Laser Powder Directed Energy Deposition System
ID: PR422294Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Machine Tool Manufacturing (333517)

PSC

MISCELLANEOUS MACHINE TOOLS (3419)
Timeline
    Description

    The Department of Energy, through ORNL UT-Battelle LLC, is seeking proposals for a Laser Powder Directed Energy Deposition (LP-DED) system to enhance its additive manufacturing capabilities. The system must meet specific technical requirements, including a Ytterbium Fiber Laser Beam with variable power up to 700 W, a build volume of no larger than 150 mm x 150 mm x 150 mm, and the ability to operate in an inert environment with low oxygen content. This procurement is crucial for advancing the processing of high-temperature materials and enabling multi-material delivery control in a controlled setting. Proposals are due by October 31, 2025, at 5:00 PM EST, with questions accepted until October 27, 2025. Interested parties should contact Daria Wang at WangDS@ornl.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, BSD-CS-2150 (October 1, 2025), outlines the fixed-price terms and conditions for agreements between UT-Battelle, LLC (Company), acting on behalf of the U.S. Department of Energy (Government), and a Seller. It covers dispute resolution, payment, warranties, assignments, material requirements, transportation, and title. Key sections include compliance with laws, termination for default or convenience, excusable delays, bankruptcy, and incorporation of federal acquisition regulations. The document also details Seller responsibilities, inspection, and acceptance procedures. Specific conditions apply when Seller personnel work on DOE sites, addressing facility access, badges, and rigorous environment, safety, and health protection, including worker safety, integrated safety management, exposure monitoring, and reporting. The file emphasizes compliance with export control, anti-corruption, and PII protection, with strict guidelines for data handling, security, and breach reporting. Additional sections cover agreements exceeding specific financial thresholds or involving classified information.
    The document, "Prime Flow Downs BSD-CS-2258," outlines mandatory supplemental terms and conditions for subcontracts and purchase orders under Prime Contract No. DE-AC05-00OR22725 with UT-Battelle, LLC, managing Oak Ridge National Laboratory (ORNL). It incorporates various federal acquisition regulations (FAR) and Department of Energy (DOE) directives, categorizing them by applicability to different procurement types and thresholds. Key areas covered include restrictions on subcontractor sales, anti-kickback procedures, business ethics, whistleblower rights, prohibitions on certain telecommunications and surveillance equipment, small business utilization, equal opportunity, environmental standards, and intellectual property rights. Specific clauses address information technology, real estate, research and development, helium, onsite work, international transactions, classified procurements, and those involving hazardous materials or nuclear facilities. The document emphasizes compliance with export control laws, patent and copyright infringement notices, and detailed record-keeping. In case of conflicts, the clauses within this document take precedence, and inapplicable clauses are considered self-deleting. It also includes a comprehensive list of required DOE Orders and Manuals, detailing compliance obligations across various operational and management functions for contractors and subcontractors.
    Oak Ridge National Laboratory (ORNL) is seeking a Laser Powder Directed Energy Deposition (LP-DED) system to expand its additive manufacturing capabilities, as detailed in this Statement of Work. The system must meet specific technical requirements, including a Ytterbium Fiber Laser Beam with variable power up to 700 W and a beam diameter of 400 µm or less. It requires a build volume no larger than 150 mm x 150 mm x 150 mm, an inert environment with less than 50 ppm O2, and a pump-down time of under 30 minutes. The system needs to handle five or more independent powder feeders with control software for multi-material mixing. Physical constraints include a footprint under 1.5 m x 1.5 m and a weight under 500 kg, operating on 220 V single-phase power. The seller is responsible for delivery within five months, installation, site acceptance testing, providing electrical documentation, on-site training, and offering a service contract option.
