New Busch BA100, 208V3phase, silencer, VFD included or domestic equivalent
ID: RFQ426782Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

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

    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the procurement of a New Busch BA100, 208V 3 phase pump, including a silencer and variable frequency drive (VFD), or an equivalent domestic product. This equipment is essential for the Enrichment Science and Engineering Division, which relies on such machinery for various operational processes. Proposals must adhere to the specifications outlined in the Bill of Materials and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested vendors should submit their proposals by December 12, 2025, and direct any inquiries to Brittany Waring at waringbc@ornl.gov.

    Point(s) of Contact
    Brittany Waring
    waringbc@ornl.gov
    Files
    Title
    Posted
    The provided file details a single line item quote for a Busch BA100, 208V 3 phase, including a silencer and VFD. The quote, identified by number 1332570714, specifies a quantity of one unit manufactured by Busch. While the lead time, total price, and country of origin are not provided, this document serves as a standard procurement record often found within government RFPs or purchasing processes for federal, state, or local entities.
    This government file, BSD-CS-2146, outlines comprehensive terms and conditions for commercial item transactions with the U.S. Department of Energy (DOE) and UT-Battelle, LLC. It covers general provisions applicable to all transactions, including definitions, dispute resolution, payment, acceptance, communication with the government, inspection, warranty, assignment, material requirements, transportation, and termination. Key aspects include strict compliance with federal and state laws, environmental, safety, and health protection, and export control regulations. Specific sections address requirements for services, work performed on DOE sites (including facilities access, badges, and worker safety programs), access to classified information, and agreements exceeding various financial thresholds. The document also details policies on information technology security, protection of personally identifiable information (PII), gratuities, and public release of information, emphasizing accountability and adherence to government standards.
    The “Prime Supplemental Flowdown Document BSD-CS-2258” 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). This document integrates mandatory U.S. Government regulatory and customer obligations from ORNL's contract with the Department of Energy (DOE). It specifies various federal acquisition regulations (FAR) and DOE-specific clauses applicable to subcontracts, often based on monetary thresholds or the nature of the procurement (e.g., IT, construction, R&D, classified work, international travel, or those involving nuclear materials). Key areas covered include restrictions on subcontractor sales, anti-kickback procedures, business ethics, whistleblower rights, prohibitions on certain telecommunications equipment, small business utilization, equal opportunity, environmental considerations, data rights, and security clearances. The document also lists numerous DOE Orders and Manuals, detailing required compliance in areas such as information technology, cybersecurity, emergency management, quality assurance, safety, and nuclear material control. In cases of conflict, the clauses in this document take precedence. Inapplicable clauses are considered self-deleting, ensuring that only relevant obligations are imposed on sellers. Special provisions address intellectual property rights for data produced under specific DOE funding opportunities, particularly for the Critical Materials Hub, and for International Thermonuclear Experimental Reactor (ITER) procurements. This comprehensive framework ensures regulatory compliance and operational standards across all subcontracted activities.
    The "Representations and Certifications – Abbreviated" document outlines critical requirements for offerors seeking to work with Oak Ridge National Laboratory, emphasizing compliance with federal regulations. It covers organizational type, small business designations (including veteran-owned, service-disabled veteran-owned, 8(a) small disadvantaged, women-owned, and HUBZone), export controls (Trigger List, Military/Space, and Dual Use Items), and Buy American Act provisions. The document also addresses child labor certifications, prohibitions on certain telecommunications equipment from covered foreign countries, conflict of interest disclosures, and certifications regarding payments to influence federal transactions. Offerors must register in SAM.gov and face penalties for misrepresentation. The document ensures adherence to legal and ethical standards in federal contracting.
    Oak Ridge National Laboratory (ORNL), managed by UT-Battelle, LLC, has issued Request for Proposal (RFP) No. PR426782 for a New Busch BA100, 208V 3 phase, silencer, with VFD included, for its Enrichment Science and Engineering Division. This competitive solicitation, with a NAICS code of 333310, seeks offers for a Busch-Screw Pump or domestic equivalent under a Firm Fixed Price subcontract. Proposals are due by December 12, 2025, 5:00 pm EST, with questions due by December 8, 2025, 5:00 pm EST. The award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring adherence to Attachment A (Bill of Materials) or an approved equal. Offerors must provide a company profile, signing authority, and clear identification of any exceptions or assumptions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Lektirever Vertical Carousel
    Buyer not available
