Inductively Coupled Plasma Optical Emission Spectroscopy
ID: 5-B176-Q-00335-00Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFARGONNE NATL LAB - DOE CONTRACTORLemont, IL, 60439, USA

NAICS

Other Professional Equipment and Supplies Merchant Wholesalers (423490)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Energy, through Argonne National Laboratory, is seeking qualified contractors to provide an Inductively Coupled Plasma Optical Emission Spectroscopy (ICP-OES) system for its Metallic Project in Lemont, Illinois. The procurement includes the engineering, manufacturing, and assembly of the ICP-OES system, which must meet specific technical requirements such as a dual torch design and advanced CID Optical Detector technology for precise elemental analysis. This sophisticated analytical equipment is crucial for advancing scientific research and ensuring accurate data collection in various applications. Interested vendors must submit their quotations by March 13, 2025, and direct inquiries to Molly Murtaugh at mmurtaugh@anl.gov or by phone at 630-252-3094.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Low Risk On-Site Supplemental Conditions for contractor work at Argonne National Laboratory, emphasizing pre-work approval and comprehensive safety measures. Contractors must refrain from on-site activities until granted approval, ensuring meticulous indemnity clauses to protect UChicago Argonne, LLC, and the U.S. Government against losses due to contractor performance. Required insurance coverage includes general, automobile, professional liability, and worker's compensation policies, with contractors also mandated to ensure subcontractors meet similar insurance standards. Critical environmental, safety, and health (ES&H) protocols are defined, requiring compliance with various federal and state regulations, including 10 CFR 851, which extends beyond OSHA standards. Contractors must complete a Job Safety Analysis (JSA) for hazard identification and mitigation, with ongoing compliance and incident reporting expectations detailed. The document stresses the importance of maintaining safety culture, providing discipline protocols for safety violations, and ensuring personnel are trained and adhere to all laboratory site rules. The overarching goal is to safeguard health and safety for all personnel and the environment, establishing a structured approach to contractor management within the federal framework.
    This document is a Request for Quotation (RFQ) issued by UChicago Argonne, LLC for supplies and services related to inductively coupled plasma optical emission spectroscopy. It outlines conditions for bidders, stating that quotations must be firm and include a published price list or similar customer invoice. The request includes specific items such as an ICP system, autosampling system, and onsite support, with quantities and requirements detailed. Quotations must address Argonne's terms and conditions and comply with environmental, safety, and health regulations when work is performed on-site. The document emphasizes the need for completed certifications and representations to be submitted with bids. The deadline for quotation submissions is March 13, 2025, and offers should be directed to Molly Murtaugh. This RFQ illustrates the standard procurement process for government contracts, focusing on compliance, pricing transparency, and detailed requirements for bidders.
    The document is the "Representation and Certifications (Long Version)" for Argonne National Laboratory, outlining pre-award requirements for entities seeking contracts. It necessitates that organizations submit essential information, including legal name, Unique Entity ID (UEI), primary contact details, and certifications relevant to their business type (e.g., small business, veteran-owned). The file consists of several sections that cover general information, representations regarding telecommunications equipment, conflict of interest, eligibility under various laws, labor standards, affirmative action compliance, and certifications on child labor, trafficking in persons, and debarment history. Significantly, it emphasizes that offerors must disclose any potential conflicts of interest involving Argonne employees and certify compliance with various federal regulations. Documentation is structured into parts, with specific sections applicable depending on the value of the offers, ensuring a thorough vetting process for prospective contractors and compliance with government regulations. Ultimately, this comprehensive certification process facilitates transparent and ethical procurement in alignment with federal guidelines.
