Replace 2 VESDA-E VEP units with LED’s, 4 pipes
ID: RFPPR431356Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

SAFETY AND RESCUE EQUIPMENT (4240)
Timeline
    Description

    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the replacement of two VESDA-E VEP units with LEDs and four pipes at the Oak Ridge National Laboratory in Tennessee. The procurement involves not only the supply of Honeywell/Xtralis VEP-A00-P-UL units but also includes labor for installation, programming, and testing of the new systems. This upgrade is critical for maintaining safety and efficiency in the laboratory's operations, ensuring compliance with electrical equipment standards. Proposals are due by 12:00 PM EST on October 26, 2025, and interested parties should contact Liz Turner at turnerem@ornl.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Terms and Conditions for Purchase Order Commercial Items & Services under the Simplified Acquisition Threshold, effective October 1, 2025. It defines key terms such as Government (U.S. Department of Energy), Company (UT-Battelle, LLC), and Seller. The agreement specifies that Federal law, or Tennessee state law where Federal law is absent, governs dispute resolution, with performance continuing uninterrupted. It establishes an order of precedence for resolving inconsistencies within the agreement and states that Seller has no privity with the Government except for legally mandated communications, fraud reporting, or specific contractual provisions.The document details warranty and inspection requirements for goods and services, shipping terms requiring U.S. citizen delivery drivers for DOE labs like ORNL, and electrical equipment standards necessitating NRTL listing or evaluation. Payment inquiries are directed to the Ariba Network. Crucially, it mandates Seller compliance with all applicable laws and regulations, holding Seller responsible for fines due to non-compliance. Termination clauses allow the Company to end the agreement for convenience or default, with provisions for cost recovery in case of default. Excusable delays require prompt written notification.The agreement prohibits the Seller from using Company or ORNL names for advertising without consent and requires compliance with facility rules if access is granted. Changes to the agreement can only be issued by the Procurement Officer in writing, with equitable adjustments for cost or time impacts. It also covers insurance and indemnity, information technology security, and a prohibition on gratuities. The document incorporates numerous FAR, DEAR, and Company-specific clauses by reference, addressing areas like combating human trafficking, equal opportunity, employment eligibility, and the Buy American Act.Special conditions apply for services performed on DOE sites, including whistleblower protection and workplace substance abuse programs. Additional clauses address biobased products, privacy, commercial computer software, and the Walsh-Healey Public Contracts Act if applicable. It prohibits automatic renewals of licenses or services and mandates compliance with the Foreign Corrupt Practices Act and U.S. export control laws. Finally, it establishes an Employee Concerns Program and a Differing Professional Opinions process, requiring Seller to notify employees of these programs annually, and outlines stringent requirements for the protection of Personally Identifiable Information (PII), including permitted use, security safeguards, incident reporting, compliance, termination, audits, indemnification, and insurance.
    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 mandatory US Government regulatory and customer obligations. The document details various Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses applicable based on specific thresholds and procurement types, including restrictions on subcontractor sales, anti-kickback procedures, business ethics, whistleblower rights, and prohibitions on certain telecommunications and IT equipment. It also covers clauses related to small business utilization, equal opportunity, environmental standards, data rights (especially for the Critical Materials Hub and ITER procurements), construction wage requirements, computer security, classified information, and foreign travel. The document further lists numerous DOE Orders and Manuals that subcontractors must comply with, addressing areas like information technology management, cybersecurity, emergency management, and radiation protection. The overarching purpose is to ensure that all subcontractors adhere to the federal and departmental regulations governing work performed under the prime contract.
    The document is a pricing sheet for RFP PR431346, titled "VESDA Replacement." It outlines the components and services required for the replacement of VESDA units. The sheet specifies two Honeywell/Xtralis VEP-A00-P-UL VESDA-E VEP units with LEDs and four pipes as Item 1. Item 2 details the labor involved in replacing the VESDA units, which includes programming and testing. This pricing sheet serves as a clear breakdown of the costs associated with the VESDA system upgrade, crucial for federal government RFPs, federal grants, and state/local RFPs.
