Vacuum Chamber System for BioNanoProbe-II (BNP-II)
ID: 6-S176-Q-00043-00Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFARGONNE NATL LAB - DOE CONTRACTORLemont, IL, 60439, USA

NAICS

Other Professional Equipment and Supplies Merchant Wholesalers (423490)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Energy, through Argonne National Laboratory, is seeking proposals for the design, manufacture, testing, and delivery of a vacuum chamber system for the BioNanoProbe-II (BNP-II) instrument at the Advanced Photon Source (APS) in Illinois. The vacuum chamber will accommodate high-resolution x-ray optics, visible light optics, and various precision motion stages, among other components, ensuring high-quality performance for advanced research applications. Proposals must be submitted electronically by November 24, 2025, at 3:00 PM CST, with evaluations based on a Best Value Procurement Strategy that considers technical merit and cost. Interested contractors should direct inquiries to Molly Hunter at mollyhunter@anl.gov or Jenna Doria-Garner at jdoria@anl.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    Addendum No. 001 to RFP No. 6-S176-Q-00043-00, issued by Argonne National Laboratory, modifies the original Request for Proposal. Key changes include an extension of the offer deadline to November 24, 2025, at 3 PM CST, and the provision of a corrected Enclosure 5 (ANL-70B form) for Representations and Certifications. The addendum clarifies that a formal "Price Proposal Form" (Enclosure No. 3) does not exist; proposals on company letterhead are acceptable. Similarly, ANL will accept any reasonable format for Parts I-III of the proposal. The document also addresses offeror questions, allowing for alternative technological solutions, metric plate metal, and flexible options for providing blind flanges/caps or including a baseplate. A table of dates for project milestones is required, though a Gantt chart is not strictly necessary. Prior work with Argonne National Laboratory can be used as performance history.
    Argonne National Laboratory (ANL), managed by UChicago Argonne, LLC, under a U.S. Department of Energy (DOE) contract, has issued Request for Proposal (RFP) No. 6-S176-Q-00043-00. This RFP seeks firm fixed-price proposals for a "BioNanoProbe-II Vacuum Chamber System" based on ANL's Statement of Work. Proposals must be submitted electronically to Molly Hunter (mollyhunter@anl.gov) by November 10, 2025, at 3:00 PM CDT, structured into three parts: Technical, Business/Management, and Price. The award will be based on a Best Value/Trade-Off methodology. The RFP includes detailed instructions, terms, conditions, evaluation criteria, and technical specifications across 13 enclosures. Offerors must complete Representations and Certifications (Enclosure No. 5) and are encouraged to register on SAM.gov. ANL reserves the right to reject proposals, make awards without discussion, and is not liable for proposal preparation costs.
    This government file outlines intellectual property provisions for commercial supplies and services requiring data delivery, focusing on rights in data, additional data requirements, and rights to technical proposal data. It defines key terms such as "computer software," "data," "limited rights," and "unlimited rights." The document details the allocation of rights between the Government and the Contractor, specifying conditions for asserting copyright, handling unauthorized or omitted markings, and protecting limited rights data and restricted computer software. It also allows the Government to order additional data and asserts unlimited rights to technical data in proposals. These provisions ensure proper management, use, and protection of intellectual property in government contracts, highlighting compliance with FAR and DEAR regulations.
    The document outlines the terms for progress payments based on milestones in government contracts, specifying conditions under which the Laboratory may suspend or reduce payments due to contractor non-compliance, unsatisfactory performance, or financial issues. It details the immediate vesting of property title in the Government upon contract initiation, encompassing materials, tooling, and technical data. The contractor bears the risk of loss for this property until delivery and acceptance, and must maintain an adequate accounting system for cost and property control. The contractor is also required to provide reports and allow access to financial records. In cases of default, the contractor must repay unliquidated milestone payments, with title reverting to the contractor for property not required by the Laboratory. The document emphasizes that these terms do not excuse contractor performance or waive any rights, and similar clauses must be incorporated into subcontracts.
    The Argonne National Laboratory (ANL) Terms and Conditions for Commercial Goods and Services outline the contractual obligations for contractors, covering definitions, assignments, audits, changes, employee conduct, cybersecurity, disputes, environmental protection, and excusable delays. Key provisions include restrictions on intellectual property, data security requirements for IT acquisitions, and a dispute resolution process based in DuPage County, Illinois, excluding the Contract Disputes Act. The document details inspection, acceptance, and title transfer, integration of agreements, site access, safety, health, limitation of liability, non-waiver of defaults, order of precedence, packaging, payments, and public information release. It also addresses state and local taxes, survival of obligations, suspect counterfeit parts, and termination clauses for cause or convenience. Furthermore, it incorporates numerous FAR and DEAR clauses by reference, addressing whistleblower protection, labor standards, small business utilization, anti-trafficking, and privacy, with specific applicability thresholds.
