Commissioning Agent Services
ID: 439863Type: Combined Synopsis/Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFBROOKHAVEN NATL LAB -DOE CONTRACTORUpton, NY, 11973, USA

NAICS

Engineering Services (541330)

PSC

OPERATION OF GOVERNMENT-OWNED CONTRACTOR-OPERATED (GOCO) R&D FACILITIES (M1HA)
Timeline
    Description

    The Department of Energy, through Brookhaven Science Associates, LLC, is soliciting quotes for Commissioning Agent Services for the Electron-Ion Collider (EIC) project at Brookhaven National Laboratory in Upton, New York. The procurement is specifically set aside for Minority and Women-Owned Business Enterprises (MWBE) and requires firms to have at least five years of relevant experience in commissioning, along with recognized certifications. This project is critical for enhancing scientific research capabilities by constructing a particle accelerator, and the selected contractor will be responsible for managing the design process to ensure proper commissioning of all building systems. Interested vendors must submit their quotations, including a signed Quotation Pricing Sheet, by the specified deadline, and can direct inquiries to Kevin Kirkendall at kkirkenda@bnl.gov or by phone at 631-344-4605. The anticipated contract award date is expected between October 1, 2024, and December 1, 2024, with a performance period extending until January 31, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the General Terms and Conditions for Noncommercial Services provided by Brookhaven Science Associates, LLC (BSA) at Brookhaven National Laboratory. It details the framework within which contractors engage with BSA, emphasizing compliance with applicable laws, safety standards, and labor regulations. Key articles cover definitions, the order of precedence regarding contractual documents, acceptance procedures, dispute resolution through negotiation and mediation, and conditions for termination, both for convenience and default. The document underscores BSA's commitment to a respectful workplace and mandates reporting protocols for environmental and safety concerns. Provisions regarding payment structures, allowable costs, inspection rights, and warranty terms for goods and services further demarcate the responsibilities and rights of both BSA and the contractors. The overarching aim is to ensure that contractors deliver quality services while adhering to legal and regulatory standards, protecting both BSA and its stakeholders against liability and ensuring ethical conduct. This structure serves as a comprehensive guide for contractors involved in federal and state-local funded projects, thereby facilitating transparency and compliance in government contracting processes.
    The document contains supplemental terms and conditions for contractors working on-site at Brookhaven National Laboratory (BNL), emphasizing compliance with various safety, health, and administrative protocols. Key sections include requirements for employee badging, maintenance of controlled substances and alcohol-free workplaces, accident reporting procedures, and vehicle inspections. Contractors must ensure all personnel undergo safety orientation and submit necessary documentation to obtain ID badges. Drug and alcohol policies demand a zero-tolerance approach, supported by employee education and compliance with federal regulations. Insurance coverage requirements are outlined, ensuring protection for BSA and the U.S. Government, with strict guidelines on independent contractor status. Furthermore, the document mandates adherence to worker safety regulations (10 CFR 851) and establishes protocols for accident reporting and response. Additionally, it addresses the critical issue of foreign government talent recruitment programs, requiring full disclosure of any related participation by contractor personnel. Overall, this comprehensive set of obligations is designed to maintain a safe and compliant working environment while protecting both personnel and institutional interests at BNL.
    The document outlines the Statement of Work (SOW) for the Infrastructure Commissioning Agent Services during the design phase of the Electron-Ion Collider (EIC) project at Brookhaven National Laboratory. It details the responsibilities of the selected Commissioning Provider (CxP), who will manage the design process to ensure all building systems are properly commissioned, including electrical, mechanical, and plumbing systems. The EIC aims to enhance scientific research by constructing a particle accelerator using existing facilities and projected new constructions. Key points include the project's requirement for a dedicated Project Manager to oversee commissioning, adherence to industry standards and best practices in commissioning, and a schedule for design reviews and submissions. The CxP will coordinate design evaluations, conduct value engineering studies, and participate in various project meetings. A comprehensive commissioning plan, specifications, and documentation processes are also outlined, reflecting the project's emphasis on quality assurance and regulatory compliance. Deliverables include detailed design reviews and a structured timeline for the design phase. This systematic approach ensures the successful integration and future operation of the advanced scientific facilities at BNL, addressing the project's complexity and technical demands effectively.
