Brookhaven Science Associates, managing Brookhaven National Laboratory for the U.S. Department of Energy, seeks quotations for the NSLS-II Soft Matter Interfaces (SMI) Beamline Sample Motions Assembly. Offerors are invited to provide a motion stages assembly, with past experience in designing, fabricating, and testing such systems being a key evaluation criterion. The assembly must adhere to the specifications outlined in the enclosed draft contract. Quotations are due by August 19, 2024, with an expected award date of September 13, 2024. The firm-fixed-price contract will be awarded based on the lowest total price and adherence to technical requirements. Registered vendors should submit their quotations electronically, including a signed pricing sheet, to pbernath@bnl.gov, with pricing in USD FOB Brookhaven National Laboratory. Key dates include a submission deadline of August 19 and an award announcement on or around September 13.
The Brookhaven National Laboratory, managed by Brookhaven Science Associates (BSA), seeks quotations for the NSLS-II Soft Matter Interfaces (SMI) Beamline Sample Motions Assembly. BSA invites vendors to quote on providing the assembly, strictly adhering to the specifications outlined in the enclosed draft contract. The scope involves designing, fabricating, and testing motion stages assembly, with prior experience in similar complex projects being a key evaluation criterion. Quotations are due by August 19, 2024, with an expected award date of September 13, 2024. The requested assembly is to be delivered to Brookhaven National Laboratory, priced in US dollars, including freight and import duties. The contract will be firm-fixed-price, with payment terms being Net 30 or Net 10 for small businesses. BSA emphasizes the importance of vendors being registered in the System for Award Management (SAM) database to be considered for award.
The Brookhaven National Laboratory, managed by Brookhaven Science Associates (BSA), seeks quotations for the NSLS-II Soft Matter Interfaces (SMI) Beamline Sample Motions Assembly. BSA invites vendors to quote on a firm-fixed-price contract to design, fabricate, and test motion stages assembly, with a focus on complexity and previous success in similar projects. The scope entails adhering strictly to the requirements outlined in the Draft Contract Enclosure 1. Vendors must submit quotations by the extended deadline of September 5, 2024, with an expected award announcement by September 30, 2024. The lowest priced, responsive offeror, meeting BSA's technical requirements, will be favored. Offerors must provide references for three similar successful projects and are encouraged to register in the System for Award Management database. Key dates include a bid closing date of September 5th, with award discussions concluding by the end of the following month. This amendment extends the bid deadline and does not alter other terms; vendors should refer to the original RFP for further details.
The Brookhaven National Laboratory's NSLS-II SMI Beamline aims to enhance its functionality by procuring a customized Sample Motions Assembly. This assembly, designed to fit into a specified spatial envelope, is a serial-kinematic stack of motion stages that will replace the current parallel-kinematic setup. The vendor, selected through this procurement process, will undertake design, fabrication, cleaning, assembly, and shipping tasks. Their solution must adhere to the spatial constraints and technical specifications outlined in accompanying documents. The vendor is expected to deliver a fully functional assembly, tested and packed for safe transportation. This statement of work emphasizes the design and engineering aspects, requiring vendors to demonstrate their ability to fabricate and integrate the specialized components within the given constraints.
The Brookhaven National Laboratory's NSLS-II facility seeks to procure a specialized Sample Motions Assembly for its Soft Matter Interfaces (SMI) beamline. This assembly is a crucial component, responsible for precise sample positioning relative to the incident X-ray beam. It must fit within a specified envelope and endure varying temperatures, pressures, and load capacities. The assembly provides six degrees of freedom in motion, including linear and rotational stages stacked in a precise configuration. Each stage has stringent performance specifications, ensuring accuracy, repeatability, and stability. The electrical and controls interface adhere to specific standards, with cabling and connector requirements for durability and ease of use. The contractor will supply individual motion stages, adapters, and associated components, integrating them into a single assembly. It's crucial that the assembly meets vacuum specifications and undergoes rigorous testing for dimensional accuracy, motion performance, and encoder functionality. This assembly is a key component in the NSLS-II's research infrastructure, and contractors must adhere to detailed specifications and testing protocols.
The file outlines a Vacuum Systems Consensus Guideline for Department of Energy (DOE) Accelerator Laboratories. The primary objective is to establish safety standards for the design, construction, and operation of vacuum vessels and systems used in DOE labs. These guidelines aim to ensure the safe operation of vacuum systems, focusing on the potential hazards of vessel collapse, rupture, or implosion. The document provides detailed requirements for the design, review, fabrication, and testing of these systems. It classifies vacuum vessels into three categories based on their pressure tolerances: Category I, II, and III. The guidelines mandate that Category III vessels, which are subject to higher pressure risks, adhere to the American Society of Mechanical Engineers (ASME) Pressure Vessel Code. Notably, the document doesn't specify procurement processes but establishes safety protocols and qualifications for vacuum system engineers, emphasizing the need for independent design reviews and committee approvals.