    The "Representations and Certifications – Abbreviated" document is a critical component for offerors seeking to contract with Oak Ridge National Laboratory, outlining mandatory declarations for government funding. It requires offerors to certify their organizational type and various small business statuses (e.g., small, veteran-owned, service-disabled veteran-owned, 8(a) business developmental/small, disadvantaged, woman-owned, and HUBZone). Additionally, the document covers crucial compliance areas such as export control for Trigger List, Military/Space, and Dual Use Items, adherence to the Buy American Act, and certifications regarding child labor for listed end products. It also addresses the prohibition of certain telecommunications and video surveillance equipment and services, mandates conflict of interest disclosures for services exceeding $15,000, and requires certification and disclosure regarding payments to influence federal transactions for offers over $200,000. The document emphasizes the legal ramifications for misrepresentation, including fines, imprisonment, and debarment.
    This document, "EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT ACT – MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT – CERTIFICATION," outlines the conditions under which an offeror may be exempt from the Service Contract Act (SCA) for equipment maintenance, calibration, or repair services. To qualify, offerors must certify that the equipment is regularly used for non-government purposes and sold to the public, services are priced based on established catalog or market rates, and employee compensation plans match those for commercial customers. If certified, the SCA clauses may not be included in the agreement; if not, specific SCA clauses will also be excluded, and the offeror must notify the Subcontract Administrator if a wage determination was not attached. Failure to certify or notify may result in no award being made to the offeror.
    The document "REPRESENTATION OF LIMITED RIGHTS DATA AND RESTRICTED COMPUTER SOFTWARE" (Ref: FAR 52.227-15) outlines requirements for data delivery in subcontracts, specifically addressing limited rights data and restricted computer software. It details that while the Company may require data, the Seller can withhold limited rights data or restricted computer software and instead deliver form, fit, and function (FFF) data. The solicitation also provides options for the Company to order additional data, inspect data at the Seller's facility, or request delivery of limited rights data or restricted computer software marked with appropriate notices. Offerors must declare whether their proposed data includes limited rights data or restricted computer software, and if so, whether it will be delivered or if FFF data will be provided instead. The document clarifies that the offeror's identification of data status is not final until a subcontract is awarded.
    The document outlines a cost element breakdown, focusing on key components within a government procurement context. It details categories such as
    This document is a fixed-price subcontract from Oak Ridge National Laboratory (ORNL), managed by UT-Battelle, LLC, for a Laser Powder Directed Energy Deposition System. It outlines the terms, conditions, and deliverables, emphasizing worker safety and health requirements, particularly the submission of an Activity Hazard Analysis (AHA) prior to work. The subcontract details payment terms, including milestone payments upon system delivery, acceptance, and successful installation. It specifies the performance location as ORNL Manufacturing Demonstration Facility in Knoxville, TN, and includes critical contact information for both the company and the seller. The document also incorporates various general and special provisions, standard government forms, and other documents by reference, stressing compliance with federal regulations and the need for written authorization for any subcontract changes.
    Oak Ridge National Laboratory (ORNL) / UT-Battelle is soliciting Firm Fixed Price proposals for a Laser Powder Directed Energy Deposition System (Solicitation Number: 422294). The award will be based on the lowest priced, technically acceptable offer. Proposals are due by October 31, 2025, at 5:00 PM EST, with questions due by October 27, 2025. The anticipated subcontract period of performance is six months. Offerors must provide a detailed firm fixed price proposal including breakdowns for labor, material, ODCs, delivery, installation, training, and software. Required documents include completed certifications and a pricing worksheet. Documentation supporting fair and reasonable pricing is also necessary. Offerors must clearly state any exceptions to the terms and conditions. The RFP includes various attachments and special provisions, accessible online. Daria Wang (wangDS@ornl.gov) is the ORNL Procurement Representative.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Efficient Additive Manufacturing for Advanced U-X Nuclear Fuel Alloys
    Buyer not available
    The Department of Energy, through the Battelle Energy Alliance at the Idaho National Laboratory, is seeking industry partners to license innovative technology for efficient additive manufacturing of advanced U-X nuclear fuel alloys. The objective is to revolutionize the production of U-X compounds, such as U3Si2 and U-Mo alloys, by utilizing a patented Laser Engineered Net Shaping (LENS) process that streamlines manufacturing, reduces costs, and enhances safety compared to traditional methods. This technology is crucial for applications in commercial nuclear reactors, research reactors, and defense and space sectors, facilitating the production of next-generation accident-tolerant fuels. Interested companies should contact the Technology Deployment department at td@inl.gov for collaboration opportunities, as the focus is on licensing rather than procurement or hiring services.
