, and the incorporation by reference of various FAR and DEAR provisions related to labor standards, equal opportunity, and export control. Special conditions are outlined for services performed on DOE sites and those involving special items or services, emphasizing adherence to specific federal regulations and programs like the Employee Concerns Program (ECP) and Differing Professional Opinions (DPO) process. The document underscores the Seller's obligation to comply with the Foreign Corrupt Practices Act and U.S. export control laws, and prohibits automatic renewals of licenses or services.
    The document, titled "Prime Supplemental Flowdown Document," outlines additional terms and conditions for subcontracts and purchase orders under Prime Contract No. DE-AC05-00OR22725, managed by UT-Battelle, LLC for Oak Ridge National Laboratory (ORNL). It incorporates various Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses by reference, specifying their applicability based on contract thresholds and types (e.g., simplified acquisition threshold, $150,000, $5M). The document covers a wide range of compliance areas, including ethics, anti-kickback procedures, whistleblower rights, telecommunications restrictions, small business utilization, equal opportunity, environmental considerations, and export controls. It also includes specific requirements for different procurement categories such as IT, real estate, R&D, construction, and services, as well as those involving classified information, foreign travel, or DOE-owned sites. The document emphasizes that in case of conflict, its clauses take precedence. It also lists numerous DOE Orders and Manuals that contractors must comply with, covering areas like cybersecurity, emergency management, quality assurance, and nuclear safety, ensuring comprehensive regulatory adherence for all subcontracts and purchase orders.
    This government file, likely an RFP or a request for quote, details a list of scientific instruments and components from Campbell Scientific or their domestic equivalents. The listed items include a Blackglobe temperature sensor, a CR1000Xe-ST-CC measurement and control datalogger, various channel multiplexers (AM16/32B, AM25T-NC), a PS150 12V power supply, a CURS100 terminal input module current shunt, a ClimaVUE50 G2 compact digital weather sensor, different types of cables (CABLE8PIN-LITE-L33, CABLE4CBL-L50-PT, CABLE8PIN-LITE-U-L50-PT), an RV50X industrial 4G LTE cellular gateway, a mount kit for weather sensors, and a RainVUE20 precipitation sensor. The document specifies part numbers, manufacturers, quantities, and lead times for each item, with all prices currently listed as $0.00, indicating a request for pricing or a preliminary list. This comprehensive list suggests the procurement of equipment for environmental monitoring, data logging, and communication purposes.
    The "Representations and Certifications – Abbreviated" document is a critical component of federal government RFPs, requiring offerors to certify their business status and adherence to various regulations. It mandates registration with SAM.gov and warns against misrepresenting business status, particularly for small, disadvantaged, veteran-owned, service-disabled veteran-owned, women-owned, and HUBZone small businesses, with penalties for non-compliance. The document also addresses export control for Trigger List, Military/Space, and Dual Use Items, requiring detailed information if applicable. Furthermore, it includes clauses on "Buy American" provisions for supplies exceeding $10,000, prohibiting the use of forced or indentured child labor in end products, and restricting the use of certain telecommunications and video surveillance equipment and services from specific foreign entities. Finally, it outlines conflict of interest guidelines for services exceeding $10,000, requiring disclosure and mitigation plans for any potential conflicts. Non-compliance or misrepresentation can lead to contract termination or legal penalties.
    Oak Ridge National Laboratory (ORNL) has issued Request for Proposal (RFP) 388049 for a Firm Fixed Price bid on a Temperature Sensor and Data Logger. The solicitation, under NAICS Code 334513, seeks the lowest priced, technically acceptable proposal. Proposals are due by August 5, 2025, at 5:00 PM EST, with questions due by August 1, 2025, at 5:00 PM EST. Required submission documents include a firm fixed price quote, a proposed delivery schedule, completed Representations & Certifications, and a list of any exceptions to the terms and conditions. Key attachments include ORNL Terms and Conditions, Prime Contract Flowdowns, a Bill of Materials, and Representations & Certifications. Jared Rash is the ORNL Procurement Representative, and further details are available in Attachment C, the Bill of Materials.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Instec HS1000V Hot Stage with MK2000 Temperature Controller OR EQUIVALENT
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for the procurement of an Instec HS1000V Hot Stage with MK2000 Temperature Controller or an equivalent product. The requirements include a low vacuum/gas-tight hot stage with specific performance parameters, including a temperature range from ambient to 1000°C, and the inclusion of necessary accessories and software. This equipment is crucial for research and development operations at BNL, ensuring precise temperature control in experimental setups. Interested vendors must submit their quotes, including all costs in an "all-inclusive" price, by the specified deadline, and can contact Lauren von Ende at lvonende@bnl.gov or 631-344-3634 for further information.
    GS1 Glass
    Buyer not available
    The Department of Energy, through Oak Ridge National Laboratory (ORNL), is soliciting firm fixed price quotes for Lithium 6 Glass Scintillators under Solicitation Number 420845. The procurement specifically requires the delivery of various sizes of GS1 Glass, as detailed in the bill of materials, which includes polished and as-cast glass options. These scintillators are crucial for applications in nuclear science and radiation detection, emphasizing the importance of sourcing high-quality materials. Proposals are due by December 10, 2025, at 5:00 PM EST, with questions to be submitted by December 8, 2025, to Shannon Davis at davisst@ornl.gov. Offerors must adhere to specific terms and conditions outlined in the associated documents, including compliance with federal regulations and certifications.
