EIC HSR BPM Button Assembly
ID: 438477Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFBROOKHAVEN NATL LAB -DOE CONTRACTORUpton, NY, 11973, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

RELAYS AND SOLENOIDS (5945)
Timeline
    Description

    The Department of Energy, through Brookhaven National Laboratory, is soliciting proposals for the design and fabrication of the EIC HSR BPM Button Assembly, with the potential for awarding up to three subcontracts for both preproduction and production components. The procurement aims to support the Electron-Ion Collider project, which is critical for advancing research in nuclear physics by providing essential components that operate within ultra-high vacuum environments. Interested vendors must submit their proposals electronically by January 17, 2025, with all communications directed to Kevin Kirkendall at kkirkenda@bnl.gov. The project emphasizes compliance with stringent technical specifications and quality assurance standards, reflecting the government's commitment to scientific advancement and rigorous procurement processes.

    Point(s) of Contact
    Files
    Title
    Posted
    Brookhaven Science Associates, under contract with the U.S. Department of Energy, has released Request for Proposal (RFP) No. 438477 for the Electron-Ion Collider (EIC) Hadron Storage Ring Beam Position Monitor Button Assembly. The proposal solicits design and fabrication for this equipment, with potential awards for up to three subcontracts to produce preproduction and production components. The process includes strict evaluation criteria focusing on technical capabilities, experience, manufacturing processes, and quality assurance measures. Proposals must be submitted electronically by July 26, 2024, with selection based on best value analysis of both technical and price factors. Offerors are expected to provide thorough documentation and compliance matrices demonstrating understanding and capability of the specifications. A Small Business Subcontracting Plan is required for larger businesses, with specific goals for subcontracting to diverse groups. The procurement emphasizes adherence to quality, financial capability, and effective project management, culminating in an evaluation of preproduction components to confirm fitness for production. The entire initiative underscores the government's commitment to advance scientific infrastructure while fostering inclusive business practices.
    This document serves as Amendment No. 5 to Request for Proposal (RFP) No. 438477, pertaining to the HSR BPM Button Assembly. It updates several attachments and requirements for bidders. Key revisions include the incorporation of new attachments, such as the Statement of Work (SOW), technical specifications, and a pricing page, all dated in October and November 2024. Bidders are instructed to submit a technical drawing of their proposed design, detailing materials, dimensions, and joining techniques for each sub-part. Any tolerances that cannot be met, as indicated in reference drawing 2551M0003, should be addressed with reasons and achievable tolerances. The proposal submission deadline has been extended to December 2, 2024. The amendment maintains all other terms and conditions of the original RFP, emphasizing adherence to contract document requirements. Overall, this amendment aims to clarify proposal requirements and extend the timeframe for submissions to ensure compliance with detailed specifications and rigorous standards.
    This document outlines a subcontract agreement between Brookhaven Science Associates, LLC (BSA) and an unnamed Contractor for the design, manufacture, and delivery of the EIC HSR BPM Button Assembly. Key elements include the Scope of Work, which details the deliverables and timeline for various phases, and the Contractor's responsibilities for documentation and quality assurance, referencing several attachments that provide specific guidelines and requirements. The period of performance is anticipated to extend up to 76 weeks after contract award, with a payment structure based on defined milestones. Special instructions for shipping, labeling, and delivery logistics are provided to ensure compliance with BSA’s operational standards. The document underscores the necessity for proper communication between representatives of both parties, including a designated Technical Representative from BSA. Overall, this agreement reflects a structured approach typical of government RFPs and grants, emphasizing accountability, timelines, and compliance with detailed specifications for federal projects with the Department of Energy.
