Dilution Refrigerator Cryostat System
ID: SLAC_RFP_352008(SL)Type: Combined Synopsis/Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFSLAC Natl Accel Lab -DOE ContractorMenlo Park, CA, 94025, USA

NAICS

All Other Miscellaneous Manufacturing (33999)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking proposals for the procurement of a Dilution Refrigerator Cryostat System. The objective is to acquire one unit of this specialized laboratory equipment, which is crucial for advanced scientific research, particularly in quantum sensing applications. The procurement process emphasizes compliance with specific technical requirements, including a base temperature capability of 10 milliKelvin or lower and a cooling power of at least 400 microwatts at 100mK. Proposals must be submitted electronically by January 24, 2025, at 4 PM PST, and should remain valid for 90 days post-submission. Interested offerors can direct inquiries to Stephanie Low at stephl@slac.stanford.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to a solicitation issued by the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. The amendment, effective January 15, 2025, pertains to Solicitation/Subcontract Number 352008 and extends the deadline for submitting offers from January 14, 2025, to January 21, 2025, at 4 PM PST. The amendment requires all offerors to acknowledge receipt prior to the specified deadline to avoid rejection of their offers. All other terms and conditions of the original solicitation remain unchanged. The purpose of this modification is to communicate administrative changes effectively while ensuring that vendors have ample time to submit their proposals. The document emphasizes adherence to procedural requirements and the importance of compliance with timelines in the context of federal contracting processes.
    The SLAC National Accelerator Laboratory issued an amendment to solicitation number SLAC_352008(SL) regarding a subcontract modification under contract DE-ACO2-76-SF00515. Effective January 17, 2025, the due date for offers has been extended from January 21, 2025, to January 24, 2025, at 4 PM PST, allowing offerors more time to submit proposals. The amendment requires acknowledgment of this extension by offerors in specified manners, emphasizing that failure to acknowledge prior to the deadline may result in rejection of their offers. While this amendment changes the submission date, it maintains all other terms and conditions of the original solicitation. Signed by authorized officials, this document reflects administrative updates crucial for managing procurement processes in line with federal regulations. This highlights the importance of timely communication in federal RFPs, ensuring compliance and thorough consideration from potential bidders.
    The SLAC National Accelerator Laboratory released a Request for Proposal (RFP) SLAC_352008(SL) for the procurement of a Dilution Refrigerator Cryostat System. Proposals must be submitted electronically by January 14, 2025, 4:00 PM Pacific Time, and remain valid for 90 days. Offerors are required to confirm acceptance of all RFP terms and conditions within their submissions. Eligible offerors must be registered with the System for Award Management (SAM), with no fees for registration. Proposals must include various completed documents, such as a Subcontract Award Form, cost breakdown, certificates, and several attachments pertinent to insurance and representations based on entity classification. The procurement process requires adherence to specific sections detailing the Statement of Work, shipping, inspections, deliveries, and evaluation factors. Only signed proposals from authorized representatives will be accepted, and all inquiries must be directed to the designated Procurement Representative. The emphasis on compliance with terms, timely submission, and proper documentation underscores SLAC’s commitment to structured procurement processes consistent with government RFP practices.
    The document outlines a subcontract form issued by the SLAC National Accelerator Laboratory, managed by Stanford University for the U.S. Department of Energy. It details the requirements for submitting proposals concerning the procurement of a Dilution Refrigerator Cryostat System. Key information includes the subcontract’s firm fixed-price type, solicitation number SLAC_RFP_352008(SL), and a deadline for offers by January 14, 2025, at 4:00 PM PST. The subcontract is overseen by Stephanie Low, and invoices are to be submitted to SLAC’s accounts payable. The structure of the document features various sections, including special terms, specifications, and evaluation factors for award. The purpose is to establish a formal agreement wherein the subcontractor commits to deliver specified goods or services under defined terms. Overall, the document serves as a foundational framework for ensuring compliance with procedural and contractual obligations in government procurement, facilitating efficient acquisition in alignment with federal guidelines.
