Air-Cooled Power Supply System & Installation
ID: 5-B187-Q-00399-00Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFARGONNE NATL LAB - DOE CONTRACTORLemont, IL, 60439, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Energy, through the Argonne National Laboratory, is soliciting quotations for the supply and installation of an Air-Cooled Power Supply System. This procurement aims to acquire a 35 kW TOCCOtron AC Power System along with associated start-up services, which are critical for laboratory operations and research activities. Interested vendors must adhere to specific requirements outlined in the Request for Quotation (RFQ), including submission of a signed RFQ page, completed representations and certifications, and evidence of price reasonableness, with all quotations due by April 7, 2025. For inquiries, vendors can contact Jazlyn Mangis at jmangis@anl.gov or by phone at (630) 252-6884.

    Point(s) of Contact
    JAZLYN MANGIS
    jmangis@anl.gov
    Files
    Title
    Posted
    The document outlines the Moderate Risk On-Site Supplemental Conditions for contractors engaging with UChicago Argonne, LLC. It sets forth essential protocols before contractors can commence work, which include obtaining prior approval from the Project Specialist. Contractors must indemnify the Laboratory and the U.S. Government against any loss or damage incurred during the project. Insurance requirements are detailed, mandating coverage for general and auto liability, and worker compensation. Contractors must adhere strictly to environment, safety, and health standards, including the specifics of a Job Safety Analysis (JSA) that assesses job-related hazards. Moreover, it emphasizes training for personnel, the necessity of safety documentation on site, and the need for compliance with various federal regulations. The contractor's discipline program requires consistent monitoring of safety performance, with progressive penalties for incidents. The overarching aim of these conditions is to ensure a safe working environment that meets governmental standards and protects both personnel and the public. These guidelines are pivotal within the context of federal RFPs and grants, ensuring accountability in projects related to national laboratories.
    The document is a Request for Quotation (RFQ) issued by UChicago Argonne, LLC, for the procurement of a 35 kW TOCCOtron AC Power System and associated start-up service. Interested vendors are advised that quotations must be received by April 7, 2025, under Inquiry No. 5-B187-Q-00399-00. The RFQ outlines the specifications of the required power supply, including its operation parameters and components, along with a brief description of the on-site start-up service needed afterward. Additionally, it stresses that all responses must abide by Argonne’s Terms and Conditions, which provide exemption from specific Illinois taxes. Bidders are instructed to submit their quotations with various supporting documents, including a signed page of the RFQ, completed representations and certifications, and evidence of price reasonableness. The document underscores the requirement for firm pricing and details the conditions under which offers can deviate from specifications. The overall goal is to solicit competitive bids while ensuring compliance with federal regulations and internal guidelines for government contracts, emphasizing accountability in procurement processes.
    The Argonne National Laboratory (ANL-70A) document outlines the required representations and certifications for organizations responding to federal government requests for proposals (RFPs). It serves as a supplement to the existing online application in the System for Award Management (SAM) and incorporates clauses from the Federal Acquisition Regulation (FAR). Key sections include general company identification, business organization type, compliance with covered telecommunications equipment regulations, and certifications regarding personal conflicts of interest and the absence of suspect or counterfeit parts. Additionally, the document emphasizes conformity with the Buy American Act, cost accounting standards for larger contracts, and the prohibition of using federal funds to influence contract awards. The structure is divided into parts addressing varying contract values and requirements, highlighting the certification processes for transparency and accountability. The overall purpose emphasizes ensuring that offerors provide accurate information for regulatory compliance, integrity in competitive bidding, and adherence to federal standards. This document is critical in maintaining quality assurance in federal contracting processes across various levels of government.