    The Argonne National Laboratory's Terms and Conditions for Commercial Goods and Services outline the contractual obligations and requirements for vendors. These terms reference applicable Federal Acquisition Regulations (FAR) and Department of Energy Acquisition Regulations (DEAR), emphasizing compliance with the latest standards. Key components include conditions for acceptance, assignment, conduct of employees, environmental protections, and provisions for excusable delays, thereby promoting operational efficiency and regulatory adherence. The document also details protocols for inspection and acceptance of services, risk of loss, pricing structures, and warranty provisions for services and products. Specific clauses require contractors to adhere to environmental regulations regarding refrigerants and ozone-depleting substances, mandate compliance with federal, state, and local laws, and enforce restrictions against counterfeit parts. Real ID requirements for access to laboratory facilities are also addressed, highlighting security measures. Overall, the document serves as a comprehensive guide for contractors engaging with the Argonne National Laboratory, ensuring that all parties understand their rights, obligations, and the regulatory frameworks governing their work, particularly in the context of federal contracts and grants.
    The Statement of Work (SOW) outlines the procurement process for an Inductively Coupled Plasma Optical Emission Spectroscopy (ICP-OES) system intended for the Metallic Project at Argonne National Laboratory (ANL). The contractor is responsible for engineering, manufacturing, and assembling the system, ensuring compliance with technical specifications and safety standards. Key objectives include shipping, assembling, and testing the instrument at ANL. Technical requirements specify a warm-up time of 15–30 minutes, a dual torch design, a full wavelength spectrum from 167 nm to 852 nm, and advanced CID Optical Detector technology for accurate elemental analysis. The system must also feature a ceramic torch for corrosive analyses and include an autosampler and autodilution system for efficient sample processing. The software should use AI for rapid sample screening. Deliverables include the ICP-OES system with necessary components, with estimated delivery slated for May 2025 at ANL's Lemont, IL location. The final acceptance process will involve checking for damages, verifying specifications, and demonstrating operational basics after installation. Quality assurance is emphasized, ensuring the system is not used until installation is completed and accepted. This project reflects the government's commitment to advancing scientific research through sophisticated analytical equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Interferometric Displacement Measuring System & Accessories
    Buyer not available
    The Department of Energy, through the Brookhaven National Laboratory, is seeking proposals for the procurement of an Interferometric Displacement Measuring System and associated accessories. This procurement aims to enhance the laboratory's capabilities in analytical measurements, necessitating compliance with stringent quality assurance standards, including ISO 9001, and proper handling of sensitive materials. The successful contractor will be responsible for ensuring operational reliability and adherence to safety regulations, with a focus on delivering high-quality products and documentation. Interested vendors should contact Malen Valencia at mvalencia@bnl.gov for further details regarding the solicitation process.
    460297 - Laser Ablation Sample Preparation Tool - RFP
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is issuing Request for Proposals (RFP) No. 460297 for a Laser Ablation Sample Preparation Tool. This procurement aims to acquire a tool that utilizes laser ablation technology for preparing samples, which is crucial for material analysis at the Center for Functional Nanomaterials. The selected contractor will be responsible for delivering the tool within an 80-week timeframe, adhering to strict technical specifications and safety standards, with evaluations based on technical capabilities, past performance, and manufacturing capabilities. Proposals must be submitted by March 24, 2025, and interested vendors can contact Lisa Gonzales at lgonzales@bnl.gov or call 631-344-5965 for further information.
    CHIPS Enclosure
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking qualified contractors to provide laboratory equipment as part of its CHIPS program, which focuses on developing permittivity measurement standards. The procurement includes the delivery and installation of two metric optical tables, two imperial laminar flow enclosures, acrylic panels, thermoelectric chillers, and additional optical tables and frames, all of which are critical for enhancing microwave materials research. Interested offerors must submit a firm-fixed-price quotation by March 14, 2025, including a technical proposal and past performance documentation, with evaluations prioritizing technical capability over price. For further inquiries, interested parties can contact Tracy Retterer at tracy.retterer@nist.gov or Forest Crumpler at forest.crumpler@nist.gov.
