EIGER2 S 9M Detector
ID: 6-S176-Q-00091-00Type: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Energy, through UChicago Argonne LLC, is soliciting quotations for the EIGER2 S 9M vacuum detector and associated vacuum feedthrough set for the Argonne National Laboratory's Advanced Photon Source (APS) division. This procurement aims to acquire a high-performance detector system that meets specific technical specifications, including a sensitive area of 233.1mm² x 244.7mm², a frame rate of 100 Hz, and vacuum compatibility, which are critical for scientific instrumentation in federal research. Interested vendors must submit their quotations by January 5, 2026, and adhere to the outlined terms and conditions, including the completion of required representations and certifications. For further inquiries, bidders can contact Molly Hunter at mollyhunter@anl.gov or by phone at 630-252-3094.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quotation (RFQ) from UChicago Argonne, LLC, operating Argonne National Laboratory, seeks firm price quotations for an EIGER2 S 9M detector system with accessories including vacuum compatibility, a vacuum feedthrough set, and a 100Hz speed upgrade. The RFQ, dated December 18, 2025, with a submission deadline of January 5, 2026, emphasizes specific detector specifications such as sensitive area, frame rate, dynamic range, and vacuum performance. Offerors must complete and return the Argonne Representations and Certifications (ANL-70A) booklet. Key terms and conditions, including Argonne's standard terms, progress payments, government-owned property requirements, and property acquisition guidelines, are referenced. The document also details instructions for shipping, country of origin requirements per FAR 52.225-I, and a request for lead time, shipping cost confirmation, and information on proprietary aspects of the equipment.
    The document outlines the acceptance criteria and specifications for the EIGER2 S 9M detector for 12-ID-E, a critical component in federal government scientific instrumentation. The 12-ID-E staff will independently verify its performance within 30 days of installation. Key specifications include a sensitive area of 233.1mm² x 244.7mm², <0.5% dead pixels, 100 Hz frame rate, 20 bits dynamic range, and a maximum count rate of 10⁷ photons/sec/pixel. The document details the measurement processes for these specifications, covering active area, gap width, dead pixels, frame rate, dynamic range, count rate linearity, point spread function, quantum efficiency, sensor module uniformity, and dark current. Vacuum compatibility is also a critical acceptance factor, with performance expected to remain consistent under both atmospheric pressure and vacuum conditions (10⁻³-10⁻⁴ mbar). The vendor must provide a
    This document outlines supplemental conditions for low-risk on-site federal government contracts, focusing on safety, liability, and compliance. Key areas include obtaining approval to proceed with on-site work, contractor indemnification of UChicago Argonne, LLC, the University of Chicago, and the U.S. Government for damages or injuries, and mandatory insurance coverage with specific limits for general liability, automobile liability, professional liability, and workers' compensation. The contractor must adhere to stringent Environment, Safety, and Health (ES&H) regulations, including DOE's Worker Safety and Health Program (10 CFR 851) and various federal and industry standards. This includes developing and implementing a Job Safety Analysis (JSA), ensuring a qualified on-site supervisor, and complying with site access, electrical protection, equipment inspection, and site rules. A progressive disciplinary program for safety violations, including immediate suspension for imminent danger, is detailed. The document also incorporates FAR and DEAR clauses regarding personal identity verification, pollution prevention, and access to and ownership of records, emphasizing flow-down requirements to subcontractors.
    The ANL-70B (Long Version) – Reps & Certs document outlines mandatory representations and certifications for entities seeking contracts with Argonne National Laboratory, aligning with federal RFPs and grants. It details requirements based on contract value, covering general information like legal name and UEI, business organization type (including small business classifications), and NAICS codes. Key certifications address covered telecommunications equipment, personal conflicts of interest, limited rights data, and patent waivers. As contract value increases, additional certifications become applicable, including those for service contract labor standards, affirmative action, equal opportunity, the Buy American Act, executive compensation reporting, debarment, child labor, payments to influence federal transactions, independent price determination, contingent fees, combating human trafficking, and cost accounting standards. The document emphasizes adherence to FAR clauses and encourages SAM.GOV registration for streamlined compliance.
    This document outlines the Argonne National Laboratory's (ANL) Terms and Conditions for Commercial Goods and Services, providing a comprehensive framework for contractors. It defines key terms like "Argonne National Laboratory" and "Government," and specifies thresholds for micro-purchases ($15,000) and simplified acquisitions ($350,000). The document details 22 specific clauses covering various aspects of contracting, including assignment, audits, changes, employee conduct, cybersecurity, disputes, environmental protection, excusable delays, inspection, payment, and termination. Notably, it emphasizes cybersecurity compliance, data breach notification, and restrictions on AI model training with Laboratory data. It also includes clauses on intellectual property, liability limitations, and the handling of suspect counterfeit parts. Additionally, the document incorporates by reference 43 Federal Acquisition Regulations (FAR) and Department of Energy Acquisition Regulations (DEAR) clauses, specifying their applicability based on contract value, performance location, or other conditions. These incorporated clauses cover areas such as whistleblower protection, labor standards, small business utilization, privacy, and prohibitions on certain foreign purchases. The document aims to ensure compliance, mitigate risks, and establish clear guidelines for all commercial engagements with ANL.
