Liquid He Dewar and Sub-Cooler
ID: 446572Type: Solicitation
Overview

Buyer

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

NAICS

Metal Tank (Heavy Gauge) Manufacturing (332420)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Jan 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 8:00 PM UTC
Description

The Department of Energy, through Brookhaven Science Associates, LLC, is soliciting quotes for the procurement of a Liquid Helium Dewar and Sub-Cooler, as outlined in Request for Quotation (RFQ) number 446572. The procurement aims to acquire a 3500-liter liquid helium dewar system, which is critical for enhancing cryogenic capabilities at Brookhaven National Laboratory, particularly for superconducting radio frequency testing. Interested vendors must demonstrate a minimum of ten years of relevant manufacturing experience and comply with federal regulations, including the Buy American Act, with quotes due by February 28, 2025. For further inquiries, potential bidders can contact Cassandra Smith at csmith2@bnl.gov or by phone at 907-888-3142.

Point(s) of Contact
Cassandra (Cassie) Smith
(907) 888-3142
csmith2@bnl.gov
Files
Title
Posted
Apr 3, 2025, 3:08 PM UTC
The document serves as a Vendor ACH Authorization Form managed by Brookhaven Science Associates, LLC for payments to be made by the U.S. Department of Energy. It requires vendors to provide essential information, including their company name, vendor number, tax identification number, and financial institution details such as routing number and checking account number. The authorization section allows the vendor to permit Brookhaven National Laboratory to initiate ACH credit entries to their designated account. This authorization remains effective until terminated by the vendor. Additionally, the form requests contact information for an authorized representative, including email, phone number, and signature. The document's structure ensures compliance with NACHA rules, facilitating efficient electronic transactions for federal RFPs and grants. Overall, this form is vital for establishing clear payment procedures within federal contracting processes.
The document outlines the Annual Representations and Certifications form required for offerors to provide goods or services for U.S. Government contracts, particularly involving Brookhaven National Laboratory (BNL/BSA). It mandates completion of specific sections based on the offeror's status, such as whether they are a foreign or small business. Key sections request information including taxpayer identification, business details, and certifications related to lobbying, responsibility matters, and executive compensation. Additionally, foreign offerors must indicate U.S. source income and complete necessary forms, while small businesses must affirm their status and provide applicable North American Industry Classification System (NAICS) codes. The document emphasizes the importance of accurate representation, as misrepresentation can lead to penalties, including debarment. This comprehensive approach aims to ensure compliance with federal contracting regulations and support fair contracting practices, illustrating the government's agility in gathering necessary data from potential contractors for transparency and accountability in federal procurements.
Apr 3, 2025, 3:08 PM UTC
Brookhaven Science Associates (BSA), LLC has issued a Purchase Order (PO) for a liquid helium dewar and sub-cooler under its Prime Contract with the U.S. Department of Energy. This order includes specified payment terms (Net 30), freight terms (FOB Destination, Frt Prepaid), and demands for adherence to various quality assurance guidelines as outlined in Brookhaven National Laboratory's documents. Key requirements include the integration of a quality management system conforming to ISO 9001 standards, handling protocols for suspect counterfeit parts, and compliance with OSHA regulations for equipment and materials. The shipping instructions highlight the importance of proper labeling and documentation, emphasizing that any breach of protocol may result in delays or penalties. Special instructions dictate that the PO does not bind the U.S. government or the Department of Energy, and the total expenditure must not exceed the designated amount without proper modification. These regulations and guidelines ensure that the procurement aligns with safety standards, quality control measures, and government compliance, reflecting best practices in federal grant management and contracting processes.
Feb 21, 2025, 7:05 PM UTC
Brookhaven Science Associates (BSA), LLC has issued a Purchase Order (PO) for a liquid helium dewar and sub-cooler under its Prime Contract with the U.S. Department of Energy. This order includes specified payment terms (Net 30), freight terms (FOB Destination, Frt Prepaid), and demands for adherence to various quality assurance guidelines as outlined in Brookhaven National Laboratory's documents. Key requirements include the integration of a quality management system conforming to ISO 9001 standards, handling protocols for suspect counterfeit parts, and compliance with OSHA regulations for equipment and materials. The shipping instructions highlight the importance of proper labeling and documentation, emphasizing that any breach of protocol may result in delays or penalties. Special instructions dictate that the PO does not bind the U.S. government or the Department of Energy, and the total expenditure must not exceed the designated amount without proper modification. These regulations and guidelines ensure that the procurement aligns with safety standards, quality control measures, and government compliance, reflecting best practices in federal grant management and contracting processes.
Apr 3, 2025, 3:08 PM UTC