    The “Representations and Certifications – Abbreviated” document is a critical form for offerors seeking to contract with Oak Ridge National Laboratory, outlining mandatory certifications and representations to ensure compliance with federal regulations. It requires offerors to specify their organizational type and certify their status regarding small business classifications, including veteran-owned, service-disabled veteran-owned, 8(a) business development, woman-owned, and HUBZone small business concerns. The document also addresses export control for trigger list, military/space, and dual-use items, as well as Buy American Act compliance for supplies exceeding $15,000. Further sections include certifications regarding child labor for listed end products, prohibitions on certain telecommunications and video surveillance equipment (FAR 52.204-25), conflict of interest disclosures for services over $15,000, and disclosures regarding payments to influence federal transactions exceeding $200,000. Offerors must register with SAM.gov and understand the penalties for misrepresentation. The form emphasizes adherence to regulations like 13 CFR 121, 13 CFR 128, 13 CFR 124, 13 CFR 127, 13 CFR 126, and FAR Part 25, underscoring the legal and ethical obligations in government contracting.
    The document outlines a certification process for Offerors seeking exemption from the Service Contract Labor Standards for certain services. Offerors must certify that their services are regularly sold to non-Governmental customers, provided in substantial quantities, and priced based on established catalog or market rates. Additionally, service employees must spend less than 20% of their time on the Agreement, and the Offeror must use the same compensation plan for both government and commercial customers. This certification extends to subcontractors. If an Offeror certifies compliance, the Labor Standards clauses may not be included in the Agreement. Conversely, if an Offeror does not certify, these clauses will not be included, and they must notify the Subcontract Administrator if a wage determination was not attached. Failure to execute the certification or notify the Procurement Officer can result in no award.
    The provision 52.211-6, titled "Brand Name or Equal," outlines the requirements for offers submitted in response to government solicitations that specify a "brand name or equal" product. This provision ensures that
    Oak Ridge National Laboratory (ORNL) has issued RFP PR431356, inviting fixed-price proposals for the procurement and installation of two Honeywell/Xtralis VESDA-E VEP units (Part # VEP-A00-P-UL) or a domestic equivalent. The scope of work includes replacing existing VESDA units, programming, and testing. Proposals will be evaluated based on the lowest priced, technically acceptable offer. Key requirements for submissions include a fixed-price proposal, a schedule (TBD/ASAP), and completed copies of specific attachments, such as Abbreviated Representations and Certifications (BSD-CS-2260) and a pricing sheet. Offerors must also detail any exceptions to the provided terms and conditions, as these may affect the proposal's responsiveness. The RFP includes various attachments and special provisions, such as ORNL Terms and Conditions, Prime Contract Flowdowns, and specific quality comments regarding safety, hazardous energy control, and notification procedures for system outages. The NAICS code for this procurement is 238210 (Electrical Contractors and Other Wiring Install). Proposals are due via email by 12:00 PM EST on October 26, 2025.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Orbitrap Excedion Pro MS System
    Energy, Department Of
    The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is seeking proposals for the procurement of an Orbitrap Excedion Pro MS System for its Biosciences Division. This advanced analytical instrument is crucial for chemical analysis and will be utilized in various laboratory applications, enhancing the laboratory's capabilities. The Request for Proposal (RFP) No. 433924 outlines specific technical requirements, compliance standards, and proposal submission guidelines, with offers due by December 18, 2025. Interested vendors should direct inquiries to Morgan Hale at halemt@ornl.gov or call 615-519-9527, and are encouraged to review the attached Bill of Materials and Terms and Conditions for further details.
    Advanced Event-Mode Neutron Imaging System with a Large Area Detector.