    The document outlines the Supplier Quality Assurance Requirements (BNL-QA-101) mandated by Brookhaven Science Associates (BSA) for suppliers of Brookhaven National Laboratory. It aims to establish quality standards that suppliers must adhere to, particularly outlining both general and special quality requirements tied to procurement documentation such as contracts and purchase orders. Key components include the necessity for suppliers to maintain a quality management system compliant with ISO 9001 standards, undergo assessments by BSA representatives, and ensure all materials are protected, tested, and certified. Additionally, suppliers are responsible for managing any subcontractors and must communicate any recalls or safety alerts to BSA. Specific protocols regarding equipment safety standards, proper handling of chemicals, and documentation for every shipment are emphasized. This document serves a critical functional role in ensuring compliance and quality control within the procurement process associated with government contracting and grants, reflecting the accountability expected from suppliers in executing projects aligned with federal standards.
    The document provides clarification on questions regarding the scope of work for the commissioning process in response to RFQ 439631. It confirms that updates to the Commissioning Plan (Cx Plan) will only occur during the design phase, and construction phase activities, such as the submission of a Commissioning Report and the use of real-time commissioning software, are not included in this scope. The Cx Plan is due 60 working days post-receipt of the 90% Detailed Design submittal. The document distinguishes between monthly design meetings with the architect-engineering firm and weekly progress meetings with Brookhaven personnel, confirming participation in both. Additionally, it addresses the qualification criteria for commissioning firms, allowing for certification equivalency provided certain conditions, including a minimum of five years of experience, are met. The anticipated contract award date is suggested to fall between October 1, 2024, and December 1, 2024. This response aligns with standard practices in federal and state/local RFP processes, ensuring clarity in expectations and requirements for bidding firms.
    The document clarifies details related to RFQ 439631, which is a set-aside contract for New York State certified Minority/Women-Owned Business Enterprises (M/WBEs). It confirms that the awarded firm may be either a Women-Owned Business Enterprise (WBE), a Minority Business Enterprise (MBE), or both, allowing the flexibility for a firm to include non-minority subconsultants to meet certification requirements. Additionally, it is specified that the primary contractor must have at least one staff member with an industry-recognized commissioning certification (CxA) to fulfill the requirements. The RFQ is not limited to small businesses within New York State, but is fully set aside for M/WBEs that are certified within the state. This document highlights the importance of diversity in contracting opportunities to support valid and certified companies within New York's economic landscape.
    The document outlines a contract between Brookhaven Science Associates, LLC (BSA) and a Contractor for services related to the Electron-Ion Collider (EIC) Project Infrastructure Commissioning. The contract mandates that all work adhere to the attached Statement of Work and specifies deliverables tied to the project's design phase, including detailed design reviews and commissioning plans with precise timelines for submission. Key personnel must be assigned to the project, with restrictions on reassignment without approval. The contract is effective immediately and extends until January 31, 2026, set at a firm fixed price, with payment structured based on milestone completions. Both BSA's technical and contractual representatives are designated within the document. Additional provisions and terms from BSA's general and supplemental conditions are incorporated, emphasizing adherence to established guidelines throughout the project. This contract exemplifies structured government contracting, ensuring clarity in roles, deliverables, and compliance with federal contractual standards.
    The document outlines a quotation pricing sheet submitted for Commissioning Agent Services by Brookhaven Science Associates, LLC, as part of a response to a solicitation from the U.S. Department of Energy’s Brookhaven National Laboratory. The contractor confirms compliance with the terms and conditions specified in the request and acknowledges the delivery schedule requirements. The quotation includes a total price, which is to remain firm for 120 days, along with the contractor's information necessary for the System for Award Management (SAM) registration. The document emphasizes the importance of adhering to the required protocols, particularly regarding the small business size status declaration and the certification of current representations. Overall, this procurement form serves as a formal offer for specific services, integral to government contracting and compliance with federal regulations concerning RFP responses.
