ITAR DPAS Waveguide Hybrids & Bends (Domestic Only)
ID: 354315(RE)Type: Combined Synopsis/Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFSLAC Natl Accel Lab -DOE ContractorMenlo Park, CA, 94025, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking proposals for the procurement of ITAR-compliant waveguide hybrids and bends, specifically designed for high-power X-band RF systems. This procurement aims to secure a U.S. domestic source for the fabrication of six waveguide hybrids and six waveguide bends, which are critical components for advanced RF technologies. The selected vendor will be responsible for adhering to stringent manufacturing standards, including compliance with ITAR regulations and the Defense Priorities and Allocations System (DPAS). Proposals must be submitted by May 7, 2025, at 5:00 PM PDT, and should include all required documentation, including the ITAR Compliance Questionnaire and various certifications. Interested vendors can direct inquiries to Ryan Enos at ryan.enos@slac.stanford.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    The SLAC National Accelerator Laboratory issued Request for Proposal (RFP) 354315(RE) for the supply of ITAR (International Traffic in Arms Regulations) compliant waveguide hybrids and bends. Vendors are invited to submit firm-fixed price proposals by May 2, 2025, with a proposal validity of 90 days. Responses must adhere to strict guidelines, including the completion of an ITAR Compliance Questionnaire to access sensitive materials and compliance with the Defense Priorities and Allocations System (DPAS) regulations. Offerors need to ensure their submissions are detailed enough to demonstrate cost reasonableness and must identify any proprietary information accordingly. Registration with the System for Award Management (SAM) is required for eligibility. The submission must include specific forms and certifications, including a breakdown of costs, delivery proposals, and representations related to the Domestic entities' certifications. Any inquiries regarding the proposal process must be directed solely to the designated Subcontract Administrator via email. The RFP underscores the importance of compliance with established regulations and procedures for government contracting, emphasizing thorough documentation and communication protocols throughout the bidding process.
    The International Traffic in Arms Regulations (ITAR) Compliance Questionnaire is designed for vendors wishing to access technical data from SLAC. It assesses the vendor's compliance with ITAR regulations, specifically: (1) their registration with the Directorate of Defense Trade Controls (DDTC) as an ITAR manufacturer, (2) commitment to safeguarding SLAC-provided technical data from foreign access without proper authorization, (3) any current statutory debarment status, and (4) eligibility concerning the Arms Export Control Act (AECA) and ITAR restrictions. For a vendor to qualify for receiving technical data, they must affirmatively answer "yes" to the first two questions and "no" to the last two. Eligibility determination ensures compliance with SLAC ITAR policy, safeguarding sensitive technical information from unauthorized international dissemination. Vendors must sign the document and date it to confirm their responses, which streamlines SLAC's oversight in accordance with federal regulations and underscores the importance of adhering to national security provisions in government RFPs and grants.
    The document details the Amendment of Solicitation/Subcontract Modification for the SLAC National Accelerator Laboratory, effective April 22, 2025. This amendment is issued under Contract DE-ACO2-76-SF00515, primarily to update Section H regarding Government Furnished Property by including revised part/models and unit values. The amendment supersedes and replaces the previous attachment in solicitation SLAC RFP 354315(RE). It specifies that all terms of the referenced documents remain unchanged unless explicitly stated. Offerors must acknowledge the amendment to prevent rejection of their proposals. Additionally, the administrative changes and necessary acknowledgments for offers submitted prior to the new deadline are outlined clearly. The document’s emphasis on compliance reflects its relevance within the framework of federal RFPs and grants, ensuring transparency and proper communication with potential contractors.
    The document outlines the Special Terms and Conditions for a Subcontract at the SLAC National Accelerator Laboratory, operated by Stanford SLAC for the U.S. Department of Energy. It details the administration of subcontracts, designating Ryan Enos as the contractual representative authorized to manage changes and communications regarding the subcontract. It emphasizes that all technical data communications must be encrypted to protect sensitive information. Additionally, it specifies that SLAC will provide Government-furnished property—specific quantities and values of equipment—necessary for the contract. The seller must ensure proper handling and accountability of this property and may receive extensions for project timelines if SLAC delays in delivering the equipment. Furthermore, the document addresses compliance with the Defense Priorities and Allocation System (DPAS) and export restrictions, noting that the subcontract is subject to ITAR regulations, which control the export of technical data regulated by U.S. law. This emphasizes the importance of adhering to stringent governmental standards in managing sensitive materials and information in the procurement process.