    The document outlines the "Annual Representations & Certifications" (AMS-FORM-050) that Offerors, including Brookhaven National Laboratory (BNL/BSA), must complete to engage in U.S. Government contracts. It provides a structured approach to gather essential registration data and additional certifications needed based on the Offeror's classification (U.S. or Foreign Person, Small Business, etc.). Core sections include Taxpayer Identification, business information, and various certifications addressing responsibilities and compliance with federal regulations. Key components include Sections A.1 to A.3, which require Offerors to supply details such as business name, address, tax identification numbers, business size certifications, and representations regarding lobbying, executive compensation, and compliance with labor laws. The form emphasizes the legal implications of misrepresenting any information, underlining the importance of accuracy in fulfilling government contracting requirements. Overall, this document serves to ensure transparency and accountability in the procurement process by adhering to federal guidelines and promoting the inclusion of diverse business categories in government contracting opportunities.
    The document comprises a proposal pricing sheet submitted by Brookhaven National Laboratory in response to a solicitation for the EIC HSR BPM Button Assembly. The acquisition management system form details the quantities, unit prices, and total price for two types of button assemblies: a base design verification component and a production component. Each price is to remain firm for 120 days, with delivery terms established as FOB: Destination to Upton, NY, with payment due in 30 days. The proposal acknowledges agreement to Brookhaven Science Associates' requirements, terms, and conditions, and specifies the uniqueness of contract identification through a Unique Entity Identifier. Overall, this document represents a formal bid submission for a government-requested procurement, emphasizing compliance with federal contracting standards and confirming the vendor’s commitment to the project's requirements.
    The document outlines the General Terms and Conditions for noncommercial items procured by Brookhaven Science Associates, LLC (BSA) under its contract with the U.S. Government for the operation of Brookhaven National Laboratory. Key articles include definitions, the order of precedence for agreement terms, acceptance processes, workplace policies, environmental safety reporting procedures, and provisions for disputes and changes. The document specifies contractual obligations regarding payment, termination conditions, and the contractor's liabilities, including warranties and compliance with laws. It also includes clauses addressing hazardous materials, unauthorized obligations, and protections against counterfeit items. These terms ensure that contractors adhere to safety and compliance standards while working with BSA, emphasizing the importance of maintaining quality and accountability in government contracts. The overall structure is systematic, with articles dedicated to specific legal stipulations governing performance, compliance, and reporting in line with federal regulations applicable in the context of RFPs and grants.
    The Statement of Work (SOW) for the EIC HSR BPM Button Assembly details the procurement and manufacturing processes for Beam Position Monitor Button Assemblies as part of Brookhaven National Laboratory's Electron-Ion Collider project. The responsibilities of the Contractor include designing, manufacturing, testing, and delivering 35 pre-production units and approximately 1,000 production units, in compliance with specified technical documents. The SOW outlines requirements for verification of specifications, engineering design, and manufacturing processes, as well as management responsibilities and quality assurance protocols. Key components include a requirement for detailed engineering drawings, acceptance testing procedures, and program plans to ensure compliance at each project stage. The document emphasizes the importance of maintaining rigorous quality control throughout the design and manufacturing phases while ensuring all materials and processes meet environmental and safety standards. Milestones for design approval and production schedule are specified to facilitate progress monitoring. The project showcases the federal commitment to advancing scientific research through the development of sophisticated accelerator hardware, while adhering to strict regulations governing procurement and documentation.
    The Statement of Work (SOW) EIC-ISG-SOW-008 outlines the procurement specifications for Hadron Storage Ring Beam Position Monitor (BPM) Button Assemblies for the Electron-Ion Collider (EIC) at Brookhaven National Laboratory (BNL). The SOW defines contractor responsibilities, technical performance, and manufacturing requirements for 35 pre-production units and approximately 1,000 production units. The document emphasizes adherence to quality assurance standards, requiring compliance with ISO-9001 and includes a detailed approval process for design and manufacturing phases. Key responsibilities include design documentation, testing specifications, and acceptance procedures, with clear milestones related to the contract's timeline. The document also addresses environment, safety, and health (ESH) requirements. A structured approval process for design reviews and final product testing is established to ensure technical specifications are met. This SOW reflects the federal government's structured approach in guiding contractors towards compliance in significant scientific instrumentation projects, ensuring safety and performance while maintaining rigorous quality standards.