    This document is a Vendor ACH Authorization Form managed by Brookhaven Science Associates under a contract with the U.S. Department of Energy. Its primary purpose is to authorize automated payments to vendors. The form requires detailed vendor information, including the company name, tax ID number, and financial institution details. The vendor authorizes Brookhaven National Laboratory to make Automated Clearing House (ACH) payments to their specified bank account, and this authorization remains active until it is modified or revoked in writing. An authorized representative must provide their name, email, phone number, signature, and date to complete the authorization. This form is essential for facilitating payments to suppliers in alignment with federal financial protocols under the framework of government RFPs and funding mechanisms, ensuring efficient transaction processes between the laboratory and its vendors.
    The IRS Form W-9, used to request taxpayer identification information, serves as a crucial document for entities needing to report payments to the IRS. The form ensures the requester obtains the correct Taxpayer Identification Number (TIN), applicable to individuals and various business structures like corporations and partnerships. The W-9 outlines how to fill in essential fields, including the name and address of the individual or entity, and specifies their federal tax classification. Key updates noted in the March 2024 revision include enhanced instructions for disregarded entities and the new requirement for partnerships with foreign partners to disclose this status. Additionally, the form addresses backup withholding and FATCA compliance to prevent unnecessary taxation of payments. It includes certifications that the signer must complete, asserting their identity, compliance with tax reporting, and non-foreign status. The document is especially relevant in the context of federal RFPs and grants, where accurate reporting of payments is necessary for financial and regulatory accountability. Overall, Form W-9 is a fundamental tool ensuring correct tax identification and compliance in various financial transactions.
    The document serves as a Staffing Plan template required by the Office of Contractor and Supplier Diversity for federal and state contract proposals. Offerors, including subcontractors, must provide an Equal Employment Opportunity (EEO) Staffing Plan as part of their bid, detailing the workforce designated for the project as well as their total workforce. The plan mandates the categorization of employees into EEO-Job categories, along with a breakdown by gender and race/ethnicity. It emphasizes the identification of disabled individuals and veterans within the workforce. The instructions outline how to fill out the form, including entering solicitation numbers, workforce details, and contact information of the preparer. The race and ethnicity classifications aim to ensure accurate reporting, following guidelines from the Equal Employment Opportunity Commission. This document underscores the government's commitment to diversity and transparency in hiring practices within contracts, aligned with broader objectives in public procurement.
    The Office of Contractor and Supplier Diversity requires submission of an MWBE and SDVOB Utilization Plan with any bid or proposal prior to award. The form collected essential contractor details, including name, address, contact information, and contract specifics along with MWBE and SDVOB goals. Contractors must provide a detailed description of work contracted to certified Minority and Women-owned Business Enterprises (M/WBE) and Service-Disabled Veteran-Owned Businesses (SDVOB), including related dollar values and compliance statuses. If goals cannot be met, a waiver request is necessary. The document emphasizes compliance with New York State regulations for M/WBE and SDVOB participation, detailing how to verify certification status via specific online directories. For construction, a 60% value from MWBE suppliers will count towards goals if they perform a commercially useful function; for other projects, the figure is set at 25%. The structured form mandates accurate completion to prevent noncompliance issues that may lead to contract termination. Thus, the plan serves as an essential step for contractors, promoting diversity in supplier engagement for state contracts.
    The document is the MWBE and SDVOB Compliance and Payment Report from the Office of Contractor and Supplier Diversity, meant for contractors and grantees involved in state and local projects. Its primary purpose is to ensure compliance with Minority- and Women-Owned Business Enterprises (MWBE) and Service-Disabled Veteran-Owned Businesses (SDVOB) participation requirements. Contractors must provide relevant details such as contract information, project start date, percentage completion, and payment records to certified MWBE or SDVOB subcontractors. The report format includes sections for documenting payments, descriptions of services, and necessary certifications confirming the accuracy of the information provided by company officers. The document emphasizes the importance of compliance to avoid penalties, including noncompliance findings and contract terminations. Submission instructions are specified, directing reports to the Empire State Development office, with contact details for compliance managers included for further inquiries. The entire report structure highlights accountability and transparency in government contracting, especially related to diversity initiatives. This follows federal and state mandates for inclusive contracting practices in public projects.
