Potentiometric Titrator or domestic equivalent
ID: RFQ413461Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

EQUIPMENT AND MATERIALS TESTING- INSTRUMENTS AND LABORATORY EQUIPMENT (H266)
Timeline
    Description

    The Department of Energy, through Oak Ridge National Laboratory (ORNL), is soliciting proposals for a potentiometric titrator or a domestic equivalent, essential for the Radioisotope Science and Technology Division's analytical needs. The procurement includes not only the titrator but also associated software and additional options as outlined in the Bill of Materials. This equipment is critical for conducting precise chemical analyses, which play a vital role in various scientific research and development projects. Proposals are due by November 13, 2025, at 4 PM EST, and must be submitted via email to Brittany Waring at waringbc@ornl.gov, with questions accepted until November 10, 2025.

    Point(s) of Contact
    Brittany Waring
    waringbc@ornl.gov
    Files
    Title
    Posted
    This government file outlines a comprehensive agreement between a company and a seller, detailing the terms and conditions for goods and services. It covers crucial aspects such as definitions, dispute resolution, order of precedence for conflicting provisions, and modifications. The document specifies warranties for both goods and services, emphasizing defect-free products and high-standard professional services. It also includes strict requirements for deliveries to government laboratories, mandating U.S. citizen drivers. Further, it details the evaluation and labeling of electrical equipment by nationally recognized testing laboratories. The agreement also addresses payment inquiries, supplier portal access, and compliance with all applicable federal, state, and local laws. This framework ensures clarity, compliance, and quality in government procurement.
    This government file outlines specific clauses and provisions incorporated by reference into federal contracts, grants, and RFPs. It details requirements concerning information technology, real estate, research and development, and employment. Key areas include data protection, intellectual property rights, and compliance with various federal regulations related to fair labor practices, environmental efficiency, and subcontracting. The document emphasizes the contractor's obligations regarding data management, property asset management, and adherence to specific government-mandated clauses. It also includes provisions for protected data, outlining restrictions on its use and disclosure, and ensuring the government's rights to access and utilize data generated under the contract. The file covers certifications for cost and pricing data, contractor employee rights, and prohibitions on certain telecommunications and video surveillance services, reflecting a comprehensive framework for contractor conduct and compliance.
    The provided document appears to be a quote or a bill of materials, likely for a government RFP or grant, detailing the components of a titration system. It lists various items, including a Metrohm Titrando with OMNIS Software, exchange units, titration vessel lids, SGJ sleeves, movable ball stoppers, drying tubes, and adsorber tubes. Additionally, it includes a line item for installation, software licensing, method programming, and training. The document specifies quantities, part numbers, and manufacturers for each item, though unit and total prices, lead times, and country of origin are not provided. The main purpose of this document is to outline the specific equipment and services required for a complete titration system, essential for procurement and project planning within a government context.
    This government file, "Representations and Certifications – Abbreviated," is a crucial document for offerors seeking to do business with Oak Ridge National Laboratory, which is managed with government funds. It requires offerors to register annually with SAM (System for Award Management) and outlines severe penalties for misrepresenting business status, particularly regarding small business classifications. The document details various certifications offerors must make, including their type of organization (e.g., individual, corporation, non-profit), and their status as a small business, veteran-owned, service-disabled veteran-owned, 8(a) business developmental/small disadvantaged, woman-owned, or HUBZone small business. Additionally, it addresses compliance with export control regulations for Trigger List, Military/Space, and Dual Use Items, and mandates adherence to the Buy American Act for supplies exceeding $15,000. The file also includes certifications regarding knowledge of child labor for listed end products, a prohibition on contracting for certain telecommunications and video surveillance services or equipment from specific foreign entities (e.g., Huawei, ZTE), and conflict of interest disclosures for services exceeding $15,000. Finally, it requires certification and disclosure regarding payments made to influence federal transactions exceeding $200,000. Offerors must attest to the accuracy of these representations and certifications, understanding the potential for criminal prosecution or civil liability for misrepresentation.
    The "CERTIFICATION: Exemption from Application of the Service Contract Labor Standards – Certain Services" document outlines the conditions under which an Offeror can claim exemption from Service Contract Labor Standards. To qualify, Offerors must certify that their services are regularly sold to non-governmental customers in substantial quantities, are based on established catalog or market prices, involve employees spending less than 20% of their time on the agreement, and use consistent compensation plans across all customers. If an Offeror certifies compliance, and the Company agrees, relevant labor standards clauses may be excluded from the agreement. Conversely, if the Offeror does not certify, or if the Company determines the standards apply, specific clauses will be included or excluded, and the Offeror may need to resubmit an offer or notify the Subcontract Administrator about missing wage determinations. Failure to execute the certification or contact the Procurement Officer may result in the inability to receive an award. This certification process ensures appropriate application of labor standards in government contracts.