    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.
    New Busch BA100, 208V3phase, silencer, VFD included or domestic equivalent
    Buyer not available
    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.
    BSA RFI-PVD Tool
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking information from companies regarding their capabilities to provide a magnetron sputter deposition system for quantum device fabrication. This Request for Information (RFI) outlines the need for a highly flexible, ultrahigh vacuum (UHV) system that can perform both reactive and non-reactive sputtering with precise process control, including specific requirements for components such as a UHV sputtering chamber, integrated vacuum pumping system, and a substrate stage capable of high-temperature heating. The procurement is crucial for advancing quantum technology research, and interested vendors must submit their responses electronically by 5:00 PM Eastern Time on December 24, 2025, to Aaron Hagler at ahagler@bnl.gov, with the subject line “BSA RFI-471842.”
    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.
    HD Coldboxes Fabrication
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the fabrication of two high-density (HD) coldbox structures, with an option for a third unit, to support the Long-Baseline Neutrino Facility/Deep Underground Neutrino Experiment (DUNE-US) project. The procurement involves detailed specifications for stainless steel (SS 304) coldboxes designed to house active detectors for cold testing in cryogenic conditions, with strict adherence to quality control measures and compliance with national standards. Proposals must be submitted by 5 PM Central on December 19, 2025, and should include completed SARC and PUR-466 forms for proposals exceeding $10,000. Interested parties can direct inquiries to Spencer Keske at skeske@fnal.gov.
    LCM 3D Printer
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center (NAWCWD) China Lake, is seeking sources for a Lithography-Based Ceramic Manufacturing (LCM) Multi-Material 3D Printer to enhance its capabilities in ceramic-based composite materials research and development. This procurement aims to support the design and characterization of advanced composite materials, particularly for applications such as hypersonic radomes, by enabling high geometric complexity and layer-by-layer control in the manufacturing process. The printer system must include a standalone unit with dual vats for multi-material printing, an integrated LED light source, and a separate cleaning station, along with robust safety measures and comprehensive contractor support for installation and training. Interested firms should submit a capability statement to the Contracting Office by the specified deadline, referencing the solicitation number, and can contact Kyle Hedman or Luke S. Kelley for further information.
    13 kW klystrons
    Buyer not available
    The Department of Energy, specifically the Jefferson Lab, is seeking a supplier for the fabrication, inspection, and testing of 13 kW klystrons as outlined in the attached technical specifications. This procurement is crucial for the lab's operations, as klystrons are essential components used in various applications, including particle accelerators and other high-frequency electronic systems. Interested vendors should note that there are no set-asides for this solicitation, and the primary point of contact for inquiries is Ebony Beaver, who can be reached at beaver@jlab.org or by phone at 757-269-7814. Further details regarding the proposal submission process and deadlines can be found in the RFP package.
    GS1 Glass
    Buyer not available
    The Department of Energy, through Oak Ridge National Laboratory (ORNL), is soliciting firm fixed price quotes for Lithium 6 Glass Scintillators under Solicitation Number 420845. The procurement specifically requires the delivery of various sizes of GS1 Glass, as detailed in the bill of materials, which includes polished and as-cast glass options. These scintillators are crucial for applications in nuclear science and radiation detection, emphasizing the importance of sourcing high-quality materials. Proposals are due by December 10, 2025, at 5:00 PM EST, with questions to be submitted by December 8, 2025, to Shannon Davis at davisst@ornl.gov. Offerors must adhere to specific terms and conditions outlined in the associated documents, including compliance with federal regulations and certifications.