    Brookhaven Science Associates, LLC, issued Request for Quote (RFQ) Number 439863 for Commissioning Agent Services for the Brookhaven National Laboratory. This procurement, set aside for Minority and Women-Owned Business Enterprises (MWBE), seeks quotes to provide services as outlined in the attached Draft Contract, with a required performance period pending until January 31, 2026. Interested suppliers must have relevant experience, including at least five years in the commissioning field, recognized certifications, and completion of projects similar in complexity. The award will be offered to the lowest priced, responsive, and responsible offeror, adhering to technical requirements. All offers must include a signed Quotation Pricing Sheet and be submitted via email by the due date. To participate, vendors must register in the System for Award Management (SAM) and meet additional documentation requirements upon selection. This request reflects government efforts to engage diverse businesses while ensuring the provision of high-quality services to support energy-related initiatives under the U.S. Department of Energy.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    EIC 591 MHz RF Amplifiers Systems
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory, is soliciting proposals for the design, manufacture, and delivery of two 591 MHz, 200 kW RF amplifier systems and two 591 MHz, 400 kW RF amplifier systems as part of the Electron-Ion Collider project. The procurement aims to enhance accelerator technology for high-energy physics research, ensuring that the systems meet stringent reliability, safety, and operational standards. Interested vendors must submit their proposals electronically by September 20, 2024, with evaluations based on technical capabilities and pricing, and the contract is expected to be awarded by October 25, 2024. For further inquiries, potential bidders can contact William Koncelik at wkoncelik@bnl.gov or Kevin Kirkendall at kkirkenda@bnl.gov.
    187.5A Unipolar EIC ESR Quad Power Supplies
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory, is seeking proposals for the procurement of 16 units of 187.5A Unipolar Electron-Ion Collider (EIC) ESR Quad Power Supplies, along with 16 kits for AC input covers. The power supplies must meet specific technical specifications, including an input voltage range of 432-528 VAC and an output of 80 VDC, while adhering to industry standards and safety regulations. These power supplies are critical for the EIC project, which aims to design and construct an effective electron storage ring. Interested contractors should submit their fixed-price proposals in accordance with the attached technical specifications, and can direct inquiries to William Koncelik at wkoncelik@bnl.gov or Kevin Kirkendall at kkirkenda@bnl.gov. The deadline for proposal submission is not specified in the provided information.
    CAEN Technologies Digitizer with License and Cable (NO SUBSTITUTIONS)
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory, is seeking quotes from certified small businesses for the procurement of a CAEN Technologies Digitizer, including a license and cable, with no substitutions allowed. This procurement is critical as it is a year-end sensitive purchase, requiring all products to be delivered by September 27, 2024, to support ongoing research and development activities at the laboratory. The selected vendor must comply with specific quality assurance standards and provide detailed documentation, including the origin of manufacture and pricing justification, as outlined in the attached terms and conditions. Interested parties should direct their quotes and inquiries to Lauren von Ende at lvonende@bnl.gov or by phone at 631-344-3634, ensuring that all submissions are made within the stipulated timeframe.
    RFI for Construction Manager/General Contractor Services
    Active
    Energy, Department Of
    Special Notice ENERGY, DEPARTMENT OF is requesting information for Construction Manager/General Contractor Services at Brookhaven National Laboratory in Upton, NY (zip code: 11973), USA. This request is for information and planning purposes only and should not be considered as a commitment by the U.S. Government. The purpose of this notice is to survey available resources for the Department of Energy (DOE). Interested parties are requested to indicate their interest in bidding on the services outlined in the attached RFI document and provide answers to the questions stated in the document. Submissions must be received by 5:00 PM Eastern Time on March 8, 2024. Electronic submissions via email to kkirkenda@bnl.gov with the subject line "BSA RFI-422254" are preferred. For more information, contact Kevin Kirkendall at kkirkenda@bnl.gov.