    The document outlines the technical specifications for the EIC HSR BPM Button Assembly meant for the Electron-Ion Collider (EIC) at Brookhaven National Laboratory. Authored by R. Hulsart, the specifications detail electrical and mechanical requirements, materials, verification, and packaging for the assembly, which is critical for carrying radio frequency signals within a high-vacuum environment. Key elements include a voltage rating of at least 700 VDC, standards for cleanliness and leak testing, and precise material specifications such as stainless steel and copper. Amendments in previous revisions have adjusted design details and connector types, reflecting ongoing improvements. The assembly will undergo multiple acceptance tests, both pre-production and post-delivery at the laboratory, to ensure compliance with stringent technical and safety standards. This document serves to guide procurement and fabrication processes within federal guidelines, aligning with RFP regulations for high-stakes scientific projects.
    The document details the technical specifications for the Electronic-Ion Collider (EIC) Hadron Storage Ring (HSR) Beam Position Monitor (BPM) Button Assembly, prepared by Brookhaven National Laboratory. It outlines the assembly's essential electrical, mechanical, and vacuum requirements for use within an ultra-high vacuum environment. Key characteristics include voltage ratings, impedance specifications, leakage resistance, and thermal cycling resilience. The button material can either be solid copper or copper-plated stainless steel, with stringent cleanliness standards imposed to prevent contamination in vacuum systems. The document emphasizes meticulous verification procedures, including acceptance testing at both the contractor's facility and Brookhaven National Laboratory, to ensure compliance with specified performance criteria. This specification serves to guide contractors in producing reliable components integral to the EIC project, reinforcing the importance of technical precision in government-funded scientific infrastructure projects.
    The document outlines the specifications for the fabrication of components related to the Electron-Ion Collider (EIC) at Brookhaven National Laboratory. It details the materials required, including stainless steel and copper, alongside strict manufacturing and assembly standards, which must comply with BNL specifications. Key requirements include the capability to function in ultra-high vacuum environments, compatibility with cryogenic temperatures, and passing a helium leak test. The document emphasizes precise assembly dimensions, non-invasive plating, and ensuring a 50-ohm impedance line. Additionally, it mandates stringent quality assurance processes and the need for prior approvals from relevant authorities. This technical file serves as a guideline for potential contractors responding to a government RFP, ensuring that all components meet specific engineering and safety standards crucial for the EIC project.
    The document outlines specifications for the fabrication of components related to the Electron-Ion Collider (EIC) at Brookhaven National Laboratory. It details the materials, dimensions, and tolerances for manufacturing parts designed for ultra-high vacuum environments and cryogenic temperatures. Key requirements include the use of stainless steel and copper in specific configurations, laser engraving of part information, and adherence to precise dimensional tolerances specified by ASME standards. Additionally, the assembly must pass rigorous helium leak tests and feature venting mechanisms to ensure structural integrity. The document emphasizes the need for BSA approval for various manufacturing processes and modifications to maintain compliance with predefined specifications. Overall, it serves as a technical reference for contractors involved in the EIC project, ensuring that all components meet established safety and performance standards while aligning with government regulations on research and development initiatives.
    The Brookhaven National Laboratory (BNL) Supplier Quality Assurance Requirements document (BNL-QA-101) outlines quality assurance expectations for suppliers providing goods or services to Brookhaven Science Associates (BSA). It emphasizes that suppliers must adhere to specified quality management systems, particularly ISO 9001 standards, and ensures that all procurement documents comprehensively capture these requirements. The document is divided into two sections: general requirements (3.0) applicable to all suppliers and special requirements (4.0) invoked when specified. Key points include the necessity for supplier quality system assessments, responsibilities regarding subcontractors, protection of materials during transport, and rigorous reporting protocols for product recalls and failures. Suppliers are also required to maintain certification of materials, equipment, and software, ensuring comprehensive traceability and compliance with relevant safety standards. The overarching purpose of this document is to ensure that all supplies provided to BNL meet established quality and safety expectations, integral to its operational integrity. The requirements reflect best practices in government procurement, focusing on accountability and adherence to regulations vital for federal contracts.