    This document, PD-150, outlines the mandatory requirements for contractors to control government-owned personal property acquired for contract performance. It defines various property types, including accountable, administratively controlled, capital, high-risk, and sensitive property. Contractors must meticulously document acquisitions using Form ANL-661, detailing sources, descriptions, and costs. All government property, with specific guidelines for items valued at $5,000 or more, sensitive items, and non-consumables, must be clearly identified with appropriate labels. Contractors are required to maintain comprehensive records for all property categories, including acquisition details, costs, locations, and disposition actions. Annual and closeout physical inventories, submitted via Form ANL-550 with accompanying photos for certain items, are also mandated. The document further specifies procedures for the disposition of government property upon contract completion or if damaged. Contractors must establish and maintain a robust property management system, ensuring proper care, protection, and accountability for all government-owned assets, including controls for special handling items and internal surveillance programs.
    The document ANL-661 (08/31/2023), associated with contract DE-AC02-06CH11357 at Argonne National Laboratory, is a Government Property Acquisition Record. It outlines requirements for contractors to report the acquisition of specific types of property. Contractors must indicate whether an invoice includes purchases of personal property/equipment with a unit acquisition cost exceeding $5000 and a service life over two years, or sensitive personal property/equipment regardless of dollar value. Sensitive items include communications equipment, cameras, drones, personal computer equipment, video equipment, explosives, information technology with memory capabilities, external hard drives, and controlled substances. The form requires detailed listing of such items, including property description, manufacturer, model, serial number, acquisition date, and cost. This record ensures proper control and accountability of government property, particularly items prone to loss, theft, misuse, or those with national security or export control implications.
    The "Property Management Self-Evaluation Questionnaire" (ANL-642) is a document for contractors and subcontractors to assess their compliance with government-owned property management requirements. It is designed to ensure organizations have robust systems for tracking, maintaining, and disposing of government property. The questionnaire covers critical areas such as record keeping, acquisition controls, labeling, annual physical inventories, property care, handling of special property, reporting, and accounting for damaged or lost items. It also verifies the existence of an internal surveillance program and the contractor's receipt of PD-150, "Control of Government Property- Contractor Requirements." This self-evaluation is essential for ensuring accountability and proper stewardship of government assets within federal, state, and local contracting contexts.
    The PD-133 clause outlines regulations for progress payments based on milestones in government contracts. It details conditions under which the Laboratory may suspend or reduce payments, such as the contractor's failure to comply with material requirements, lack of progress, unsatisfactory financial condition, or delinquent payments. The clause specifies that title to property acquired or produced for the contract vests in the Government, with specific rules for various items like materials, tooling, and data. It also assigns the risk of loss to the Contractor until delivery and acceptance, requiring repayment for lost or damaged property. Contractors must maintain adequate accounting systems, control costs and government property, and provide reports and access to records. In case of default, the contractor must repay unliquidated milestone payments, and title to property may revert to the contractor if the Laboratory doesn't require delivery. The clause emphasizes that these provisions do not excuse contractor performance or waive rights and remedies, and similar terms must be included in subcontracts.
    Lifecycle
    Title
    Type
    EIGER2 S 9M Detector
    Currently viewing
    Solicitation
    Similar Opportunities
    In-line XRF Measurement System
    Energy, Department Of
    The Department of Energy, through UChicago Argonne LLC, is soliciting proposals for an In-line XRF Measurement System to be utilized at Argonne National Laboratory in Lemont, Illinois. The procurement aims to acquire a sophisticated X-ray Fluorescence (XRF) system designed for continuous chemical analysis and quality control on a roll-to-roll coating line, with specific requirements for performance, safety, and software capabilities. This system is critical for enhancing operational efficiency and ensuring quality standards in laboratory processes. Interested bidders must submit their quotations by January 6, 2026, at 3:00 PM CST to Molly Hunter at mollyhunter@anl.gov, referencing Inquiry No. 6-S176-Q-00092-00, and should be aware that Argonne will be closed from December 24, 2025, to January 4, 2026.
    12-ID High Heat Load Mirror System
    Energy, Department Of
    The Department of Energy, through Argonne National Laboratory, is soliciting proposals for the design, manufacture, testing, delivery, and installation of a High Heat Load Mirror System for the 12-ID beamline, under RFP No. 6-S176-Q-00096-00. This procurement aims to enhance the laboratory's capabilities by integrating a sophisticated mirror and vacuum system that meets specific technical requirements, including optical surface qualities and cooling systems, while adhering to stringent quality assurance and safety standards. The successful vendor will play a crucial role in supporting advanced research at Argonne, which is vital for various scientific applications. Proposals must be submitted electronically to Molly Hunter at mollyhunter@anl.gov by January 23, 2026, at 3:00 PM CST, with inquiries accepted until January 4, 2026, at 3:00 PM CST.