The procurement objective involves designing and fabricating components for the National Synchrotron Light Source II's (NSLS-II) ultra-high vacuum (UHV) systems, ensuring compliance with stringent vacuum requirements. These components include vacuum chambers and internal parts, emphasizing materials compatible with UHV conditions. The focus is on minimizing gas load and avoiding trapped volumes to maintain an extremely low pressure environment.
Technical specifications require the use of specific UHV-compatible materials like stainless steel, aluminum alloys, and copper, with strict guidelines on cleaning, degassing, and avoiding contaminating materials. Design reviews are crucial, aiming to eliminate trapped volumes and ensuring safety under vacuum conditions. Fabrication methods include machining, welding, and brazing, with meticulous cleaning processes before and after each stage.
Contractors will be responsible for modular component design, utilizing appropriate materials and avoiding vacuum sealing welds. The work entails careful assembly, welding, and inspection in dedicated clean areas, followed by rigorous acceptance testing. Tests include dimensional inspections, helium leak testing with strict criteria, outgassing rate measurements, and residual gas analysis.
Components must endure bakeout temperatures and be packaged appropriately for transit. Vendors must supply a Certificate of Conformance with each delivery, and NSLS-II reserves the right to conduct inspections and witness tests. The RFP seeks vendors capable of meeting these exacting standards, with a design review and material procurement approval process in place.
Key dates and evaluation criteria are not explicitly mentioned in the provided file, but it's likely that a submission deadline and project milestones would be outlined in the full RFP document.
The primary objective of this procurement is to acquire advanced controls and data acquisition (DAQ) systems for the NSLS-II Experimental Facilities. These systems are crucial for managing and monitoring various equipment and processes within the facility. NSLS-II has chosen the EPICS control system, and contractors must adhere to strict requirements when integrating their components. This includes using specific software versions and following standards for naming conventions, computer hardware, equipment protection, and power supplies.
The controls and DAQ systems being procured are detailed extensively, encompassing motion control, piezo actuators, controls networks, serial devices, programmable logic controllers (PLCs), and more. For instance, the motion control section specifies the types of motors and encoders acceptable, along with their technical parameters. It also outlines requirements for limit switches, reference positions, and external motor drives. PLCs, which are essential for equipment safety, must adhere to stringent standards, with some applications requiring safety-rated controllers. Digital and analog input/output (I/O) also have precise specifications, ensuring compatibility with the facility's systems.
Contractors are responsible for providing EPICS device drivers and support, as well as developing operator interfaces enabling users to monitor and control equipment. They must deliver source code, documentation, and software design specifications, with comments in English. The delivery also includes engineering control panels for commissioning and troubleshooting. Equipment protection is a key concern, with detailed requirements for motion, heating, vacuum, and other protection mechanisms. All equipment must be appropriately protected, with interlock systems and emergency measures in place. Power supplies must be compatible with US standards, and contractors must identify any deviations.
Key dates and evaluation criteria are not explicitly mentioned within the provided file, and the contract details are only briefly touched on, noting that contractors must adhere to the EPICS framework and specifying some equipment. Therefore, it's unclear when submissions are due or what criteria will be used to evaluate them. However, the document does serve as a comprehensive technical roadmap for prospective vendors, outlining exactly what the facility requires in terms of controls and DAQ systems.
The file outlines the technical requirements and standards for beamline systems instrumentation and interfacing at the National Synchrotron Light Source II (NSLS-II). It serves as a guide for suppliers and vendors seeking to comply with NSLS-II's procurement process. The primary objective is to establish consistent electrical connectivity and interfacing for various beamline components, ensuring their integration into the facility's control system. This enables centralized control and monitoring of functions like motion control, vacuum management, and diagnostics.
The document provides detailed specifications for vacuum instrumentation, including pressure gauges and valves, with an emphasis on using LSZH cables and connecting devices appropriately. It also covers motion control, specifying stepper and DC servo motors, encoders, and brakes, while emphasizing safety features like local emergency stops. Additionally, it addresses beamline protection, interlocks, and general-purpose IO, ensuring compatibility with the NSLS-II control system. Suppliers must adhere to these standards for components such as LVDT position sensing devices, potentiometers, and piezo actuators, which require specific interfacing.
Key requirements include using NSLS-II's preferred connectors and pinouts, ensuring compatibility with their control systems. Suppliers must provide detailed documentation for any exceptions. This file is crucial for vendors to ensure their products' compatibility with NSLS-II's infrastructure and control systems, facilitating a streamlined procurement process for the organization.