    The Department of Energy, through ORNL UT-Battelle LLC, is seeking quotes for a Lektirever Vertical Carousel or an approved domestic equivalent. This procurement aims to acquire a unit manufactured by Kardex Remstar, LLC, which is essential for efficient storage and retrieval of materials within the laboratory setting. Proposals must be submitted by December 5, 2025, at 4:00 PM EST, and should include a firm fixed price quote, delivery schedule, and completed representations and certifications. Interested vendors can direct inquiries to Brittanie Mack-Brewster at mackbrewstbc@ornl.gov, and the opportunity is not set aside for small businesses.
    Wazer Pro Bundle (No Substitutes)
    Buyer not available
    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.
    LBNF Liquid Argon LAr Circulation Equipment
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for the engineering, manufacturing, and delivery of Liquid Argon (LAr) Circulation Equipment for the Long-Baseline Neutrino Facility (LBNF) project in South Dakota. The procurement involves the design and construction of a vacuum jacketed pump valve box, associated piping, valves, instrumentation, and protective structures for cryogenic equipment, all essential for the efficient transfer of liquid argon within the facility. This project is critical for advancing particle physics research and ensuring the operational integrity of the LAr Circulation System, which plays a vital role in the LBNF/DUNE initiative. Proposals are due by January 5, 2026, with technical questions accepted until December 8, 2025; interested vendors should contact Jeremy Duncan at jeremyd@fnal.gov for further details.
    HONDA Generators
    Buyer not available
    The Department of Energy, through ORNL UT-Battelle LLC, is soliciting quotes for the procurement of HONDA 2200 watt and 3200 watt 120V inverter generators equipped with CO-MINDER™ technology, or their domestic equivalents. This procurement aims to secure reliable and efficient power generation solutions for use at the Oak Ridge National Laboratory in Tennessee, highlighting the importance of such equipment in supporting laboratory operations and research activities. Proposals must be submitted by December 5, 2025, at 4:00 PM EST, and should include a firm fixed price quote, a delivery schedule, and completed representations and certifications. Interested vendors can direct inquiries to Brittanie Mack-Brewster at mackbrewstbc@ornl.gov before the question deadline of December 3, 2025.
    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.
    PUMP UNIT,CENTRIFUG
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the PUMP UNIT, CENTRIFUG, under a sole source Advanced Equipment Repair Program (AERP). Contractors are required to submit a Firm-Fixed Price (FFP) proposal that includes comprehensive costs associated with the repair of potentially damaged or incomplete units, along with specific metrics such as teardown and evaluation rates, repair turnaround times, and any capacity constraints. This procurement is critical for maintaining operational readiness and ensuring the reliability of naval equipment, with a requested repair turnaround time of 365 days. Interested parties must have a valid U.S. Security Clearance of CONFIDENTIAL or higher to respond, and proposals should be directed to Kathryn Shutt at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL or by phone at 717-605-2430.
    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.
    Cryo Linear Actuator plus Accessories or Equivalent
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for a Cryo Linear Actuator and associated accessories, with a focus on obtaining the best price for a Firm Fixed Price (FFP) procurement. The required items include a Cryo Linear Actuator with specific performance parameters, such as a 10 mm travel range and compatibility with ultra-high vacuum (UHV) conditions, among others. These components are critical for advanced research and development operations at BNL, emphasizing the importance of precision and reliability in laboratory settings. Interested suppliers must submit their quotes, including all costs, by the specified deadline, and can contact Lauren von Ende at lvonende@bnl.gov or 631-344-3634 for further details.
    B-1 Pump, Axial Pistons
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 75 units of new manufacture axial piston pumps, specifically NSN 4320-01-148-0387. This unrestricted acquisition, outlined in solicitation SPRTA1-26-R-0097, requires compliance with ISO 9001-2015 standards, and contractors must provide pricing for various quantity ranges while suggesting Economic Purchase Quantities. The pumps are critical components in aircraft engine systems, emphasizing the importance of domestic sourcing and supply chain security. Proposals are due by December 26, 2025, at 3:00 PM, and interested parties can contact Lori Lumsden at lori.lumsden.1@us.af.mil for further information.
    29 - Pump, Fuel, Electrical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for the procurement of 1,116 units of an Electrical Fuel Pump, identified by NSN 2910-013414647. The delivery of these pumps is required within 525 days to the DODAAC location in Red River, Texas, with inspection and acceptance to occur at the origin. This procurement is significant as it supports military operations, and the solicitation will follow FAR part 15 procedures, emphasizing best value evaluations based on price, past performance, socioeconomic participation, and delivery. Interested suppliers must submit their proposals via the DIBBS platform or email them to Travis Grafton at travis.grafton@dla.mil, with the solicitation expected to be available on or about December 4, 2025.