    The document is an amendment to a solicitation related to subcontract management at the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. The key purpose of this amendment is to revise the Statement of Work and extend the due date for proposals from May 2, 2025, to May 7, 2025, at 5 PM PST. It specifically includes a drawing package zip file for the project referenced as ITAR_674579-00, Over Moded WG Bend. The amendment also states that all terms from the original solicitation remain unchanged, except for the modifications noted. Prospective sellers are required to acknowledge receipt of this amendment to ensure their offers are considered. This document exemplifies standard practices in managing federal solicitations, highlighting the importance of communication and compliance in procurement processes.
    The document outlines an amendment (Amendment 02) to the Statement of Work for the fabrication of TE01 waveguide hybrids and waveguide bends at the SLAC National Accelerator Laboratory, which is operated by Stanford University for the U.S. Department of Energy. It references attached documents, including specific SLAC drawings that detail designs for both rotatable and non-rotatable flanges, as well as several ITAR-protected file packages related to the components involved in the project. The document emphasizes that ITAR files will only be sent to vendors approved by SLAC staff through secure, password-protected email. This piece is pivotal in the procurement process under federal RFPs as it clarifies the technical requirements for suppliers while adhering to compliance regulations, particularly those related to international traffic in arms regulations (ITAR).
    The document outlines a subcontracting opportunity at the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. It confirms that this is a rated order for national defense under the Defense Priorities and Allocations System, with offers due by May 2, 2025. The subcontract is a firm fixed price agreement aiming to procure six Waveguide Hybrids and six Waveguide Bends, as specified in the accompanying Statement of Work and SLAC standards. Key sections of the document outline the submission process, contact information for the subcontract administrator, and details regarding invoice submissions. It emphasizes compliance with various terms and conditions that govern the subcontract, highlighting the necessity for the selected subcontractor to fulfill all work requirements. The document is structured into sections detailing terms, specifications, delivery requirements, and evaluation factors for the award, ensuring a comprehensive framework for the procurement process.
    The document outlines the supply chain management requirements for a government procurement involving waveguide components. It specifies that the federal government seeks to contract the provision of waveguide hybrids with a focus on rotatable and non-rotatable flanges, as well as waveguide bends, adhering to a designated Statement of Work and provided technical drawings from SLAC. The itemized list indicates quantities and follow-up details pertaining to pricing, such as payment terms set at net 30 and any applicable discounts. Additional identifiers, including Unique Entity ID and DUNS Number, are included for vendor verification within the contracting process. The overarching purpose of this document is to detail the supplies and services needed in support of federal RFP processes, facilitating compliance and clarity in procurement and subcontracting operations within the realm of directed energy applications as per ITAR regulations.
    The document outlines the Statement of Work (SOW) for the fabrication of TE01 waveguide hybrids and waveguide bends with circular TE01 ports at the SLAC National Accelerator Laboratory. The SOW includes references to specific delivery documents dated March 4, 2025, alongside associated drawings that dictate fabrication requirements, such as CUI_DSG-000674320-00 and CUI_DSG-000678491-00, which detail designs for both rotatable and non-rotatable flanges. Additionally, the document notes the inclusion of ITAR-protected files relating to the project, which will only be shared with vendors that have received ITAR approval from SLAC staff. This process demonstrates the project’s adherence to security protocols and the specialized nature of the work required for government-related projects. The emphasis on ITAR compliance underlines the project's significance within the context of federal contracts and the need for strict oversight in handling sensitive information.
    The document outlines the Statement of Work for the fabrication of TE01 waveguide hybrids and waveguide bends for SLAC's high-power X-band RF systems. It details the requirements for six waveguide hybrids and six waveguide bends, emphasizing the importance of precise manufacturing to maintain RF performance and cleanliness, especially in ultra-high vacuum conditions. SLAC will supply specific materials, including drawings, RF flanges, and copper parts, while vendors are responsible for developing necessary fixtures and adhering to strict cleaning protocols. Deliverables include hybrid and bend assemblies, mechanical quality control reports, and vacuum leak check reports, with a final delivery date of September 1, 2025. The document highlights that vendors must demonstrate significant experience in manufacturing precision ultra-high vacuum components, ensuring compliance with the specifications outlined for successful completion. This RFP aims to identify qualified manufacturers capable of producing critical components for advanced RF technologies, aligning with government procurement standards and supporting technological progression at national laboratories.