    This document is a Statement of Work (SOW) outlining the design, manufacturing, testing, and delivery of a BioNanoProbe-II (BNP-II) Vacuum Chamber System (VCS) for the Advanced Photon Source (APS) at Argonne National Laboratory (ANL). The vendor is responsible for completing the design based on preliminary concepts, adhering to detailed technical specifications, and meeting strict quality assurance and inspection requirements, including vacuum performance, material selection, machining, and welding standards. Key milestones include design approval, factory acceptance tests (FAT), shipping, site acceptance tests (SAT), and closeout. The SOW also includes bid options for an Invar baseplate and RGA scanning, emphasizing adherence to all specified documentation, safety protocols, and a warranty period of 12-18 months post-delivery. The goal is to deliver a high-quality vacuum chamber for housing high-resolution x-ray optics and other sensitive equipment.
    The Argonne National Laboratory's BioNanoProbe-II Vacuum Chamber System RFP outlines the evaluation criteria for selecting a contractor based on 'Best Value,' balancing technical merit and cost. Proposals will be assessed on four key criteria, listed in descending order of importance: Technical Approach, Record of Past Performance, Production Capability/Capacity, and Organizational and Management Approach. The Technical Approach evaluates feasibility, efficiency, and sustainability, requiring a compliance matrix. Past Performance assesses prior contract success in similar scopes, demanding a list of three relevant contracts from the last five years. Production Capability examines manufacturing ability, equipment, and prioritization, requiring details on testing equipment, capacity, and facility descriptions. The Organizational and Management Approach evaluates the offeror's plan for managing resources, quality control, communication, and project leadership. The Laboratory may select a higher-cost proposal if technical advantages justify it.
    The document indicates that a form, previously located within the file, has been moved to a
    The ANL-70B (Long Version) document outlines the Representations and Certifications required for entities contracting with Argonne National Laboratory, applicable to federal government RFPs, grants, and state/local RFPs. It details general information, business organization types (including small business classifications and NAICS codes), and certifications regarding laboratory terms, suspect/counterfeit parts, covered telecommunications equipment, and personal conflicts of interest. The document also includes certifications for patent terms, service contract labor standards (for offers over $2,500), affirmative action and equal opportunity compliance, Buy American Act (for offers over $10,000), executive compensation reporting (for offers over $30,000), debarment and suspension, child labor (for offers over $50,000), payments to influence federal transactions, veteran's employment reporting (for offers over $150,000), independent price determination, covenant against contingent fees (for fixed-price offers over $250,000), combating trafficking in persons (for offers over $550,000), and cost accounting standards (for offers over $2,000,000). The document emphasizes compliance with various FAR clauses and federal regulations, requiring authorized signatures and often registration with SAM.GOV.
    The AES-MOM Leak Test Form (FORM2008TLK) is used to document information and results related to leak testing. The form collects details such as serial number, sector location, part number, date, technician, leak detector, calibrated leak, calibrated date, and part description. It also includes sections for comments. The 'Results' section records total pressure before and after bake, port pressure, helium leak rate, and pump-down time, with additional space for comments. The form concludes with fields for signature and date, indicating its role in quality control and compliance for components that require leak testing.
    The APS Engineering Standard for Vacuum Systems Design, effective March 31, 2020, outlines critical requirements for maintaining the integrity and quality of the Advanced Photon Source's extensive accelerator and beamline vacuum systems. The document establishes standards for ultra-high vacuum (UHV) compatibility, material selection, and fabrication techniques, prohibiting certain materials and methods due to high vapor pressures or incompatibility with UHV environments. It specifies standard components like gauges, pumps, flanges, valves, bellows, and residual gas analyzers, emphasizing their performance and reliability. The standard also details certification processes for UHV components, including visual inspection, leak testing, cleaning, bake-out, and residual gas analysis. Crucially, it defines interlock requirements and settings to ensure system safety and prevent compromise of accelerator vacuum by beamline systems. Guidelines for UHV assembly, handling, installation, storage, and shipping are provided, along with specific beamline vacuum requirements for windowed and windowless systems, including beryllium window specifications and differential pumping systems. The Mechanical Operations and Maintenance Vacuum Group (MOM-VAC) is responsible for ensuring the integrity of these systems, with design approvals managed by the PSC Design Review Committee (PDRC) in consultation with MOM-VAC. Exceptions to these standards require PDRC approval, highlighting the rigorous approach to maintaining the APS's operational safety and efficiency.