The procurement objective of this government agency is to acquire a customized chamber interface, referred to as the Sample Motions Envelope, for a specialized scientific application. This interface is designed for the Photon Division, SMI Beamline End Station, Wide Angle X-Ray Scattering project. The main focus is on fabricating a bespoke component that meets precise technical specifications.
The chamber interface must be engineered according to detailed dimensional and angular tolerances, utilizing third angle projection and break edges for a sharp finish. It incorporates an opening for cabling and is tailored to fit the project's sample location coordinates. The agency seeks a solution that aligns with the NSLSII-12ID-SPC-001 specification, emphasizing technical and performance requirements.
Key dates associated with this procurement include the submission deadline, indicated as 3/2024, which is the cut-off for interested parties to present their capabilities and proposals. The agency's ES&H Risk Level Approval is also noted, signifying the importance of safety and environmental considerations in the project.
While contract details and evaluation criteria are limited, the agency's emphasis on adhering to specific specifications and performance standards suggests a rigorous selection process focused on technical merit and compliance.
The primary objective of this procurement is to acquire design, engineering, and manufacturing services for the delivery of a specialized assembly, the NSLS-II Soft Matter Interfaces (SMI) Beamline Sample Motions Assembly. The SMI Beamline Assembly must adhere to detailed technical specifications outlined in the contract, ensuring compliance with various documents, including the Brookhaven National Laboratory Statement of Work and Technical Specifications attachments.
The scope of work requires the contractor to provide a manufacturing program plan and the specified beamline assembly, along with corresponding data, reports, and documentation. The assembly must be delivered to the Brookhaven National Laboratory, with key personnel named in the contract essential for the successful execution of this project.
The contract is firm-fixed price, with milestone-based payments totaling an estimated TBD US Dollars. Critical dates include a 2-week deadline for submitting the manufacturing program plan and a 12-week window for delivering the SMI Beamline Assembly after receipt of order. Evaluation criteria are not explicitly mentioned in the provided information.
This concise summary provides a coherent overview of the procurement's essential aspects, focusing on the design, engineering, and manufacturing services sought for the NSLS-II SMI Beamline Assembly.
The Brookhaven National Laboratory, managed by Brookhaven Science Associates (BSA), seeks quotes for the NSLS-II Soft Matter Interfaces (SMI) Beamline Sample Motions Assembly. The primary focus is on procuring specialized piping systems and associated data documentation.
The first item, a BSA Receipt, encompasses the NSLS-II Liquid Nitrogen Distribution Piping System, tailored for the 9-ID (CDI) Beamline, outlined in P/N: NSLSII-9ID-SOW-SPC-001. The second item, Data/Reports/Documentation, aims to obtain comprehensive documentation, ensuring a complete understanding of the assembly's design, operation, and maintenance.
This procurement's key tasks involve the vendor providing a detailed manufacturing plan and assembling the specialized piping system on-site at Brookhaven National Laboratory. The work is expected to adhere to stringent quality standards and deadlines, with BSA providing acceptance and approval for each stage.
The proposed contract is a firm-fixed-price arrangement, with milestone-based payments linked to key project stages. Vendors must provide a quote for the entire package, including both hardware and documentation. The solicitation letter outlines a 60-day price validity period, indicating timely submissions are essential. Evaluations will consider factors such as price, delivery timelines, and compliance with technical requirements.
Key dates include the solicitation's issuance in July 2024, and quotations are due within 60 days, with the project's targeted completion set for November 2024.
The procurement seeks a customized motion system for the NSLS-II SMI Beamline, emphasizing compatibility with existing infrastructure. The focus is on motor and encoder connectors, requiring a specific 15-pin DSUB connector configuration to integrate with legacy systems. This assembly must adhere to detailed specifications, ensuring alignment with the facility's controls system. The question-and-answer exchange clarifies that the defined connector setup is mandatory, aiming to facilitate direct connections and align with the facility's standard Kapton cables.
The government agency seeks a customized motion system for its NSLS-II SMI Beamline project, emphasizing precise sample movements. The primary procurement objective revolves around designing a motion assembly that fits within a specified vacuum chamber envelope, ensuring compatibility with existing infrastructure. This assembly must provide a comprehensive range of motion, including rotational and translational movements, adhering to stringent accuracy and stability specifications. Notably, the agency requires a small sphere of confusion, demanding high precision in motion control. To achieve this, the contractor will need to integrate specific connector types into the design, as outlined in the specification document. The government's evaluation criteria are centered on meeting the intricate technical requirements, with a strong emphasis on motion precision and compatibility with legacy systems. Deadlines for submission and clarification of proposals are included in the file, indicating a time-sensitive procurement process.