    The document from the SLAC National Accelerator Laboratory outlines specific requirements for delivery, shipping, and packing in relation to ITAR (International Traffic in Arms Regulations) controlled components. It mandates that all shipping documents and packages display a prominent warning label indicating the presence of ITAR components and specifying that these items should only be opened by the recipient. Additionally, it prescribes the essential external markings for shipping containers, including the correct address of the SLAC facility and identification for both the addressee and shipper. By establishing these protocols, the document aims to ensure compliance with regulatory standards while facilitating the secure handling of sensitive materials, reflecting federal operational guidelines in the context of government contracts and partnerships.
    The document outlines inspection and acceptance terms for supplies and services related to waveguide hybrids and bends at the SLAC National Accelerator Laboratory. It specifies the items to be inspected, namely two types of waveguide hybrids (with both rotatable and non-rotatable flanges) and waveguide bends, all of which are to be evaluated by both the vendor and SLAC representatives. Inspection takes place at SLAC, and SLAC is also responsible for acceptance of these items. Additionally, it refers readers to Section G of the General Terms and Conditions, emphasizing the importance of Clause 13 concerning inspection and acceptance procedures for fixed-price commercial supplies and services. The document contributes to the effective management of the procurement process, ensuring compliance with governmental standards and facilitating quality assurance at the laboratory.
    The document outlines the delivery requirements for a federal procurement at the SLAC National Accelerator Laboratory, managed by Stanford University for the U.S. Department of Energy. It specifies that all supplies must be delivered by September 1, 2025, in defined batch shipments. The supplies include waveguide hybrids (with both rotatable and non-rotatable flanges) and waveguide bends, with specific quantities detailed for each batch. Suppliers are encouraged to propose alternative delivery dates for consideration. Notably, the order qualifies as a rated order for national defense purposes, mandating compliance with the Defense Production Act Regulations (DPAS). This document serves as a formal request for proposal (RFP), highlighting the structured and regulated nature of federal contracting processes.
    The document outlines the delivery specifications for a government procurement project at the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. It specifies the need for certain waveguide components to be delivered by September 1, 2025, with a breakdown of items to be supplied in three batches. The requested items include two types of waveguide hybrids and waveguide bends. Vendors are allowed to propose alternate delivery dates for consideration. The order is classified as a rated order under the Defense Production Act (DPAS), requiring compliance with specific regulatory provisions. The document emphasizes the importance of adhering to these delivery schedules and regulations as part of the procurement process for national defense-related projects.
    The document pertains to the Supply Chain Management section of the SLAC National Accelerator Laboratory, which is operated by Stanford University under the U.S. Department of Energy. It specifies that the General Terms and Conditions for contracts related to fixed-price commercial supplies and services, specifically the August 2023 version, will apply to all subcontracts under this context. This succinct notice establishes expectations for compliance with SLAC's overarching procurement requirements, emphasizing the importance of adhering to specific guidelines outlined within the attached Terms and Conditions. This structure ensures that any subcontract engagements align with federal standards while facilitating efficient supply chain operations connected to laboratory services. The overarching aim is to maintain consistency and compliance within all contractual agreements made by the SLAC laboratory.
    The document outlines the General Terms and Conditions for Fixed Price Commercial Supplies and Services relevant to contracts with the Board of Trustees of the Leland Stanford Jr. University under the Management and Operating Contract with the U.S. Department of Energy. It establishes definitions, the scope of agreements, seller obligations, and numerous contract specifics, including invoicing, tax exemptions, inspection and acceptance procedures, warranties, and liability clauses. Key responsibilities include the Seller's management of service quality, adherence to confidentiality standards, and compliance with applicable laws. It also details conditions for travel reimbursement, the handling of disputes, and ensures a framework for addressing delays and variations in product or service performance. The document emphasizes buyer protection and compliance with federal acquisition regulations, reflecting rigorous standards and accountability. Overall, this serves as a comprehensive guide for executing federal grants and contracts, ensuring both parties understand their rights and obligations, essential for effective contract management and government compliance.