    The document outlines the Argonne National Laboratory (ANL) Terms and Conditions for Commercial Goods and Services, emphasizing compliance with federal acquisition regulations (FAR) and Department of Energy (DOE) directives. It defines key parties, including the Laboratory and the Government, while establishing thresholds for micro-purchases and simplified acquisitions. Key provisions include acceptance criteria, assignment restrictions, liability limitations, and requirements for employee conduct. Environmental compliance is highlighted, particularly concerning ozone-depleting substances and refrigeration equipment, stressing adherence to federal laws. Payment terms specify the necessity of proper invoicing, including property management details. Additionally, the document addresses site entry regulations requiring REAL ID compliance for access. Provisions regarding termination for cause and convenience safeguard the Laboratory's interests while ensuring contracts are upheld. Overall, the document serves as a comprehensive framework for contractors working with ANL, ensuring clarity in obligations and maintaining regulatory compliance within government contracting.
    The document outlines the travel policy and record-keeping requirements for contractor personnel under a government contract, primarily for the Department of Energy (DOE). It specifies that any travel outside the contractor's base must receive prior approval from the Laboratory Division Director, and foreign travel requires additional DOE authorization, adhering to DOE Order 551.1C. Contractors will be reimbursed for allowable travel costs in compliance with Federal Acquisition Regulation (FAR) 31.205-46, with receipts required for expenditures of $75 or more. The document further details the maintenance of accounts and records, requiring contractors to keep distinct documentation of all allowable costs, collections, and use of government property. All records are subject to inspection and audit by the DOE or other government entities. Contractors must also ensure that similar provisions are included in subcontracts. The emphasis is placed on accountability, financial transparency, and adherence to established governmental protocols for audits and inspections, highlighting the standard practices expected in federal grants and contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    MMW Chiller for Balance of Plant
    Energy, Department Of
    The Department of Energy is seeking qualified vendors to provide an outdoor air-cooled MMW Chiller system for its Multi-Megawatt electrolyzer project, with a minimum cooling capacity of 30 tons required by March 2026. This chiller will play a crucial role in drying hydrogen produced by a proton exchange membrane (PEM) electrolyzer by cooling glycol to condense water from the hydrogen stream, ensuring the hydrogen is suitable for use in fuel cells and other applications. The procurement includes specific technical requirements such as a flow rate of 90-120 gpm, operation in extreme conditions, and compatibility with a 50/50 propylene glycol and water mixture. Interested parties should contact Kirby Hoffman at Kirby.Hoffman@nrel.gov for further details regarding the Request for Quote (RFQ) No. 2026027456.
    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.
    POWER SUPPLY ASSEMB
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a Power Supply Assembly. This contract requires the manufacturing and quality assurance of electrical converters, specifically designed for military applications, ensuring compliance with various inspection and acceptance standards. The goods are critical for maintaining operational readiness and reliability within defense systems. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and are advised to register for notifications and access to contract documents through the Procurement Integrated Enterprise Environment (PIEE) website.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of a power supply, identified by NSN 6130015085417. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated nine orders per year and a guaranteed minimum quantity of two. The power supply is critical for various military applications, and items will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of power supply units. The procurement aims to establish a contract for the repair turnaround time (RTAT) of 90 days, with specific requirements for inspection and acceptance of supplies, as well as adherence to quality assurance standards. These power supplies are critical components for various defense systems, emphasizing the importance of timely and reliable repairs. Interested contractors should submit their quotes, including unit price and RTAT, to the primary contact, Owen M. McNamara, at 215-697-3473 or via email at OWEN.M.MCNAMARA2.CIV@US.NAVY.MIL, with the solicitation details available for review.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a POWER SUPPLY, specifically for the AN/SQS-53 SONAR SYSTEM. This contract involves the manufacture and quality assurance of electrical converters, with strict adherence to military specifications and standards, including MIL-STD-130 for marking and MIL-STD-2000 for soldering. The successful contractor will be responsible for ensuring compliance with all technical requirements and inspection protocols, with the expectation of timely delivery and quality assurance measures in place. Interested vendors should direct inquiries to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    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.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a power supply, specifically NSN 6130012926971, with a requirement for four units to be delivered to DLA Distribution Cherry Point within 180 days after order. This procurement is critical for ensuring the operational readiness of military equipment that relies on reliable power supply systems. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received in a timely manner. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a power supply, specifically NSN 6130016669848, with an initial order quantity of five units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, and is expected to include approximately five orders annually. The power supply is critical for various applications within military operations, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.