    This document outlines a government Request for Proposal (RFP) related to the procurement of a Dilution Refrigerator Cryostat System, including its installation and training services. The RFP specifies a single unit of the cryostat system to be supplied in alignment with defined technical requirements dated November 2024 and December 2024. Additionally, it incorporates the cost for the installation and training services, both items being billed on a per unit basis. Payment terms are set to Net 30 days, with the potential for discounts noted, such as those applicable to educational or bulk purchasing. The document serves as a formal solicitation for vendors to submit competitive bids, ensuring compliance with outlined specifications and requirements, while aiming to facilitate effective procurement by a federal entity under the designated budget and funding constraints. This encapsulation of the RFP is crucial for ensuring the acquisition of specialized scientific equipment while optimizing training and support for the end-users.
    The document pertains to the Supply Chain Management at the SLAC National Accelerator Laboratory, specifically focusing on the Statement of Work (SOW) for Dilution Refrigerator Cryostat Systems. It includes references to critical documents outlining the technical requirements and specifications related to the project. The SOW dated November 14, 2024, along with Minimum Technical Requirements from December 3, 2024, detail the operational protocols and technical expectations necessary for the procurement and implementation of the cryostat systems. The overall intent is to ensure that the provided systems meet the advanced operational needs of the laboratory, adhering to the standards set forth by the U.S. Department of Energy. The structure emphasizes the importance of detailed documentation and compliance necessary to fulfill the project's mandates effectively.
    The document outlines the minimum technical requirements for a Dilution Refrigerator (DR) Cryostat System, intended for federal government RFPs and grants. The key specifications include a base temperature capability of 10 milliKelvin or lower, a cooling power of at least 400 microwatts at 100mK, and a cryogen-free operation that utilizes compatible pulse tube cryorefrigerators. It mandates that the system provides a substantial experimental space, utilizes oil-free gas-handling systems, and integrates comprehensive thermometry and monitoring controls. Additionally, vibration isolation needs to be achieved with stringent displacement limitations. The document also expresses preferred characteristics for proposals, such as enhanced experimental space dimensions, maintenance-free operation over a year, improved vibration isolation, expedited cooldown times under 36 hours, and convenient wiring access. Furthermore, the preference extends towards systems with magnetic shielding, ease of assembly, and the capability for pre-installed customer-specified wiring. Overall, the document serves to invite vendors to respond to an RFP, providing specific performance criteria and desired enhancements for effectively executing cryogenic experiments.
    The document outlines the procedures for delivery, shipping, and packing related to the "Statement of Work (SOW) for Dilution Refrigerator Cryostat Systems" at the SLAC National Accelerator Laboratory. It details the shipping terms for both domestic and international vendors, specifying that domestic shipments should be made FOB Destination Prepaid and Add, while international shipments must be made CIP to SLAC Menlo Park, with duties unpaid. For international vendors, coordination with the SLAC customs agent, Green Worldwide Shipping, is mandatory, including specific contact details. Shipments must be marked appropriately to include the SLAC address, shipper, and SLAC subcontract or purchase order number. The structured outline emphasizes compliance with shipping regulations and clear identification of shipments, reflecting the laboratory's operational protocols in handling contracts under federal guidelines. This document underpins the importance of adherence to shipping procedures within the context of government procurement and federal research operations.
    The document outlines the inspection and acceptance terms for supplies at the SLAC National Accelerator Laboratory, which is operated by Stanford University under the U.S. Department of Energy. It specifies that inspections can occur either at the vendor's facility or SLAC itself, with both inspections and acceptance conducted by respective parties. For the first item, it mandates the vendor to provide a comprehensive system performance report that includes necessary data after the system has been fabricated and tested, ensuring compliance with the established standards outlined in the Statement of Work. This document emphasizes accountability and thorough reporting prior to delivery, highlighting the rigorous quality control standards expected in federal procurement processes.
    The document outlines delivery specifications for an RFP associated with the SLAC National Accelerator Laboratory, managed by Stanford University for the U.S. Department of Energy. It details the procurement of a dilution refrigerator and accompanying installation and training services. Specifically, the refrigerator is to be delivered in one unit no later than six months after receipt of order (ARO), while installation and training at the SLAC site should occur within four weeks following the delivery of the refrigeration unit. This document is part of broader federal procurement efforts, emphasizing precise timelines and coordination for advanced scientific equipment deployment, vital for ongoing research operations at the laboratory.