    66--Laboratory Ion Chromatograph
    Buyer not available
    The Environmental Protection Agency (EPA) is seeking proposals from qualified small businesses for the procurement of a Laboratory Ion Chromatograph, as outlined in a Combined Synopsis/Solicitation notice. This equipment is essential for analytical laboratory functions, enabling the EPA to conduct critical environmental assessments and ensure compliance with regulatory standards. The contract will be performed at the EPA's Region 5 office located at 536 S Clark St, Chicago, Illinois, and is set aside for small businesses under the SBA guidelines. Interested vendors can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further information.
    Supercontinum Fiber Lasers, No Equivalents or Sustitutions
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is seeking proposals for the procurement of Supercontinuum Fiber Lasers, with no equivalents or substitutions accepted. This procurement is critical for advancing research and development capabilities at the laboratory, which operates under a government-owned, contractor-operated model. The selected contractor will be required to comply with stringent quality assurance standards, including ISO 9001, and must adhere to specific delivery protocols for hazardous materials. Interested vendors should contact Malen Valencia at mvalencia@bnl.gov for further details regarding the solicitation process.
    Design and fabricate PS/BTM/PSS assemblies for 3 beamlines
    Buyer not available
    The Department of Energy, through the Berkeley National Laboratory (LBNL), is seeking information from qualified vendors for the design and fabrication of Personnel Safety Shutter (PSS), Photon Shutter (PS), and Burn Through Monitor (BTM) systems for its Advanced Light Source Upgrade (ALS-U) project. The objective is to gather technical specifications, budgetary quotations, and schedule estimates for fully integrated shutter systems that adhere to new radiation safety policies, with a budget of approximately $300,000. These systems are critical for ensuring safety and efficiency in x-ray applications, requiring precise dimensions, water-cooling capabilities, and high heat flux handling. Interested parties must submit their responses by March 22, 2025, to assist LBNL in evaluating potential vendors ahead of the expected delivery timeframe of 2026 to 2027. For further inquiries, contact Janet Schlock at JSchlock@lbl.gov or call 510-486-5314.
    8-Channel Potentiostat Electrochemical Workstation with Accessories (NO SUBSTITUTIONS)
    Buyer not available
    The Department of Energy, specifically the Brookhaven National Laboratory, is seeking proposals for an 8-Channel Potentiostat Electrochemical Workstation with Accessories, with a strict no substitutions policy. This procurement is aimed at acquiring advanced analytical laboratory instruments essential for research and development activities, ensuring compliance with high-quality standards as outlined in the Supplier Quality Assurance Requirements document. The successful contractor will be required to adhere to rigorous quality assurance protocols, including ISO 9001 compliance, and must be prepared for assessments by BNL representatives. Interested vendors should contact Lauren von Ende at lvonende@bnl.gov or call 631-344-3634 for further details regarding this total small business set-aside opportunity.
    CRD Reflectometer
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
    Environmental Transmission Electron Microscope Services
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is planning to negotiate a sole source contract for Environmental Transmission Electron Microscope (ETEM) services. The procurement aims to secure maintenance and service for a Titan 80-300 kV ETEM, which is critical for conducting specialized preventative maintenance and emergency repairs necessary for analyzing nanoscale materials under reactive conditions. Thermo Fisher Scientific, the manufacturer, is the only entity authorized to provide these services in North America, emphasizing the importance of having factory-trained personnel for such specialized equipment. Interested parties capable of meeting these requirements are invited to respond by 11:00 AM EST on March 15, 2025, with the contract being a Firm-Fixed Price purchase order under NAICS Code 811210, which has a size standard of $34 million. For further inquiries, interested vendors can contact Tish Walker at latish.walker@nist.gov.
    Sources Sought Notice for Laser and Optical Parametric Amplifiers for Multiphoton Microscopy
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking sources for laser and optical parametric amplifiers intended for multiphoton microscopy applications. This procurement aims to enhance the capabilities of analytical laboratory instruments, which are crucial for advanced scientific research and development. The goods sought will play a significant role in improving imaging techniques and data acquisition in various fields, including biology and materials science. Interested vendors should reach out to Tracy Retterer at tracy.retterer@nist.gov or Forest Crumpler at forest.crumpler@nist.gov for further details regarding this opportunity.