    The document outlines special terms and conditions for a subcontract at the SLAC National Accelerator Laboratory, focusing primarily on subcontract administration, government-furnished property, and compliance regulations. The contractual representative, Ryan Enos, is the sole authority for contract modifications, while a yet-to-be-determined Technical Representative will oversee the technical aspects without the power to alter the contract. The document stipulates that all communications must be secure, omitting identifying technical data. It lists government-furnished property, including various models of components, detailing their unit values and delivery schedules. Responsibilities related to this property, including maintenance and inventory at the conclusion of the contract, are clearly defined, emphasizing that the university assumes no liability for delays due to property issues unless specified otherwise. Additionally, the subcontract adheres to Defense Priorities and Allocations Systems (DPAS) regulations and is subject to export restrictions according to relevant U.S. laws. These terms ensure that the subcontractor complies with stringent requirements related to national defense and export control, critical in government contracting. Overall, the document sets a foundation for managing subcontractor relationships and protecting government assets in compliance with federal laws.
    The document from the SLAC National Accelerator Laboratory outlines a supply chain management attachment, specifically the Tax Resale and Exempt Certificate, provided for reference. It consists of 4 pages and is dated June 2024. The certificate is intended to convey essential tax-related information relevant to transactions under federal guidelines. This document serves as a resource for compliance and transparency in the procurement process, aligning with government regulations for handling tax-exempt purchases. By including this attachment, the laboratory aims to ensure clarity in financial dealings associated with supply chain operations.
    The SLAC National Accelerator Laboratory, operated under a Department of Energy contract, communicates important information regarding credit references and resale certificates. In a letter dated June 24, 2024, Director William Zangara outlines that SLAC functions as a federally funded research and development center, engaging in advanced scientific research and managing all costs funded by the U.S. Treasury. The document provides three credit references from vendors and details the U.S. Bank as SLAC's primary banking institution. Furthermore, it includes information about SLAC's tax identification numbers and a resale certificate confirming SLAC’s authorization to purchase items exempt from sales tax for resale to the U.S. Government. The attached California Resale Certificate states SLAC's engagement in selling tangible personal property while highlighting legal responsibilities related to misuse of resale certificates. This document serves to inform vendors about SLAC's purchasing authority, ensuring compliance with federal and state tax regulations while reinforcing SLAC's operational framework within government procurement contexts.
    The document pertains to the supply chain management protocols at the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. It outlines essential forms that domestic entities must complete and return, which include the "Representations and Certifications Supplement" dated August 2022 and a "Buy American Act Certificate" dated August 2023. The purpose of these documents is to ensure compliance with federal regulations and procurement practices related to government contracts. By providing these representations and certifications, domestic entities affirm their adherence to required standards and regulations, which is critical in the context of federal RFPs, grants, and local procurement processes. Overall, the document emphasizes the importance of documentation in maintaining accountability and conformity within federal supply chain operations.
    The Representations and Certifications Supplement form is a crucial document associated with the Prime Contract DE-AC02-76SF00515 between Stanford University and the Department of Energy for managing the SLAC National Accelerator Laboratory. It requires the Offeror, who submits a proposal, to complete a series of representations and certifications that affirm compliance with various regulations, including eligibility verification and employment mandates such as enrollment in E-Verify. The document outlines conflict of interest provisions related to Stanford employees, necessary toxic chemical release reporting for offers exceeding $100,000, and anti-kickback assurances to prevent unethical practices in government contracting. Additionally, Offerors must disclose information about any export-controlled items or services they intend to provide, adhering to U.S. export regulations. An authorized signature signifies the Offeror's commitment to accuracy and compliance with all statements made in the form, which remains valid for a year. This supplement encapsulates important legal and ethical considerations to ensure transparency and accountability in federal contracting with Stanford University.
    The Buy America Act Certification document outlines the requirements for bidders or offerors regarding compliance with the Buy American Act when submitting proposals for federal contracts. It begins with a declaration that each end product qualifies as a U.S. domestic commercial product, requiring a simple 'Yes' or 'No' response. If 'No' is indicated, the offeror must provide details in Sections A and B regarding excluded products and estimate foreign content within the procurement. Section B requires the offeror to affirm that all products, except specified exceptions, are domestic or of U.S. origin, and details the necessary documentation regarding the percentage of foreign content. The document concludes with space for the offeror’s signature, printed name, title, and company name, solidifying the representation made in the certification. This certification is essential in federal acquisitions to ensure compliance with domestic sourcing laws, thereby supporting local industries and maintaining national economic interests.