    The document is an acquisition management certification form from the Procurement and Property Management Division of Brookhaven National Laboratory, operated by Brookhaven Science Associates under a contract with the U.S. Department of Energy. It serves to certify that the contractor has complied with the patent disclosure requirements throughout the contract period. The contractor confirms that there have been no subcontracts or purchase orders related to research and development, and states that no inventions or discoveries were made under the contract, aside from those specifically reported. The form also includes sections for the completion date of the contract and the period covered by the certification. This document is critical for maintaining transparency and accountability in research funded or managed by the government, ensuring adherence to patent laws and the proper reporting of inventions. It reflects the rigorous standards associated with federal contracts and the importance of intellectual property management in governmental projects.
    The document outlines the technical specifications for the design and fabrication of components for the Ultrahigh Vacuum (UHV) system used in the Electron-Ion Collider (EIC) at Brookhaven National Laboratory. It establishes quality requirements for materials, fabrication processes, cleaning, inspection, and testing procedures necessary to ensure the reliability and performance of vacuum systems operating below 10^-9 torr. Key considerations include selecting UHV-compatible metals and ceramics while avoiding incompatible materials, such as certain lubricants and organic compounds. The document emphasizes meticulous machining and welding practices, cleanliness during all manufacturing stages, and rigorous testing protocols, including leak tests and residual gas analysis. Additional requirements involve proper packaging and transportation to prevent contamination. This specification serves as a guideline for vendors to deliver components capable of meeting stringent vacuum standards, crucial for the successful operation of the EIC, which aims to further research in nuclear physics. By detailing specific methodologies and materials, this documentation seeks to uphold quality assurance in component manufacturing essential for high-stakes scientific endeavors.
    The CAD-1119 specification outlines the detailed requirements for the fabrication, cleaning, and quality assurance of Ultra High Vacuum (UHV) Chambers and vacuum components for the Brookhaven National Laboratory. The document specifies materials, workmanship, surfacing, and cleanliness standards necessary to ensure optimal performance of UHV hardware. Key areas include the selection of UHV-compatible materials (like specific stainless steels, Inconel, and aluminum alloys), prohibitions on UHV-incompatible materials (such as elastomers and Teflon), and stringent cleaning procedures before assembly. Additional requirements dictate design features to avoid trapped volumes that could harbor contaminants. Assembly must occur in controlled clean areas to prevent contamination. Testing includes leak rate assessments with specifications for acceptable rates and conditions during operation. The chambers must withstand significant internal and external pressures while maintaining the integrity of the vacuum. The specification is significant for contractors responding to federal RFPs as it establishes rigorous compliance standards, ensuring reliability and safety in the manufacturing process of UHV systems crucial for scientific research, emphasizing the government's commitment to high-performance materials and engineering practices.
    This report outlines the functional changes made between Revision 2 and Revision 5 of the fabrication specifications for various locations in the project. Key updates include a change in fabrication specification for Location H8, the removal of an unspecified chamfer blanket at G8, and specifications for leak check groove shapes at E8 and C5. The connector height parameters were revised at G4 and G5, and the method for defining RF spring groove dimensions at F5 and G3 was updated. Significant shifts in reference datums for positional tolerances and the introduction of Maximum Material Condition (MMC) for perpendicularity are noted at F5. Additionally, nominal dimensions at G4 and D4 have been clarified, and various chamfer changes have been implemented. The connector type at D2 has switched from SMA female to RP-SMA female, and the flatness tolerance for the button surface at B8 has been tightened. These modifications underscore the importance of precision and compliance with design specifications, essential in government RFPs and grants where specifications must meet stringent standards.
    The document outlines a proposal for the procurement of EIC HSR BPM Button Assemblies by Brookhaven National Laboratory, managed by Brookhaven Science Associates, LLC, under the U.S. Department of Energy. It serves as a formal response to a solicitation letter, submitting a quotation for two components: a design verification component (35 units) and a production component (1,355 units). The pricing details, including unit prices and total costs, are unspecified and to be filled in by the submitting entity. The proposal emphasizes adherence to BSA’s requirements, delivery schedules, and payment terms, which state delivery is FOB Destination to Upton, NY, with payment due in net 30 days. The document underscores the commitment of the submitting company to meet the terms set forth, including a 120-day price validity. This proposal represents standard procedures in government contracts, showcasing the flow of communication and formal agreement following federal procurement guidelines, ensuring timely and accountable delivery of requested resources.