    The document outlines the general terms and conditions associated with subcontracting at the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. It specifies the applicable terms that govern the procurement of fixed-price commercial supplies and services, referencing two key documents: the "General Terms and Conditions for Fixed Price Commercial Supplies and Services" dated August 2023 and the "General Terms and Conditions for On-Site 'Non-Green' Services Subcontract Rider" dated October 2024. These terms establish the guidelines and requirements for contractors involved in supplying services and materials at the laboratory, emphasizing compliance and operational standards for effective supply chain management. The purpose of these terms is to ensure clarity and legal soundness in procurement practices, particularly within the context of government contracts.
    The document outlines the General Terms and Conditions for Fixed Price Commercial Supplies and Services as part of a subcontract between the Buyer, SLAC National Accelerator Laboratory, and the Seller. It establishes the terms regarding the procurement of goods and services, emphasizing responsibilities related to service quality, delivery, and compliance with legal standards. Key sections detail the Seller's obligations, including guarantees on product quality, warranty terms, payment processes, travel expense reimbursements, and inspection protocols. Notable components include the Seller's indemnity against non-compliance with laws and regulation, confidentiality obligations, and requirements for managing personnel. The document also incorporates clauses relevant to federal and state laws, such as the Service Contract Act and the Buy American Act, enhancing accountability and lawful conduct in subcontracting arrangements. This structured agreement ensures clarity and mutual understanding, essential in governmental RFPs and federal grants, while adhering to regulations pertinent to both state and local procurement processes. Ultimately, it aims to ensure that the Seller delivers services efficiently and in accordance with federal, state, and local laws.
    The General Terms and Conditions for Non-Green Services Rider outlines the framework for subcontractor responsibilities when performing non-green services at SLAC. Key aspects include clauses related to government-furnished property, workscope, safety and environmental compliance, and the management of personnel. The Seller is obligated to ensure that its workforce meets necessary qualifications, adheres to safety regulations, and manages government property responsibly. The document details requirements for coordination with other contractors, notification of labor disputes, and the importance of adhering to the Injury and Illness Prevention Program (IIPP). It also mandates insurance coverage levels, compliance with environmental laws, and the proper handling of potential hazards, including contracting protocols for foreign personnel on-site. The purpose of this document aligns with the federal government's standards for contract management, emphasizing accountability, compliance, and safety in government-related projects. This ensures adherence to legal and procedural standards across federal, state, and local RFPs, contributing to effective service delivery and risk mitigation in various projects.
    The document outlines special terms and conditions regarding subcontract management at the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. It designates Stephanie Low as the contractual representative, who is the sole authority for making changes to the subcontract. The Technical Representative, yet to be determined, will oversee the technical aspects without altering the subcontract's terms. Additionally, the document details duty-free entry provisions for supplies imported into the U.S. The contractor must notify the contracting officer about foreign purchases exceeding $15,000 and follow specific procedures for claiming duty-free status. The guidelines include documentation requirements, notification timelines, and the need to incorporate these provisions into subcontracts when applicable. The objective of these regulations is to streamline procurement processes while ensuring compliance with customs regulations, thereby supporting efficient government contracting and operations within federal programs.
    The document outlines attachments related to supply chain management for the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. It includes a list of documents designed to ensure compliance with various safety and operational protocols. The attachments are: 1. An Injury and Illness Prevention Plan (IIPP) dated May 2021, consisting of 1 page. 2. A sample Certificate of Liability Insurance from January 2009, spanning 2 pages. 3. A Work Classification Form for informational purposes dated November 2024, comprising 7 pages. 4. A Tax Resale and Exempt Certificate, also for informational purposes, dated June 2024, with 4 pages. These documents are essential for maintaining regulatory compliance and outlining expectations within the supply chain framework, which is pertinent in response to federal RFPs and grants. The structure indicates a focus on worker safety, financial accountability, and clarification of employment classifications, crucial for any contracting process related to federal funding and oversight.