    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.
    Flange, sensor, and cable
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the procurement of a flange, sensor, cable, and electronics for a Nondestructive beam instrumentation system. The selected contractor will be responsible for providing specific items, including NPCT-CF6 IN-96.0-120- UHV, NPCT-CF-H, NPCT-CF-316LN, and NPCT-RHC-100, which must be tested and calibrated as a complete system prior to shipment, ensuring quality assurance through documented measurements. Proposals are due by January 8, 2026, and will be evaluated based on a Low Price Technically Acceptable (LPTA) source selection process, with all inquiries directed to Cecilia Martin at cemartin@fnal.gov.
    25-ID KB Mirror System
    Energy, Department Of
    The Department of Energy, through Argonne National Laboratory, is soliciting proposals for a KB Mirror System intended for the 25-ID-E Beamline, requiring a firm fixed-price proposal in U.S. Dollars. The procurement aims to acquire a highly precise mirror system that meets stringent technical specifications for optical performance, motion control, and vacuum integrity, essential for advanced x-ray applications. Proposals must be submitted electronically by 09:00 AM CST on January 19, 2026, and should include both technical and business sections, adhering to the Best Value Methodology for evaluation. Interested parties can direct inquiries to Jazlyn Mangis at jmangis@anl.gov.
    UHV SMARPOD with Components or its Equivalent
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes from certified small businesses for the procurement of a UHV SMARPOD with components or its equivalent, under a total small business set-aside. The procurement requires an all-inclusive firm fixed price that encompasses all costs, including freight, tariffs, and handling fees, to be delivered to BNL in Upton, New York. This equipment is critical for advanced scientific research and experimentation, necessitating compliance with specific quality assurance and regulatory standards as outlined in the associated purchase order and terms and conditions documents. Interested vendors must submit their quotes, including necessary documentation and pricing information, to Beth Gilman at gilman@bnl.gov by the specified deadline, ensuring their pricing remains valid for 60 days.
    M1/M3 Flexure Systems and Vacuum Chambers
    Energy, Department Of
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for the manufacture, assembly, and testing of M1/M3 Flexure Systems and Vacuum Chambers as part of the Advanced Light Source Upgrade (ALS-U) project. The procurement encompasses five flexure systems, two transport yokes, four vacuum chambers, and various subassemblies, with a focus on precision engineering and UHV compatibility for advanced scientific instrumentation. This project is critical for enhancing the capabilities of the ALS-U beamlines, which are essential for cutting-edge research in materials science and other fields. Proposals are due by January 12, 2026, with a pre-proposal conference scheduled for November 21, 2025, and interested parties should direct inquiries to Martha Grausz at mggrausz@lbl.gov or by phone at 510-486-6618.
    Helium Jacket Assembly
    Energy, Department Of
    The Department of Energy, through Fermilab, is seeking proposals for the procurement of a helium jacket assembly, specifically designed for a 145 MHz cavity. This assembly includes a main vessel, multiple flanges, and comprehensive documentation that adheres to the ASME Boiler and Pressure Vessel Code, ensuring high standards of quality and safety. The helium vessel is critical for advanced particle accelerator technology, supporting collaborative efforts in research and development at Fermilab and Argonne National Laboratory. Proposals are due by January 16, 2026, at 5 PM CST, and interested parties should direct inquiries to Patrick Tarpey at ptarpey@fnal.gov. The procurement will follow a best value trade-off evaluation based on technical merit, past performance, cost, and delivery schedule.
    PIP-II Laserwire Magnets
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for the procurement of Laserwire Magnets as part of the Proton Improvement Plan II (PIP-II) project. This acquisition involves a built-to-print package that includes the fabrication, quality control, testing, and delivery of the magnets, which are critical for enhancing Fermilab's particle accelerator capabilities. The PIP-II particle accelerator will serve as a key facility for particle physics experiments, ensuring Fermilab's continued leadership in the field. Proposals are due by 2:00 P.M. CST on January 20, 2026, with inquiries directed to Seth Fryar at sfryar@fnal.gov or by phone at 630-840-3665.
    Multi-Pin Connector
    Energy, Department Of
    The Department of Energy, through Argonne National Laboratory, is seeking quotations for a Multi-Pin Connector, which is essential for thermocouple applications in high-temperature and low-pressure environments. The procurement aims to acquire an off-the-shelf design that meets specific technical specifications, including an operating pressure of 15 psi, a temperature range of 70-575°F, and features such as 8 gold-plated pins. Interested vendors must submit their quotations by January 5, 2026, along with required documentation, including a published price list and completed Representations and Certifications, to Jazlyn Mangis at jmangis@anl.gov. The contract will adhere to Argonne's Terms and Conditions, and the selected supplier is expected to deliver the connectors within 6-8 weeks to Lemont, Illinois.