    This document is Amendment No. 1 to Request for Proposal (RFP) No. 438477, concerning the HSR BPM Button Assembly. The amendment primarily includes the incorporation of a clarification document (Attachment A) dated July 19, 2024, and extends the proposal submission deadline to August 16, 2024, at 4:00 PM EST. The amendment states that all other terms of the RFP remain unchanged. Attachment A features responses to questions about the proposal, including acceptable designs, leak rate standards, baking temperature adjustments, and the necessity of copper plating on button surfaces. Key clarifications include the authorization of alternative button shapes pending simulations, adherence to a specific leak rate for ultra-high vacuum applications, and a modification of the bake temperature from 300°C to 200°C. Importantly, the required copper plating is emphasized for temperature control within the cryostat application, with solid copper being preferred to mitigate heating issues caused by induced current. Overall, this document serves as an official update to the RFP process, allowing potential bidders to align their proposals with the clarified specifications and revised deadlines, ensuring adherence to technical requirements essential for the project's success.
    This document is Amendment No. 2 to Request for Proposal (RFP) No. 438477 concerning the HSR BPM Button Assembly. It includes the incorporation of Attachment A, which provides clarification on technical specifications. Specifically, there is a clarification regarding the material standards for stainless steel components, outlining that standard AISI 316L stainless steel is acceptable, contrary to the previous requirement for vacuum arc remelt (VAR) or electro slag remelt (ESR) stainless steel. The amendment affirms that all other terms and conditions of RFP No. 438477 remain unchanged, and it encourages confirmation of receipt of the amendment from vendors. This document is intended to ensure that all potential bidders understand the specifications clearly and can respond accurately to the RFP, reflecting the government's structured approach to procurement and contract management.
    Amendment No. 3 to Request for Proposal (RFP) No. 438477 involves updates related to the HSR BPM Button Assembly project. Dated August 5, 2024, it incorporates Attachment A, which includes clarification questions and answers pertaining to the RFP. Key clarifications address the specifications for leak check grooves on the flange intended for use in testing gasket seal integrity. Details include the dimensions of the grooves, which range from .02” to .06” in width and .02” to .04” in depth, allowing flexibility for manufacturers in the design. The amendment underscores that all other terms of the RFP remain unchanged, and material and workmanship must comply with the contract documents. Recipients are requested to confirm receipt via the provided email. This amendment reflects the ongoing process of refining technical specifications in government procurement, ensuring that vendors are well-informed to propose compliant solutions for the contract.
    This document serves as Amendment No. 4 to Request for Proposal (RFP) No. 438477, which pertains to the procurement of HSR BPM Button Assembly. The amendment incorporates a clarification document detailing questions and answers regarding the assembly components. Notably, the RFP lacks STEP files for specific components, including the SMA female adapter and conductor pins. The vendor is expected to design critical elements of the BPM button assembly to ensure compliance with the specifications, particularly maintaining a 50 Ohm impedance path. Vendors may use commercially off-the-shelf (COTS) parts, provided they can attach a standard SMA connector and meet the required specifications. The amendment maintains all other terms of the original RFP, emphasizing the importance of clear communication and technical responsibility in the procurement process for federal contracts.
    Amendment No. 6 to Request for Proposal (RFP) No. 438477 pertains to the HSR BPM Button Assembly, issued by the Property and Procurement Management Division in Upton, NY. This amendment extends the proposal due date to December 16, 2024, at 5:00 PM EST. It addresses a clarification about using Teflon as an insulator, confirming that it is not permitted according to Section 3.2.2 of the relevant specifications. Furthermore, the amendment updates the connector type in the assembly from SMA Female to RP SMA Female, highlighting that this change simplifies the design and reduces potential issues with component elasticity post-brazing. No other terms of the RFP are altered by this amendment, and recipients are requested to confirm receipt to the designated contact. This amendment is significant as it ensures clarity on technical specifications and proposal deadlines, critical for prospective bidders in the government contracting process.
