Filtration unit consumables
ID: 5-B169-Q-00415-00Type: 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 seeking quotations for filtration unit consumables essential for laboratory operations. The procurement requires suppliers to provide specific documentation, including signed representations and certifications, a price list, verification of country of origin, and confirmation of lead times, with a focus on technical specifications that ensure compatibility with existing Millipore filtration units. These consumables are critical for maintaining high-quality water standards in laboratory settings, with a performance requirement of continuously dispensing water at 18.2 MΩ·cm or better. Interested vendors should contact Ailish Murphy at amurphy@anl.gov or call 630-252-6748, and must submit their quotations by April 7, 2025, adhering to the outlined terms and conditions to ensure compliance with federal regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) from UChicago Argonne, LLC for various scientific equipment and materials required for Argonne National Laboratory. It outlines specifics including item descriptions, quantities, and technical specifications necessary for successful bids. Suppliers must provide firm prices, shipping details, and a signed certification along with their quotation by April 7, 2025. The equipment requested includes UV lamps, filters, purification packs, and maintenance kits, all intended for compatibility with specific water filtration systems and operational efficacy. Important terms and conditions apply, including exemptions from certain Illinois taxes. Suppliers are also required to confirm lead times, verify the country of origin for items, and indicate any potential discounts associated with the Department of Energy contracts. The RFQ aims to streamline the procurement process while ensuring adherence to technical requirements and cost-effectiveness for the laboratory's operational needs. Compliance with the Argonne Terms and Conditions is essential for any resultant purchase order.
    The Argonne National Laboratory’s Pre-Award Information document (ANL-70A) establishes representation and certification requirements for vendors seeking federal contracts. It supplements the SAM online representations, confirming the accuracy of vendor information and compliance with relevant regulations. Key sections outline the necessary disclosures, including the company’s legal name, Unique Entity ID, location, primary contacts, and business type. The document emphasizes the need for adherence to specified clauses, including conflict of interest certifications, the Buy American Act, and other federal regulations concerning cost accounting standards. It requests assurances that all products offered comply with regulations regarding telecom equipment and that suspect or counterfeit parts will not be used. Further, it requires bidders to disclose any potential conflicts of interest involving Argonne employees and their relatives, reinforcing transparency and ethical practices in procurement. The document is a crucial tool for maintaining compliance and ensuring fair competition in the government contracting process, ultimately aiming to uphold integrity, accountability, and quality in federal engagements.
    The document outlines the Terms and Conditions applicable for contracts related to the procurement of commercial goods and services at Argonne National Laboratory, operated by UChicago Argonne, LLC. It specifies the roles of various parties, including the contractor and the Laboratory Procurement Official. Key provisions cover contract acceptance, assignment restrictions, and requirements regarding employee conduct, environmental protection, and compliance with federal laws and regulations. Further, it addresses essential aspects such as the contractor's responsibilities during performance, including risk of loss, payment procedures, and obligations regarding ozone-depleting substances and hydrofluorocarbons. The terms also incorporate clauses for warranty of services and supplies, termination rights, and maintenance requirements. The document emphasizes adherence to applicable regulations, indicating that non-compliance could lead to termination or the necessity for corrective actions. Overall, this file serves to ensure a mutually understood framework that governs the execution of contracts in alignment with government standards, emphasizing responsibility, compliance, and quality assurance in service delivery. This framework is crucial for upholding contractual integrity within federal and state procurement processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Lab Water Purification
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    J046-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract to EMD Millipore Corp. for inspection and maintenance services of reverse osmosis equipment at the Southeast Louisiana Veterans Health Care System. The procurement aims to secure specialized preventive maintenance and repair services for clinical laboratory reagent water systems, which are critical for ensuring the quality and reliability of laboratory operations. This contract will cover a base year from January 10, 2026, to January 9, 2027, under NAICS code 621511 and PSC code J046. Interested parties may submit capabilities statements by December 28, 2025, at 8:00 AM CST to marcus.sidney@va.gov, as the government will assess these submissions to determine the viability of competition; otherwise, negotiations will proceed solely with EMD Millipore Corp.