    The document outlines the technical and business proposal qualifications checklist for vendors responding to the RFP for the fabrication of waveguide hybrids and bends. It establishes clear criteria for evaluation across five key factors: technical factors, past performance, major milestones and delivery dates, financial standing, and price. Each factor specifies requirements such as adherence to the Statement of Work, the ability to produce precision fabrications, documentation of experience with similar products, and a detailed delivery schedule. Vendors must confirm capabilities in areas like packaging and QC reporting, while also demonstrating financial stability through D&B reports or audited financial statements. Compliance with ITAR regulations and Buy American Act certifications is necessary, along with a completed price proposal. The purpose of the document is to ensure that all vendors meet necessary standards and demonstrate reliability and capability to fulfill the project as required. This structured checklist serves to streamline the evaluation process and ensure compliance with federal grant and contract guidelines, reflecting the government's due diligence in procurement.
    The document pertains to a Request for Proposal (RFP) identified as SLAC_RFP_354315(RE), which solicits responses related to Waveguide Hybrids & Bends. It includes a structured table designated for offerors to submit their queries for clarification regarding the RFP. Each entry in the table anticipates critical information including item number, submission date of the questions, specific references to RFP documents, and response details. This format is designed to facilitate clear communication between potential bidders and the issuing agency, ensuring that all inquiries regarding the proposal are systematically addressed. The purpose of the document is to enhance understanding of the RFP specifics to foster informed bids from vendors. By streamlining the clarification process, the government aims to mitigate misinterpretations and ensure that the proposals meet project requirements efficiently.
    The document outlines the instructions for offerors to submit proposals for a firm fixed-price subcontract with the SLAC National Accelerator Laboratory related to the procurement of Waveguide Hybrids and Bends. Proposals must comply with specific format and content requirements and include a valid offer confirmation for ninety days. Submission is due by May 2, 2025, with all inquiries directed to the Senior Subcontract Administrator, Ryan Enos. The evaluation criteria encompass technical abilities, past performance, delivery schedules, financial organization, and pricing. Offerors must provide a technical proposal demonstrating compliance with specifications and quality standards, alongside a business proposal with detailed pricing. Specific attachments, such as the ITAR Compliance Questionnaire and certifications related to domestic entities, must be completed. Importantly, any exceptions to the SLAC terms must be noted in the proposal to avoid rejection. The document emphasizes the importance of adherence to guidelines, timeliness, and clarity in submissions, intending to select the most suitable contractor based on a Lowest Price Technically Acceptable basis. SLAC aims to ensure compliance with federal regulations throughout the procurement process.
    The document outlines the supply chain management process for a subcontract awarded by SLAC, focusing on a best value, lowest price technically acceptable (LPTA) source selection. Proposals will be evaluated based on technical acceptance, financial viability, and the ability to meet specific requirements for manufacturing Waveguide Hybrids and Bends. Offerors must submit detailed documentation demonstrating their capabilities, past performance, and compliance with quality control standards, as well as a competitive price evaluation against SLAC’s cost estimates. The assessment includes criteria related to technical specifications, past performance in similar projects, and timely delivery schedules. Offers deemed unrealistic or non-compliant may be rejected. Furthermore, selected Offerors are eligible for debriefings to understand evaluation results, ensuring fairness in the selection process. This document serves as guidance for potential Offerors in navigating the procurement process effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pulse cable
    Energy, Department Of
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking quotations for the procurement of 1,000 meters of high power triaxial pulse cable. The cable must meet specific technical requirements, including electrical characteristics such as a nominal characteristic impedance of 14 ohms and a maximum pulse duration of 3.7 μS, among other stringent specifications. This procurement is critical for the laboratory's operations, as the pulse cable is essential for various research and development applications in the field of general science and technology. Interested vendors must submit their best and final offers, including price and lead time, by December 20, 2025, to Anthony Chin at anthonyc@slac.stanford.edu, with adherence to the Buy American Act Certification and other specified terms and conditions.
    RF tube cavities (No Substitutes)
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for RF tube cavities (No Substitutes) under a firm fixed price contract. Vendors are required to provide an all-inclusive price that covers freight, tariffs, and handling fees, with specific details such as country of origin, lead time, and shipping location included in their quotes. This procurement is significant for the laboratory's operations and is subject to the Buy American Act, emphasizing the importance of compliance with federal regulations. Interested vendors must submit their quotes by December 18, 2025, and direct any questions to Beth Gilman at gilman@bnl.gov or by phone at 631-344-4144.