    Oak Ridge National Laboratory (ORNL) is soliciting Firm Fixed Price proposals for a potentiometric titrator or domestic equivalent (RFQ 413461). The award will be based on the lowest priced, technically acceptable offer. Proposals are due by November 13, 2025, at 4 PM EST, with an offer validity period of 120 days. The NAICS code is 334516. Offerors must submit a firm fixed price quote with a delivery schedule, completed Representations & Certifications (BSD-CS-2260 and SCLA Exemption Cert), and any exceptions to the terms and conditions. Key attachments include ORNL Terms and Conditions, Prime Contract Flowdowns, and a Bill of Materials. Questions are due by November 10, 2025, at 4 PM EST, and proposals must be emailed to Brittany Waring at waringbc@ornl.gov.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Integrated Biorefinery Facility North High Bay Revitalization Custom Equipment
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the "Integrated Biorefinery Facility North High Bay Revitalization Custom Equipment" project, aimed at enhancing biomass conversion and waste carbon utilization technologies. The project requires the design, fabrication, and commissioning of specialized process equipment, including a Hydroprocessor and a Distillation Column, with a production capacity of approximately one barrel per day, emphasizing operational flexibility and process safety. This initiative is critical for advancing renewable technologies for commercial deployment, with an estimated funding range of $750,000 to $3.5 million and a performance period extending through March 30, 2027. Interested parties must submit their proposals by 5:00 PM Mountain Time on December 17, 2025, and can direct inquiries to Todd Labosky at Todd.Labosky@nrel.gov.
    BURET,LABORATORY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of laboratory burets, a commercial product essential for measuring and testing electrical signals. The procurement requires that the burets meet specific design, material, and dimensional standards as outlined in the solicitation, with a focus on compliance with quality assurance and packaging requirements. These instruments are critical for various applications within the defense sector, ensuring accurate chemical analysis and testing. Interested vendors should direct inquiries to Taylor Bloor at TAYLOR.BLOOR@NAVY.MIL or by telephone at 771-229-0099, with proposals expected to adhere to the outlined specifications and deadlines.
    68--Ricca Chemical Company Brand Name or Equal
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify firms capable of supplying pH buffer solutions, conductivity standards, and deionized water for the National Water Quality Laboratory (NWQL). These materials are essential for maintaining consistency in environmental water sampling and testing programs, which are critical for the USGS's monitoring of water quality trends across the nation. Interested firms must provide detailed information about their products, including compliance with the Buy American Act, and submit their responses by December 9, 2025, at 2:30 p.m. (MST) to Lisa Williams at ldwilliams@usgs.gov. This notice is for market research purposes only and does not constitute a request for proposals or guarantee a contract award.
    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.
    68--POTASSIUM TETRABORA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of Potassium Tetrabora, classified under NAICS code 325199 for All Other Basic Organic Chemical Manufacturing. The procurement includes requirements for item unique identification, production lot testing, and compliance with various inspection and acceptance standards, emphasizing the importance of quality assurance and adherence to technical specifications. This chemical is critical for military applications, and the contract will require timely delivery of samples and documentation, with accelerated delivery options encouraged at no additional cost to the government. Interested vendors should direct inquiries to Trevor L. Allander at 564-230-2182 or via email at TREVOR.L.ALLANDER.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-submission.
    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.
    Detector Kit, Chemical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for a firm-fixed price contract for 22 Chemical Detector Kits (NSN: 6665-01-706-8739, Manufacturer Part Number: 6001-000082-2), with an option for an additional 22 units. This procurement is critical for ensuring the availability of reliable hazard-detecting instruments, which play a vital role in military operations and safety protocols. Proposals must be submitted via email to Patricia Roussin at patricia.roussin@dla.mil by December 15, 2025, at 11:59 PM EST, and interested parties should note that a Technical Data Package is available on sam.gov, requiring a current DD 2345 for access. Compliance with specific packaging, marking, and delivery requirements is essential, with deliveries to be made FOB Destination to Pine Bluff, AR, within 90 days after contract award.
    Raman Spectrometer
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the procurement of a high-resolution Raman Spectrometer, aimed at enhancing its energy systems research capabilities. This solicitation, identified as RFQ Number 2026027058, requires a fully integrated confocal Raman microscope with specific technical specifications, including multiple gratings, a multichannel CCD detector, and high-temperature reaction capabilities, among others. The Raman Spectrometer is crucial for analyzing the phase and molecular structure of catalysts, which is essential for the development of advanced catalytic materials. Proposals are due by January 2, 2026, at 5 PM Mountain Time, and interested vendors must ensure their submissions include all required documentation, including SAM registration and compliance with the Buy American Act. For further inquiries, potential offerors can contact Janelle DiGregorio at Janelle.DiGregorio@nrel.gov.
    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.