    The document outlines the requirements for subcontractor safety within the SLAC (Stanford Linear Accelerator Center), specifically focusing on the Injury and Illness Prevention Plan (IIPP) acknowledgment form. All subcontractors must complete this form, affirming their compliance with SLAC's IIPP, which aligns with the DOE Worker Safety and Health Program. Prime subcontractors are responsible for ensuring that their sub-tier subcontractors also comply with these regulations. The form must be signed by an authorized representative, preferably a job supervisor, and is a prerequisite for receiving a notice to proceed. Additionally, any subcontractor with employees working on-site for extended periods or participating in regulatory medical programs must maintain comprehensive occupational medicine services and provide relevant provider contact information. The document emphasizes adherence to stringent health and safety standards relative to existing state and federal regulations, underlining SLAC’s commitment to workplace safety and regulatory compliance.
    The document outlines a federal request for proposals (RFP) focused on improving community health services through innovative approaches. The key objectives include assessing current healthcare needs, enhancing accessibility to services, and leveraging technology to improve patient outcomes. The grant invites proposals from various organizations with experience in healthcare delivery, community engagement, and data analytics. Responses should include a comprehensive plan that addresses specific community health issues, partnerships with local stakeholders, and strategies for sustainable impact. Evaluation criteria encompass the effectiveness of proposed methods, feasibility, and the applicant's prior success. The initiative underscores the federal commitment to addressing health disparities and fostering collaborative solutions among community entities. By leveraging state and local resources, the program aims to deliver impactful health interventions tailored to the unique needs of diverse populations. This approach not only promotes better health outcomes but also aligns with broader governmental health strategies and priorities.
    The Work Classification Form is designed for assessing and categorizing project work at the SLAC Facility. It requires information such as purchase requisition numbers, project titles, and descriptions. The form distinguishes between "Green work," involving low-risk activities like routine office tasks, and "Non-Green work," which necessitates additional evaluations due to heightened risks, including those requiring safety permits or involving hazardous materials. The specific project detailed in the form pertains to a dilution refrigerator for the Bartram axion lab, aimed at developing quantum sensing techniques. Non-Green work entails a comprehensive assessment that integrates elements of Environmental Safety and Health (ES&H) with project documents. The assessment encompasses numerous required safety plans covering construction, high-risk services, waste management, and hazardous materials, ensuring compliance with safety protocols. Additionally, it details necessary training and qualifications for subcontractor staff. This classification system serves to streamline project safety, ensuring adherence to federal guidelines for funding and grants within the context of governmental requirements for service proposals and project management.
    The SLAC National Accelerator Laboratory issued a communication to provide credit references and a resale certificate as part of its supply chain operations. Managed under the Department of Energy, SLAC conducts research in material science and high-energy physics, with all operational costs guaranteed by the U.S. Government. The letter includes the names and contact details of three suppliers for credit inquiries, alongside U.S. Bank as the primary account manager. SLAC emphasizes that its purchases are for immediate resale to the U.S. Government and shares its federal and California Tax IDs as well as resale permit information. The attached California Resale Certificate affirms SLAC's exemption from sales tax on its acquisitions for resale purposes, while outlining the obligations around the use and reporting of resale certificates. This document underscores SLAC's dedication to maintaining compliant financial practices while facilitating its procurement processes as a National Laboratory engaged in federally funded research and development.
    The document from the SLAC National Accelerator Laboratory outlines the requirements for supply chain management, specifically regarding representations and certifications for entities engaging with the U.S. Department of Energy. Entities are instructed to complete either a supplemental form for foreign or domestic representation, with specific versions dated May 2023 and August 2022, respectively. Additionally, a signed Buy American Act Certificate dated August 2023 must be submitted. This document underscores compliance obligations for foreign and domestic contractors, ensuring adherence to federal standards in procurement and supply chain management. It is essential for potential bidders to meet these regulatory requirements to engage successfully with the laboratory's federal contracts.
    The document outlines the International Representations and Certifications required by Stanford University for offerors whose performance occurs outside the United States, specifically under Prime Contract DE-AC02-76SF00515 with the Department of Energy. Key sections include the type of organization, certification regarding debarment and legal responsibilities, and guidance on lobbying and anti-kickback provisions. Offerors must certify their status regarding previous legal or contract issues and disclose relationships with Stanford employees or relatives to evaluate potential conflicts of interest. These certifications must be submitted alongside proposals and remain valid for one year. The purpose of these requirements is to ensure compliance with federal regulations, integrity in federal contract dealings, and the identification of any potential conflicts of interest. Overall, the document emphasizes the legal responsibilities and ethical considerations necessary for participation in federal contracting processes.