    Vacuum gate valve & Pendulum valve or its equivalent
    Energy, Department Of
    The Department of Energy, through the Brookhaven National Laboratory (BNL), is seeking quotes for vacuum gate valves and pendulum valves or equivalent products. Vendors are required to provide an "All Inclusive" Firm Fixed Price (FFP) quote that includes all costs associated with delivery, including freight, tariffs, and handling fees, as BNL will not accommodate separate line items for these expenses. The procurement is critical for laboratory operations, emphasizing the need for high-quality analytical laboratory instruments that meet specific performance standards. Interested vendors must ensure they are registered in the System for Award Management (SAM) and provide necessary documentation, including a published price list or equivalent pricing evidence, by contacting Beth Gilman at gilman@bnl.gov or 631-344-4144. The deadline for submissions is not specified, but timely registration and compliance with the outlined requirements are essential for consideration.
    J065-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract for Millipore Reverse Osmosis Equipment Inspection and Maintenance Services to EMD Millipore Corp. This contract will cover preventive maintenance for clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System, with services including annual maintenance visits, replacement of worn parts, software updates, and unlimited troubleshooting. The contract is set for one base year, from January 10, 2026, to January 9, 2027, and interested parties must submit a capabilities statement by December 27, 2025, at 8:00 AM CST to Marcus Sidney at marcus.sidney@va.gov. This notice is not a request for quotations, and all respondents must be registered with SAM.gov to be eligible for award consideration.
    43--FILTER ASSEMBLY,FLU
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a Filter Assembly, Flu, which is essential for various military applications. The contract will require compliance with stringent quality assurance standards, including ISO 9001 certification, and mandates that all materials supplied must be free from mercury contamination, as they are intended for use on submarines and surface ships. This procurement emphasizes the importance of maintaining high-quality standards and traceability, with a firm fixed-price contract structure anticipated. Interested vendors should direct inquiries to Matthew Cracker at 717-550-3121 or via email at MATTHEW.CRACKER@DLA.MIL, and must ensure their proposals are submitted in accordance with the specified guidelines.
    Pilatus4 S 2M CdTe 450hz
    Energy, Department Of
    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.
    Request for Information: Supply of Liquid Argon to Long-Baseline Neutrino Facility (Lead, South Dakota)
    Energy, Department Of
    The Department of Energy, through Fermilab, is seeking information from vendors regarding the supply of significant quantities of Liquid Argon (LAr) for the Long-Baseline Neutrino Facility (LBNF) project in Lead, South Dakota. The procurement aims to secure approximately 797 million standard cubic feet (scf) of LAr for initial neutrino detectors, with an optional supply of an additional 801 million scf for future detectors, totaling around 1.6 billion scf required between Q1 2029 and Q2 2035. This supply is critical for the LBNF/DUNE project, which plays a vital role in advancing neutrino research. Interested vendors should respond to the Request for Information by January 30, 2026, providing details on supply capability, purity, delivery logistics, and cost estimates to Jeremy R. Duncan at jeremyd@fnal.gov.
    WHS FILTER CARTRIDGE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Grand Coulee Power Office, is soliciting bids for the procurement of 840 water drainage sump pre-filter cartridges. These cartridges must meet specific dimensions of 40 inches in length, 2.5 inches in diameter, and 1.0 inch inner diameter, with a 50-micron rating, constructed from 100% polypropylene and featuring a hard outer cage, adhering to the PENTAIR P/N PFN50-40 BP3 HCDS or equivalent specifications. The filters are crucial for effective water purification processes, ensuring operational efficiency in water management systems. Interested small businesses must submit their proposals by December 19, 2025, with delivery required by February 27, 2026, to Grand Coulee, WA. For further inquiries, potential bidders can contact Georgena Palmer at gpalmer@usbr.gov or by phone at 509-633-9227.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    FILTER AY-LUB OIL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the supply of FILTER AY-LUB OIL (part number RG192119HFS-G) with a delivery deadline set for October 16, 2025. Vendors are required to provide these specific gear lube oil filters, ensuring compliance with strict packaging and marking standards as outlined in military specifications, to guarantee safe delivery and proper identification. This procurement is critical for maintaining operational readiness and efficiency within the Coast Guard's fleet. Interested vendors must submit their quotes by July 24, 2025, and must be registered in SAM.gov to be eligible for consideration. For further inquiries, vendors can contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.