    TRANSDUCER ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture of a Transducer Assembly, which is critical for measuring and controlling industrial process variables. This procurement requires compliance with specific quality assurance standards and includes detailed requirements for inspection, packaging, and marking, particularly emphasizing the prohibition of mercury contamination due to the assembly's intended use on submarines and surface ships. Interested vendors must submit their proposals by December 19, 2025, and are encouraged to contact Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL for further information regarding the solicitation.
    TRANSMITTER, TEMPERATURE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of temperature transmitters under Solicitation Number SPE4A623RX309. This opportunity involves a Commercial Indefinite Delivery Contract with a base period of three years and two one-year option years, focusing on the supply of temperature measuring instruments, specifically NSN 6685-00-075-7495. The selected contractor will be required to provide a minimum of 46 units and up to 182 units annually, with delivery expected within 131 days after receipt of order. Interested small businesses are encouraged to respond with a completed surplus certificate and pricing information, and should direct inquiries to Cassandra Blagmon at cassandra.blagmon@dla.mil or by phone at 804-279-3917. The solicitation is anticipated to be available on November 3, 2022, via the DIBBS website.
    66--SENSOR,AMBIENT TEMP, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure 10 units of an ambient temperature sensor for repair and modification purposes. This procurement is critical as the government does not possess the data or rights necessary to contract the repair from alternative sources, making it uneconomical to reverse engineer the part. Interested vendors are encouraged to express their interest and capabilities within 45 days of this presolicitation notice, with the primary contact for inquiries being Helen I. Carmelo at (215) 697-0000 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL. The contract will be awarded only to qualified sources, and proposals will be considered based on the government's discretion regarding competitive procurement.
    CFA-608/609 HVAC
    Buyer not available
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of HVAC systems at the Idaho National Laboratory's CFA-608 and CFA-609 facilities. The project aims to replace outdated fuel oil-powered steam boilers with electric boilers and install global building controllers to enhance integration with the site-wide network, ensuring improved environmental control and operational reliability in laboratory spaces. This initiative is critical as the existing systems are past their useful life and increasingly difficult to maintain. Interested vendors must submit their EOIs, including company details and relevant HVAC capabilities, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.
    3M FY25 NIIN Adds
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a Request For Proposal (RFP) SPE4AX26RX006 for a sole source acquisition of items exclusively manufactured by 3M. This procurement is for a Firm Fixed Price Contract justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, recognizing 3M as the sole manufacturer and supplier of the required items, including the ambient temperature sensor (NSN 016852501). The government intends to award the contract following existing Long Term Contract (LTC) SPE4AX17D9407 and may consider proposals from non-original equipment manufacturers (OEMs) if they can demonstrate capability, quantity, and pricing for the listed National Stock Numbers (NSNs). Interested parties must submit their proposals by the specified closing date and ensure they are registered in SAM.gov, ORCA, and possess a valid DUNS number, CAGE Code, and Tax Identification Number. For further inquiries, contact James Inman at james.inman@dla.mil or call 804-279-1477.
    SRS EddyFlux System Pro + Biomet
    Buyer not available
    The USDA Forest Service intends to award a sole-source firm-fixed-price contract to LI-COR for the procurement of an IRGA (Carbon analyzer) and Biomet system, valued at $69,957.00. This equipment is essential for a long-term study conducted by the Eastern Forest Environmental Threat Assessment Center, focusing on the effects of prescribed fires on water quantity, quality, and carbon in North Carolina's Piedmont region. The acquisition supports critical research and management practices related to natural resource protection, with specific technical requirements for CO2 and H2O measurements. Interested parties must respond in writing by December 14, 2025, at 11:59 PM EST, to the primary contacts Heather Harkley and Nestor Rivera Gonzalez via their provided email addresses.
    Levante IR fs optical parametric oscillator (OPO) & Installation, No Equivalents or Substitutions
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for a Levante IR fs optical parametric oscillator (OPO) and its installation, with no equivalents or substitutions allowed. The procurement aims to acquire this advanced optical instrument, which is crucial for extending the wavelength coverage of Coherent’s fs laser sources, thereby enhancing research capabilities at the laboratory. Interested vendors must provide an all-inclusive price that covers freight, tariffs, and handling fees, and must comply with specific requirements outlined in the attached terms and conditions, including insurance and SAM registration. Quotes are due by the specified deadline, and interested parties should contact Malen Valencia at mvalencia@bnl.gov for further inquiries.
    MOIRRAS Accessory Design/Build
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is soliciting quotes for the design and build of a Metal Oxide Infrared Reflection Absorption Spectroscopy (MOIRRAS) accessory under Request for Quote (RFQ) Number 468887. This procurement aims to engage a qualified contractor to fulfill the requirements outlined in the provided Statement of Work, which includes collaboration with BNL scientists, validation tests, and the installation of the accessory. The project is significant for advancing research capabilities at BNL and is open to full and open competition, with a total price to be quoted by interested parties. Quotes are due by December 24, 2025, at 5:00 p.m. EDT, and all inquiries should be directed to Ben Furlow at bfurlow@bnl.gov.