    Energy, Department Of
    The Department of Energy, through Oak Ridge National Laboratory (ORNL), is soliciting proposals for an Advanced Event-Mode Neutron Imaging System with a Large Area Detector under RFP No. PR422299. This procurement aims to acquire a sophisticated imaging system that includes specific technical requirements such as a four Timepix-3 chip pixel matrix, low power consumption, and high-speed data transfer capabilities, essential for neutron imaging applications. The awarded contract will be based on the Lowest Price Technically Acceptable (LPTA) criteria, emphasizing the importance of meeting all outlined specifications without exception. Interested vendors must submit their proposals by December 18, 2025, with inquiries directed to Bill Mitchum at mitchumwc@ornl.gov or by phone at 865-341-2745.
    Request for Proposal PR408353 Continuous Wave Laser Welder Station
    Energy, Department Of
    The Department of Energy, through UT-Battelle, LLC, is soliciting proposals for a Continuous Wave Laser Welder Station under Request for Proposal PR408353, with offers due by December 19, 2025. The procurement aims to acquire a single unit that meets specific technical specifications outlined in the attached documents, which include detailed requirements for the laser station's components and capabilities. This equipment is crucial for advanced welding applications at the Oak Ridge National Laboratory, enhancing operational efficiency and precision in research and development projects. Interested vendors should direct inquiries to Kevin Nelson at nelsonkr@ornl.gov or Terri Cleveland at clevelandtd@ornl.gov, and ensure compliance with all proposal requirements, including representations and certifications, as detailed in the solicitation documents.
    Phenom XL G3 SEM or equivalent
    Energy, Department Of
    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the procurement of a Phenom XL G3 Scanning Electron Microscope (SEM) or an equivalent domestic model. This equipment is essential for the Enrichment Science and Engineering Division, which requires advanced microscopy capabilities for analytical purposes, including high magnification and elemental analysis. Proposals must be submitted by December 18, 2025, with a focus on the lowest priced, technically acceptable offer, and interested parties should direct inquiries to Brittany Waring at waringbc@ornl.gov. The procurement is not set aside for small businesses, and the NAICS code for this opportunity is 334516.
    Request for Proposal PR418462 Solenoid Magnets - FY26
    Energy, Department Of
    The Department of Energy, through UT-Battelle, LLC, is soliciting proposals for the delivery of ten (10) Solenoid Stack Assemblies to support a funded project at the Oak Ridge National Laboratory (ORNL) in Tennessee. The procurement aims to acquire these assemblies based on specified technical requirements and cost-effectiveness, with detailed specifications provided in the associated documents. The Solenoid Stack Assemblies are critical components for various applications within the laboratory's research initiatives. Proposals are due by December 17, 2025, and interested parties should direct inquiries to the primary contact, Kevin Nelson, at nelsonkr@ornl.gov or by phone at 865-341-3520.
    Nab Experiment Beam Monitor
    Energy, Department Of
    The Department of Energy, specifically the Oak Ridge National Laboratory (ORNL), is seeking proposals for a Nab Experiment Beam Monitor, specifically a Full I-BM-100 beam monitor detection system from CDT CASCADE Detector Technologies GmbH or domestic equivalents. This procurement is critical for the Physics Division at ORNL, as the beam monitor is essential for conducting experiments that require precise measurement and control of particle beams. Interested vendors must submit their quotations by December 19, 2025, at 2:00 PM EST, with the award based on the lowest priced, technically acceptable offer. For further inquiries, Scott Scarbrough can be contacted via email at scarbroughws@ornl.gov.
    CFA-608/609 HVAC
    Energy, Department Of
    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.
    PBF-612 HVAC Upgrade
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking expressions of interest from qualified vendors for the upgrade of the HVAC system at PBF-612 located in Idaho Falls, Idaho. The primary objective of this procurement is to modernize the existing heating system by removing an outdated fuel oil burner and installing an electric resistance heater, thereby enhancing energy efficiency and aligning with sustainability goals. This project is crucial for improving operational reliability and reducing maintenance challenges associated with the current system. Interested vendors must submit their expressions of interest, including company details and relevant experience, 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 process.
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    CFA-1609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.