    Amendment No. 7 to Request for Proposal (RFP) No. 438477 pertains to the HSR BPM Button Assembly contract. The amendment serves to extend the proposal submission deadline to January 17, 2025, at 5:00 PM EST. It specifies that all communication and proposal responses should be directed to Kevin Kirkendall. The amendment reiterates that all other terms, conditions, and provisions of the original RFP remain unchanged. Additionally, it emphasizes compliance with the contract documents regarding materials, work, and workmanship unless indicated otherwise. The document concludes by requesting confirmation of receipt of the amendment via email from specified contacts, Bill Koncelik and Kevin Kirkendall. This amendment reflects ongoing management and facilitation aspects of federal procurement processes, ensuring clarity and continued participation from potential bidders.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    SXD7 Detector QAS *No Substitutes*
    Buyer not available
    The Department of Energy, through Brookhaven Science Associates, LLC, is soliciting quotes for the SXD7 Detector QAS, specifically the SXD7x80M-500-CM model, under a Firm Fixed Price (FFP) contract. Vendors are required to provide a quote that includes the origin of manufacture, Unique Entity Identifier (UEI), and a published price list for price justification, along with compliance with the System for Award Management (SAM) registration. This procurement is critical for the operation of Brookhaven National Laboratory, emphasizing the need for high-quality instrumentation in research and development activities. Interested vendors must submit their quotes by February 7, 2025, at 5 PM EST, and can direct inquiries to Aaron Hagler at ahagler@bnl.gov.
    Macromolecular Femtosecond Crystallography (MFX) and Coherent X-ray Imaging (CXI) Bendable Kirkpatrick-Baez (KB) Mirror Chamber Systems
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory managed by Stanford University, is soliciting proposals for the design, fabrication, and installation of two Bendable Kirkpatrick-Baez (KB) Mirror Chamber Systems for the LCLS-II-HE Macromolecular Femtosecond Crystallography (MFX) and Coherent X-ray Imaging (CXI) projects. The procurement aims to enhance advanced scientific research capabilities by providing critical components necessary for high-energy physics experiments. Interested offerors must submit firm fixed price proposals by February 10, 2025, with all submissions adhering to specific technical and compliance requirements outlined in the RFP documents. For further inquiries, potential bidders can contact Giang Ngo at giangn@slac.stanford.edu or by phone at 650-926-3975.
    Construction Materials/Coils/Electrical Supplies/Compressors
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for the procurement of various construction materials, including coils, electrical supplies, and compressors, as outlined in RFQ No. 459132. Vendors are required to provide exact parts only, with no substitutions accepted, and must submit their quotations using the provided Quotation Pricing Sheet along with a draft Purchase Order detailing their proposed prices. This procurement is crucial for maintaining operational efficiency at BNL, ensuring compliance with federal regulations such as the Buy American Act, and facilitating timely project execution. Interested vendors must submit their quotes by February 18, 2025, and can direct inquiries to Ildiko Orlando at IORLANDO@BNL.GOV or by phone at 634-344-6261.
    Oryx Instrument *No Substitutes*
    Buyer not available
    The Department of Energy, through Brookhaven Science Associates, LLC, is soliciting quotes for the procurement of an Oryx 8 instrument and a five-year warranty, under a Firm Fixed Price (FFP) contract. The procurement aims to enhance the operational capabilities of the Brookhaven National Laboratory, which plays a critical role in scientific research and development. Interested vendors must provide a detailed quote that includes the origin of manufacture, Unique Entity Identifier (UEI), and a published price list for price justification, ensuring compliance with federal regulations and quality standards. Quotes are due by February 6, 2025, at 5 PM EST, and should be directed to Aaron Hagler at ahagler@bnl.gov.