    This document serves as a Representations and Certifications Supplement for Stanford University, engaged in a Prime Contract with the U.S. Department of Energy for the operation of the SLAC National Accelerator Laboratory. The form must be signed and submitted with proposals, certifying compliance with various federal requirements, including completion of representations in the System for Award Management (SAM) and E-Verify enrollment for employment eligibility verification. Key sections cover employee-vendor relationships, toxic chemical release reporting, anti-kickback assurances, and export control certifications. The document highlights potential conflicts of interest, necessitating disclosure if any Stanford University employee or their relatives have a significant financial stake in the offeror's organization. Additionally, the offeror certifies compliance with environmental regulations and the absence of kickbacks in the bidding process. A signature from an authorized individual confirms the truthfulness of the declarations for a period of one year, with an obligation to inform SLAC of any changes. This summary encapsulates the document's function as an essential part of the federal contracting and compliance process, ensuring transparency and adherence to federal regulations in public procurement.
    The Buy America Act Certification form is a component of federal government solicitations requiring bidders to confirm the domestic status of end products in their proposals. The primary objective is to ensure that all end products qualifying as U.S. domestic commercial products are identified, thereby supporting domestic manufacturing and compliance with the Buy American Act. The form prompts bidders to indicate whether their products qualify, and if not, to specify excluded end products and provide details about any foreign components involved, including an estimated percentage of foreign content and the country of origin. The certified information becomes part of the bidder's official quotation. This certification is crucial in the context of government requests for proposals (RFPs) and grants, ensuring compliance with national policy aimed at fostering local economic growth and securing domestic manufacturing jobs.
    The document outlines the instructions for submitting proposals for a Firm Fixed Price Subcontract for the Dilution Refrigerator Cryostat System at SLAC National Accelerator Laboratory. It specifies that proposals must include all requested data and comply with set guidelines to avoid unfavorable evaluations. Proposals are due by January 14, 2025, and must be emailed to the designated point of contact. Two primary proposal volumes are required: Volume I focuses on technical aspects, emphasizing the necessity to meet or exceed specific technical specifications, past performance, delivery schedules, and manufacturing capabilities. Volume II requires business-related factors, including financial stability and price submissions. Key evaluation factors include technical capability, past performance in similar constructs, adherence to timelines, and proof of manufacturing capability. Proposals must be validated for 90 days post-deadline, and potential suppliers must register with the System for Award Management (SAM). Offerors must address any inquiries through the designated contact while adhering to submission protocols to ensure their proposals are considered.
    The SLAC RFP 352008(SL) seeks proposals for a Dilution Refrigerator Cryostat System. It includes a Technical & Business Proposal Qualification Matrix outlining supplier evaluation criteria across multiple factors such as technical requirements, past performance, delivery schedules, and financial standing. The document details specific technical specifications that proposals must meet or exceed, including base temperature, cooling power, cryogen-free operation, and vibration isolation, along with additional desirable features like wiring capabilities and magnetic shielding. Furthermore, the RFP emphasizes vendor qualifications, necessitating evidence of prior manufacturing experience and reliable customer references, particularly in quantum sensing applications. Proposers must also detail their manufacturing capabilities and project management plans, ensuring delivery within a six-month timeframe. The evaluation process encompasses both technical and business criteria, including a review of financial health via Dun & Bradstreet reports and adherence to regulatory requirements such as the Injury and Illness Prevention Plan. Overall, this RFP aims to identify a qualified vendor capable of delivering a scientifically critical refrigeration system while providing a robust assessment framework for vendor proposals.
    The document pertains to Request for Proposal (RFP) No: SLAC_RFP_352008(SL) for a Dilution Refrigerator Cryostat System, with submissions due by January 7, 2025. It is designed for offerors to submit queries regarding the RFP details to seek clarifications. The structure of the file allows offerors to record multiple questions, along with their corresponding references from the RFP document, submission dates, and responses. The intention of this form is to facilitate effective communication between the federal entity and offerors, ensuring clarity and compliance with the proposal requirements. By streamlining inquiries and responses, this process aids potential contractors in accurately preparing their proposals, thereby enhancing transparency and competitiveness in the procurement process.