    Ferrite Fabrications
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for the procurement of 700 Fast Kicker Magnet Assembly Side Pieces and 320 Fast Kicker Magnet Assembly Top Pieces, specifically made from ferrite materials. This Request for Proposal (RFP 375377swk) aims to secure firm-fixed price proposals for a total of 1,020 units, which will be delivered to Fermilab's Receiving Warehouse 2 in Batavia, Illinois. The components are critical for the operation of scientific apparatus at Fermilab, contributing to ongoing research and development in particle physics. Proposals are due by 5 PM Central on January 5, 2026, and must include necessary certifications and documentation, including the SARC and PUR-466 forms. Interested parties should direct any inquiries to Spencer Keske at skeske@fnal.gov.
    Inverter System
    Energy, Department Of
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking quotations for an inverter system as part of a formal solicitation. The procurement requires four units of a specific inverter model, along with various technical components and specifications, to ensure compliance with operational standards. This equipment is critical for supporting the laboratory's research and operational capabilities, emphasizing the importance of reliability and technical performance. Interested vendors must submit their best and final offers, including pricing and lead times, by COB December 27, 2025, and direct their quotations to Anthony Chin at anthonyc@slac.stanford.edu.
    59--WAVEGUIDE ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of a Waveguide Assembly, specifically NSN 5985016054479. The requirement includes a quantity of four units to be delivered to DLA Distribution within 168 days after order placement, with approved sources listed as 96214 300553-0003 and 96214 300553-3. Waveguide assemblies are critical components used in various electronic and communication systems, underscoring their importance in military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil.
    RFQ# 473771-CAB Vacuum Assembly
    Energy, Department Of
    The Department of Energy, through Brookhaven Science Associates, LLC, is soliciting quotes for the RFQ 473771-CAB Vacuum Assembly, which is essential for the Electron-Ion Collider project at Brookhaven National Laboratory. The procurement requires the manufacturing of a vacuum assembly and a sample copper-plated chamber, adhering to specific design and compliance standards outlined in the provided Scope of Work and associated drawings. This equipment is critical for maintaining the operational integrity of the laboratory's advanced research initiatives. Interested vendors must submit their quotes by December 29, 2025, at 5:00 P.M. EST, and direct any inquiries to Cindy Blanchard at cblanchar@bnl.gov or by phone at (631) 344-5770.
    Combined Sources Sought/Notice of Intent to Sole Source: Sub-THz VNA Extenders and Amplifier
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to noncompetitively acquire Sub-THz VNA extenders and a high-power amplifier to support its CHIPS program focused on high-frequency transistor characterization. The procurement includes specific requirements for WR6.5, WR5.1, and WR3.4 VNA waveguide extenders, as well as a D-band waveguide amplifier, all of which are critical for developing a unique microelectronic measurement setup essential for semiconductor testing. This equipment is vital for enhancing measurement capabilities and accelerating the development of next-generation microelectronic devices. Interested vendors must respond by December 23, 2025, with their capabilities and relevant information to the primary contact, Cielo Ibarra, at cielo.ibarra@nist.gov.
    Presolicitation Notice for Upper Wide-Angle Viewing System (UWAVS) Instrumentation and Control (I&C) Subsystem
    Energy, Department Of
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is issuing a presolicitation notice for the Upper Wide-Angle Viewing System (UWAVS) Instrumentation and Control (I&C) Subsystem. This procurement aims to manufacture and test the I&C components and software for the UWAVS, which is critical for the ITER fusion energy project in France, focusing on the upper ports of the facility. The project will be executed in two phases, encompassing preparation and manufacturing, with strict adherence to quality assurance protocols and US export control laws. Interested suppliers are encouraged to review the draft procurement documentation and submit comments or questions to Khalif Stripling at kstripli@pppl.gov, referencing PPPL RFI26014KS in their correspondence. The formal Request for Proposals (RFPs) is expected to be issued by May 2026.
    M1/M3 Flexure Systems and Vacuum Chambers
    Energy, Department Of
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for the manufacture, assembly, and testing of M1/M3 Flexure Systems and Vacuum Chambers as part of the Advanced Light Source Upgrade (ALS-U) project. The procurement encompasses five flexure systems, two transport yokes, four vacuum chambers, and various subassemblies, with a focus on precision engineering and UHV compatibility for advanced scientific instrumentation. This project is critical for enhancing the capabilities of the ALS-U beamlines, which are essential for cutting-edge research in materials science and other fields. Proposals are due by January 12, 2026, with a pre-proposal conference scheduled for November 21, 2025, and interested parties should direct inquiries to Martha Grausz at mggrausz@lbl.gov or by phone at 510-486-6618.
    Wazer Pro Bundle (No Substitutes)
    Energy, Department Of
    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.