    RFP#361279KMW - Neutron Detector Beam Loss Monitors v2
    Buyer not available
    The Department of Energy, through Fermi Forward Discovery Group, LLC, is soliciting proposals for the fabrication of Neutron Detector Beam Loss Monitors under RFP361279KMW. This procurement aims to acquire high-quality neutron detectors that will operate in a high-radiation environment, supporting the Proton Improvement Plan II (PIP-II) at Fermilab. The selected contractor will be responsible for meeting stringent technical specifications, including the provision of prototypes and production units, along with comprehensive quality assurance plans. Proposals must be submitted by February 12, 2025, and should adhere to the outlined submission guidelines, including a firm-fixed price structure. For further inquiries, interested parties can contact Kody M Whittington at kwhittin@fnal.gov or call 630-840-6898.
    RFP 365321-CMR Axial Expansion Bellows
    Buyer not available
    The Department of Energy, through Fermilab, is issuing a Request for Proposal (RFP) 365321-CMR for the procurement of axial expansion bellows specifically designed for use in the PIP-II Cryogenic Distribution System. The selected vendor will be responsible for manufacturing bellows that meet stringent specifications, including dimensions, material requirements, and performance capabilities, essential for the operation of cryogenically cooled superconducting cavities in particle accelerators. Proposals must adhere to ASME Code standards and demonstrate relevant manufacturing experience, with submissions due by February 11, 2025, and questions accepted until February 7, 2025. Interested vendors should contact Crystal Momon-Reed at cmomreed@fnal.gov for further details regarding the proposal process.
    FMC 24bit ADCs for PandABox *No Substitutes*
    Buyer not available
    The Department of Energy, through Brookhaven Science Associates, LLC, is soliciting quotes for the procurement of four PandABox ADC cards (model ACQ430 and optional model ACQ430FMC-8-LFP), which are critical components for measuring and testing electrical signals. The required specifications include 24-bit resolution, 128 kSps sampling rate, and high impedance differential inputs, emphasizing the importance of quality and compliance in the operation of Brookhaven National Laboratory. Interested vendors must provide a quote by February 26, 2025, at 5 PM EST, including details such as the origin of manufacture, Unique Entity Identifier (UEI), and compliance with the General Terms and Conditions outlined by BSA. For further inquiries, vendors can contact Aaron Hagler at ahagler@bnl.gov.
    Chameleon Discovery NX Femtosecond Laser or its Equivalent
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is soliciting quotes for the procurement of a Chameleon Discovery NX Femtosecond Laser or its equivalent, under a Firm Fixed Price (FFP) contract. The procurement aims to acquire advanced laser technology essential for multiphoton microscopy and ultrafast spectroscopy applications, which are critical for various scientific research initiatives. Interested vendors must ensure their quotes include specific details such as the Country of Origin, Unique Entity Identifier (UEI), and lead time, while adhering to the requirements outlined in the Draft Purchase Order and associated terms and conditions. Quotes are due by February 18, 2025, and should be directed to Beth Gilman at gilman@bnl.gov or by phone at 631-344-4144.
    E-Source Beam Line Vacuum
    Buyer not available
    The Department of Energy, specifically the Brookhaven National Laboratory, is seeking procurement for vacuum equipment, specifically four SAES5H0234 NEXTORR Z 500 units mounted to a 4.5" Conflat Flange, along with additional components including IP cables and SIP power supplies. This equipment is critical for maintaining vacuum conditions in various scientific applications, ensuring optimal performance in research and development activities. Interested vendors are required to provide quotes that include lead time, pricing, and country of origin for the products. For further inquiries, potential suppliers can contact Wendy Shannon at wshannon@bnl.gov or by phone at 631-344-5145.
    Ultrafast Momentum Microscope
    Buyer not available
    The SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy, is seeking proposals for the procurement of an Ultrafast Momentum Microscope, including installation and training services. The objective is to acquire a microscope capable of measuring energy and momentum with high spatial and energy resolution, essential for advancing research in ultrafast science and material characterization. Proposals must be submitted by February 12, 2025, with a delivery timeline of 12 months post-award, and should include compliance with various federal regulations, including the Buy American Act. Interested vendors can direct inquiries to Ryan Enos at ryan.enos@slac.stanford.edu.