    The “Vacuum Systems Consensus Guideline for Department of Energy Accelerator Laboratories” was developed in response to concerns about interpreting 10 CFR 851, “Worker Safety and Health Program,” as it applies to vacuum vessel design. Issued on September 9, 2008, by a working group from various national laboratories, this guideline provides expectations and recommendations for the design, construction, testing, operation, inspection, and maintenance of vacuum vessels and associated components in DOE Accelerator Laboratories. It aims to ensure an equivalent level of safety, particularly for vessels not covered by the ASME Pressure Vessel Code Section VIII due to low internal/external operating pressures (below 15 psig). The guideline categorizes vacuum systems (I, II, and III) based on their protection against over-pressurization and details specific requirements for design, fabrication, welding, inspection, testing, and pressure relief for each category. It also outlines qualifications for responsible engineers and the Pressure Safety Committee, emphasizing documentation and independent review for Category III systems. The guideline applies to systems designed after February 9, 2007, and provides recommendations for existing systems to ensure safe operation and compliance with applicable engineering practices.
    The Supplier Disposition Request (SDR) is a crucial form used by suppliers under contract with Argonne National Laboratory (Argonne) to report deviations from technical requirements or nonconforming conditions. Suppliers must complete the form, detailing product/service information and recommending a disposition (repair or use as is). The form is then emailed to Argonne for review and prescribed disposition. Argonne's decision can be 'Approved as Requested,' 'Approved with Comment,' or 'Rejected.' The process ensures that any nonconforming material is properly addressed and approved by Argonne before further processing or shipment, with the completed SDR serving as a quality record. Argonne's approval does not set a precedent for future SDRs.
    The provided government file contains engineering drawings for two components: BNP2_BASEPLATE_06 and BNP2_VACUUM_CHAMBER_2, both part of the Advanced Photon Source. The BNP2_BASEPLATE_06 drawing details a baseplate made of 304L SST, with specifications for screw threads (48X M6X1 ISO-6H, 12X M8X1.25, 2X M16X2 ISO-6H) and an O-ring groove design to be completed by the vendor. The BNP2_VACUUM_CHAMBER_2 drawings illustrate a vacuum chamber assembly comprising a downstream panel, baseplate, lower section, middle section, top lid, overhang section, overhang panel, and upstream panel, with dimensions provided for various features and sections related to X-ray beam alignment and conflat interfaces. Both documents include standard engineering notations for tolerances, surface roughness, material, and adherence to ASME B46.1-2002 and Y14.5M-2009 standards, indicating detailed technical requirements for manufacturing or procurement within a federal research context.
    Lifecycle
    Title
    Type
    Similar Opportunities
    25-ID KB Mirror System
    Buyer not available
    The Department of Energy, through Argonne National Laboratory, is soliciting proposals for a KB Mirror System intended for the 25-ID-E Beamline, requiring a firm fixed-price proposal in U.S. Dollars. The procurement aims to acquire a highly precise mirror system that meets stringent technical specifications for optical performance, motion control, and vacuum integrity, essential for advanced x-ray applications. Proposals must be submitted electronically by 09:00 AM CST on January 19, 2026, and should include both technical and business sections, adhering to the Best Value Methodology for evaluation. Interested parties can direct inquiries to Jazlyn Mangis at jmangis@anl.gov.
    BSA RFI-PVD Tool
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking information from companies regarding their capabilities to provide a magnetron sputter deposition system for quantum device fabrication. This Request for Information (RFI) outlines the need for a highly flexible, ultrahigh vacuum (UHV) system that can perform both reactive and non-reactive sputtering with precise process control, including specific requirements for components such as a UHV sputtering chamber, integrated vacuum pumping system, and a substrate stage capable of high-temperature heating. The procurement is crucial for advancing quantum technology research, and interested vendors must submit their responses electronically by 5:00 PM Eastern Time on December 24, 2025, to Aaron Hagler at ahagler@bnl.gov, with the subject line “BSA RFI-471842.”