    LQCD Cpu-Only Compute Nodes
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven Science Associates, LLC, is soliciting quotes for the procurement of LQCD CPU-only compute nodes under a Small Business Set-Aside contract. The project requires the supply of 75 rack-mounted servers configured to operate with Red Hat Enterprise Linux 8, with specifications emphasizing performance, compatibility, and scalability for future expansion. This procurement is crucial for supporting the operational objectives of Brookhaven National Laboratory, ensuring compliance with federal standards and promoting small business participation. Interested vendors must submit their proposals by September 16, 2024, and can direct inquiries to Aaron Hagler at ahagler@bnl.gov.
    Floor Leveling and Epoxy Coating
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory (BNL), is soliciting quotes for floor leveling and epoxy coating services at the newly constructed Satellite Endstation Building (SEB) at the Coherent Diffractive Beamline (CDI) of NSLS-II. The contractor will be responsible for preparing, measuring, leveling, and applying a two-coat epoxy floor system, ensuring a flatness of +/- 1mm over 1 meter, which is critical for the installation of advanced experimental equipment. This project is essential for maintaining safety and operational integrity within the laboratory environment, with a proposal due date set for September 19, 2024, at 5:00 p.m. EDT. Interested bidders should direct inquiries to Ben Furlow at bfurlow@bnl.gov and must be registered in the System for Award Management (SAM) to participate.
    Vertiv Products
    Active
    Energy, Department Of
    The Department of Energy, through the Brookhaven National Laboratory, is seeking competitive bids for the procurement of Vertiv Products, as outlined in a combined synopsis/solicitation notice. The procurement emphasizes the need for specific parts, with no equivalents accepted, and requires vendors to submit comprehensive quotations that include pricing documentation and compliance with the Buy American Act. This opportunity is crucial for ensuring the laboratory's operational efficiency and adherence to federal procurement standards. Interested vendors should direct inquiries to Ildiko Orlando at IORLANDO@BNL.GOV or by phone at 634-344-6261, and must adhere to the submission guidelines detailed in the attached Request for Quote document.
    Rohde & Schwarz 50Ghz Vector Network Analyzer (Must be an Authorized Reseller) NO SUBSTITUTES
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven Science Associates, LLC, is soliciting quotes for a Rohde & Schwarz 50GHz Vector Network Analyzer, with strict no-substitutes requirements. This procurement aims to acquire specialized scientific equipment essential for research and development activities at Brookhaven National Laboratory. Vendors must submit their quotes by September 19, 2024, and ensure they are registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI). Interested parties should direct inquiries to Alysha Benincase at abenincas@bnl.gov, and all submissions must include detailed pricing documentation and compliance with federal regulations.
    Bellow Assemblies or its Equivalent
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for the procurement of Bellows Assemblies or their equivalents, under a total small business set-aside contract. Vendors are required to provide a Firm Fixed Price (FFP) quote that includes freight costs, along with specific documentation such as a Unique Entity Identifier (UEI) and a published price list for price justification. The Bellows Assemblies are critical components for various applications within the laboratory, emphasizing the importance of quality and compliance with federal standards. Interested vendors must ensure registration in the System for Award Management (SAM) and submit their quotes to Beth Gilman at gilman@bnl.gov by the specified deadline, with a potential delivery date set for September 20, 2024.
    Clinical Alpha Radionuclide Producer (CARP) Hot Cells
    Active
    Energy, Department Of
    The Department of Energy is seeking responses from qualified companies for the design, fabrication, and installation of Hot Cells as part of the Clinical Alpha Radionuclide Producer (CARP) project at Brookhaven National Laboratory in Upton, New York. The project involves engineering services to create a modular construction of six hot cells, including a Target Entry Cell, Disassembly/Dissolution Cells, Actinium Processing Cells, and a Waste Processing Cell, which are essential for the processing and handling of radionuclides. Interested parties are required to submit a Capabilities Statement, their Unique Entity Identifier (UEI), and an 80% confidence rough order magnitude (ROM) cost estimate by October 7, 2024, to assist Brookhaven Science Associates, LLC in planning and resource assessment. For further inquiries, potential respondents can contact Joseph Famiglietti at jfamiglie@bnl.gov.