    The document outlines the selection process for subcontractors in the context of a Supply Chain Management project at SLAC, emphasizing a best value tradeoff methodology compliant with SLAC policies. Proposals will be evaluated on technical and business factors, with technical criteria prioritized over pricing. The evaluation process involves submitting both Technical and Business Proposals, after which a competitive range may be established for further discussions or negotiations. Key evaluation factors include technical specifications for a dilution refrigerator cryostat system, past performance reliability, adherence to delivery timelines, manufacturing capabilities, financial stability, and price evaluation. Each factor has specific criteria for assessment, ensuring comprehensive analysis. The process allows for rejection of unrealistic offers and considers the correction potential of proposals. Debriefings for unsuccessful bidders are permitted within five days of selection, providing insights into evaluation decisions without comparing bids. This document highlights SLAC’s structured approach to procurement, aiming to secure optimal outcomes through due diligence in evaluating technical competence and financial viability of contractors.
    The document is an Offeror's Request for Clarifications regarding Proposal No. SLAC_RFP_352008 for a Dilution Refrigerator Cryostat System, due on January 17, 2025. It presents two main queries from an offeror about the technical requirements specified in the RFP. The first question seeks clarification on a requirement stating that the system should have only one hermetic seal at 300K. The offeror argues that multiple seals enhance serviceability and functionality; the response indicates this requirement can be removed. The second inquiry concerns the possibility of quoting an option for an extended experimental space utilizing a two-piece vacuum chamber design, which would require an additional hermetic seal. The response confirms that quoting the extended space option is acceptable. Overall, the document illustrates necessary clarifications within government RFP processes, emphasizing the importance of flexibility in technical specifications and encouraging dialogue between offerors and the issuing agency to ensure that project needs are met effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Ultrafast Momentum Microscope
    Buyer not available
    The SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy, is seeking proposals for the procurement of an Ultrafast Momentum Microscope, including installation and training services. The objective is to acquire a microscope capable of measuring energy and momentum with high spatial and energy resolution, essential for advancing research in ultrafast science and material characterization. Proposals must be submitted by February 12, 2025, with a delivery timeline of 12 months post-award, and should include compliance with various federal regulations, including the Buy American Act. Interested vendors can direct inquiries to Ryan Enos at ryan.enos@slac.stanford.edu.
    Macromolecular Femtosecond Crystallography (MFX) and Coherent X-ray Imaging (CXI) Bendable Kirkpatrick-Baez (KB) Mirror Chamber Systems
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory managed by Stanford University, is soliciting proposals for the design, fabrication, and installation of two Bendable Kirkpatrick-Baez (KB) Mirror Chamber Systems for the LCLS-II-HE Macromolecular Femtosecond Crystallography (MFX) and Coherent X-ray Imaging (CXI) projects. The procurement aims to enhance advanced scientific research capabilities by providing critical components necessary for high-energy physics experiments. Interested offerors must submit firm fixed price proposals by February 10, 2025, with all submissions adhering to specific technical and compliance requirements outlined in the RFP documents. For further inquiries, potential bidders can contact Giang Ngo at giangn@slac.stanford.edu or by phone at 650-926-3975.
    Astrella Laser System with HE TOPAS Prime
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory, is soliciting proposals for the procurement of an Astrella Laser System with HE TOPAS Prime. This advanced laser system is crucial for enhancing research capabilities at the laboratory, which is operated by Stanford University, and is expected to meet specific performance metrics and reliability standards. Proposals must be submitted by February 14, 2025, at 5 PM PST, and should include detailed technical and business documentation, including compliance with the Buy American Act and various certifications. Interested vendors can direct inquiries to Ryan Enos at ryan.enos@slac.stanford.edu, and all proposals must remain valid for 90 days post-submission.
    X-Ray diffractometer
    Buyer not available
    The Department of Energy, specifically the Berkeley National Laboratory, is seeking qualified vendors to procure an X-ray diffractometer, with an estimated budget of $600,000 to $700,000. The system must meet stringent technical specifications, including a high-brightness X-ray source, automated optics, integrated software for user-friendly operation, and advanced temperature control capabilities for high-throughput X-ray analysis. This procurement is crucial for enhancing the laboratory's measurement tools, facilitating accurate and efficient X-ray analysis for diverse users. Interested parties must submit their responses to the Request for Information by February 7, 2025, and are advised that the potential Request for Proposal is expected in Spring FY 2025. For further inquiries, contact Anita Mathias at amathias@lbl.gov.