    HD Coldboxes Fabrication
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the fabrication of two high-density (HD) coldbox structures, with an option for a third unit, to support the Long-Baseline Neutrino Facility/Deep Underground Neutrino Experiment (DUNE-US) project. The procurement involves detailed specifications for stainless steel (SS 304) coldboxes designed to house active detectors for cold testing in cryogenic conditions, with strict adherence to quality control measures and compliance with national standards. Proposals must be submitted by 5 PM Central on December 19, 2025, and should include completed SARC and PUR-466 forms for proposals exceeding $10,000. Interested parties can direct inquiries to Spencer Keske at skeske@fnal.gov.
    Amended Sources Sought Notice for a Ultra-High Vacuum Sample Backout Chamber
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information from potential providers for an ultra-high vacuum (UHV) sample backout chamber, which is essential for the CHIPS R&D project aimed at testing materials for UHV compatibility in the U.S. semiconductor industry. This Sources Sought Notice is part of market research to inform future procurement strategies and does not constitute a solicitation; NIST is looking for company summaries that include size status under NAICS code 334516 and confirmation of active registration on sam.gov. Responses to this notice, which has been extended to December 12, 2025, should be submitted via email and must not exceed ten pages, with no guarantee of contract award or responses to inquiries regarding market research results. Interested parties can contact Elizabeth Timberlake at elizabeth.timberlake@nist.gov for further information.
    LBNF Liquid Argon LAr Circulation Equipment
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for the engineering, manufacturing, and delivery of Liquid Argon (LAr) Circulation Equipment for the Long-Baseline Neutrino Facility (LBNF) project in South Dakota. The procurement involves the design and construction of a vacuum jacketed pump valve box, associated piping, valves, instrumentation, and protective structures for cryogenic equipment, all essential for the efficient transfer of liquid argon within the facility. This project is critical for advancing particle physics research and ensuring the operational integrity of the LAr Circulation System, which plays a vital role in the LBNF/DUNE initiative. Proposals are due by January 5, 2026, with technical questions accepted until December 8, 2025; interested vendors should contact Jeremy Duncan at jeremyd@fnal.gov for further details.
    Cryo Linear Actuator plus Accessories or Equivalent
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for a Cryo Linear Actuator and associated accessories, with a focus on obtaining the best price for a Firm Fixed Price (FFP) procurement. The required items include a Cryo Linear Actuator with specific performance parameters, such as a 10 mm travel range and compatibility with ultra-high vacuum (UHV) conditions, among others. These components are critical for advanced research and development operations at BNL, emphasizing the importance of precision and reliability in laboratory settings. Interested suppliers must submit their quotes, including all costs, by the specified deadline, and can contact Lauren von Ende at lvonende@bnl.gov or 631-344-3634 for further details.
    Pilatus4 S 2M CdTe 450hz
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is soliciting quotes for the procurement of a Pilatus4 S 2M CdTe 450 Hz module. This advanced analytical laboratory instrument is crucial for high-performance applications in scientific research, particularly in the field of pixel array detectors. Interested vendors must provide a commercially available product that meets specified performance criteria and demonstrate relevant manufacturing experience, with quotes due by December 19, 2025, at 4:00 PM EST. For further inquiries, potential offerors can contact Mark Brock at mbrock@bnl.gov or Jayce Blood at jblood@bnl.gov.
    Wazer Pro Bundle (No Substitutes)
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of a Wazer Pro Bundle, specifically requiring a North America 220V/60Hz model. Vendors are invited to submit a Firm Fixed Price (FFP) quote that includes all costs, such as freight and handling, as part of the total price delivered to the laboratory, with no separate line items for additional fees. This procurement is crucial for supporting the laboratory's analytical capabilities, and interested vendors must ensure they are registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) to be eligible for consideration. Quotes are due by December 18, 2025, and should be directed to Alysha Benincase at abenincas@bnl.gov, with pricing valid for 60 days from submission.
    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.
    New Busch BA100, 208V3phase, silencer, VFD included or domestic equivalent
    Buyer not available
    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the procurement of a New Busch BA100, 208V 3 phase pump, including a silencer and variable frequency drive (VFD), or an equivalent domestic product. This equipment is essential for the Enrichment Science and Engineering Division, which relies on such machinery for various operational processes. Proposals must adhere to the specifications outlined in the Bill of Materials and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested vendors should submit their proposals by December 12, 2025, and direct any inquiries to Brittany Waring at waringbc@ornl.gov.