    EIC IR 10 Satellite Refrigeration Plant
    Buyer not available
    The Department of Energy is seeking qualified contractors for the design and fabrication of the IR 10 satellite refrigeration plant, which will support the Electron-Ion Collider (EIC) program at Brookhaven National Laboratory. The procurement requires expertise in fabricated structural metal manufacturing, specifically for refrigeration equipment, as outlined in the technical specifications available for download. This project is crucial for the operational efficiency of the EIC program, which plays a significant role in advancing nuclear physics research. Interested parties can reach out to Tom Huratiak at huratiak@jlab.org or call 757-269-7338 for further details regarding the solicitation.
    Spherical Si-533 diced crystal analysers
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking qualified suppliers for Spherical Si-533 diced crystal analysers, which are critical for advanced scientific research. The procurement requires a U.S. domestic source for these analysers, specifically a Si wafer of 1.5 to 4mm thickness and 100mm diameter, affixed to a glass substrate with specific curvature requirements. These analysers are essential for high-resolution measurements in backscattering geometry, with a resolution requirement of less than 60 meV. Interested parties must submit their proposals, including pricing and technical compliance statements, to Bernadette Espiritu at espiritu@slac.stanford.edu, with the procurement process adhering to the Lowest Price Technically Acceptable method. The contract will be governed by the SLAC National Accelerator Laboratory's Terms and Conditions for Fixed Price Commercial Supplies and Services, and bidders must be registered with the System for Award Management (SAM).
    Cryogenic Nano Positioner
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking qualified vendors to provide Cryogenic Nano Positioners as part of a procurement effort under solicitation number NB686000-25-00732. The primary objective is to acquire non-magnetic stages and a motion control system for use with a scanning SQUID microscope, which is critical for advanced scientific research involving superconducting electronic chips in sensitive conditions. The equipment must be delivered within 14 weeks of order acceptance to the NIST facility in Boulder, Colorado, and will undergo inspection for compliance with specifications upon delivery. Interested parties can contact Lisa Stevens at lisa.stevens@nist.gov or Angela Hitt at angela.hitt@nist.gov for further details regarding submission requirements and deadlines.
    Panel Frame
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking quotations for the procurement of a "Power Outage Tuner Patch Panel Frame" as specified in Request for Quotation (RFQ) 352439. The procurement involves the supply of 126 units of the specified panel frame, adhering to detailed engineering specifications outlined in the associated drawing DSG-000077042, which includes strict tolerances and material requirements. This equipment is critical for the LCLS-II LLRF project, emphasizing the importance of precision and compliance with military standards in government-funded engineering projects. Interested vendors must submit their quotations by February 6, 2025, to Anthony Chin at anthonyc@slac.stanford.edu, and are reminded to complete the Buy American Act Certification and other required representations and certifications as part of their proposal submission.
    LaserWireStripper
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking quotations for a Laser Wire Stripper, specifically the GA 20000, Mercury 2 (55W) Laser, along with associated tools and accessories. This procurement aims to enhance the precision and efficiency of wire stripping processes for the ATLAS experiment, which is critical for the assembly of high-performance detector systems in particle physics. The selected vendor will be evaluated based on technical criteria including stripping quality, processing time, safety considerations, and size, with a focus on achieving the lowest priced technically acceptable offer. Interested parties must submit their quotes by COB February 17, 2025, to Katherine Jill A. Coh at kcoh@slac.stanford.edu, and comply with the Buy American Act Certification and other specified requirements.
    metal gate valve
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking proposals for the procurement of two units of a UHV all-metal gate valve, specifically designed for high-performance applications. The required specifications include a valve body made from 316L stainless steel, metal seals, a leak rate of ≤ 10^-10 mbar·L·s^-1, and the capability to withstand heating up to 300°C. This procurement is critical for supporting advanced research and technology development at the laboratory, which is operated by Stanford University. Interested vendors must acknowledge the addendum to the Request for Quotation and submit their proposals, including compliance with the Buy American Act, by the specified deadline. For further inquiries, contact Katherine Jill A. Coh at kcoh@slac.stanford.edu or call 650-926-2770.