The document outlines specifications for a 3800-liter liquid helium dewar intended for use at Brookhaven National Laboratory, with specific requirements established by the ASME standards. Key features include an inner vessel designed to withstand a maximum allowable working pressure of 4.5 bar and maintain full vacuum at 322K, while an outer vacuum vessel supports full vacuum conditions. Additional specifications detail the subcooler and refrigeration modes, indicating a refrigeration capacity of 50 G/S and the ability to assist in liquefaction through dewar drawdown and a piston plant. The document is controlled under export regulations, emphasizing its technical sensitivity. Overall, this project demonstrates the laboratory's focus on enhancing capabilities in collider-accelerator technology through specialized equipment designed with stringent safety and operational standards in mind.
The document outlines technical specifications for a liquid helium dewar system, specifically a 3800-liter unit including subcoolers, manufactured for the Collider-Accelerator Department at Brookhaven National Laboratory. Key components include an inner vessel compliant with ASME regulations for pressure and temperature ratings, with a maximum allowable working pressure (MAWP) of 4.5 bar and a minimum design metal temperature (MDMT) of 4K. An outer vacuum vessel also abides by specific MAWP and MDMT requirements, highlighting its structural integrity. The subcooler coil is designed for both refrigeration and liquefaction modes, emphasizing operational efficiency with capabilities for assistance from a piston plant. Important notes about controlled information under export regulations are also mentioned, indicating the document's sensitivity and compliance with national security measures. This technical document serves as a critical element in federal solicitations or grants related to advanced scientific research and development, underscoring the importance of precision and safety in equipment designed for high-energy physics applications.
The document outlines specifications for a 3800-liter liquid helium dewar, detailing its design and operational parameters as part of a procurement request relevant to federal and state RFPs. Key components include an inner vessel compliant with ASME BPVC VIII DIV-1 standards, with a maximum allowable working pressure (MAWP) of 4.5 bar and minimum design metal temperature (MDMT) of 4K at this pressure. The outer vacuum vessel is also ASME U-stamped, rated for full vacuum at specified thermal conditions. Additionally, it describes a subcooler with a MAWP of 15 bar and a refrigeration mode capacity of 50 g/s. The document indicates the involvement of the Collider-Accelerator Department at Brookhaven National Laboratory and states the information is regulated under the U.S. Department of Commerce's export control laws. Overall, this file serves as an essential technical guideline for entities interested in bidding for the supply or manufacturing of the specified liquid helium dewar system, highlighting its engineering requirements and compliance adherence critical for governmental funding or grants.
Apr 3, 2025, 3:08 PM UTC
The document outlines specifications for a cryogenic system heat exchanger component designed for the Brookhaven National Laboratory's facility upgrade. It includes detailed measurements, material specifications, and a conceptual drawing for a 3500-liter dewar with a coil heat exchanger. Key points highlight tubing sizes, the coil's design with a specific diameter and pitch, and the requirement for support structures to be field-trimmed and welded. The document emphasizes vendor responsibility for coordinating the final designs and fabrication, referencing regulatory compliance under the U.S. Department of Commerce. It serves as a specification control drawing to guide contractors in producing the component according to precise engineering standards. The structured approach captures revision approvals and critical engineering notes, indicating a well-defined process aimed at ensuring safety and functionality in advanced scientific applications.
Apr 3, 2025, 3:08 PM UTC
The document is a Q&A section for Request for Quote Number 446572 concerning the procurement of Liquid Helium Dewar and Sub-Cooler. It clarifies specifications and requirements outlined in the SOW and various technical documents. Key topics include the definition of “component documentation,” whether a test lab is considered a subcontractor, specifications for heaters, valve options, and requirements for vacuum seals and pressure gauges. The contractor's choices regarding valve types and configurations are accepted, highlighting flexibility within specified boundaries. The necessity of using metal seat seals, specific flange types, and adherence to safety factor requirements are affirmed as vital BSA specifications. The purpose of the document is to provide detailed responses to inquiries from potential contractors, facilitating a clear understanding of the technical requirements for the project. By addressing questions about equipment configuration, materials, and safety standards, the Q&A ensures that contractors can align their proposals with the project’s expectations. This response exemplifies the government's effort to ensure clarity and support in the RFP process, aiming to attract qualified bids that meet strict technical and safety protocols for the Liquid Helium Dewar and Sub-Cooler project.
Apr 3, 2025, 3:08 PM UTC
This document addresses questions and answers regarding Request for Quote Number 446572 for a Liquid Helium Dewar and Sub-Cooler project. It clarifies specifications outlined in SPEC-CAD-1365, focusing on integration and installation of components. Key points include that over temperature sensors will be installed by the Contractor alongside discrete heaters, with a required junction box configuration. The cooldown return valve must be vacuum jacketed, and helium diffusion during leak testing occurs at atmospheric levels. Additionally, vacuum gauges will be provided by BSA, while the contractor is responsible for installing relief and isolation valves. Instrumentation isolation valves must be bellows sealed, except for the purge valve. The document underscores compliance with specifications, including structural reinforcements to manage stress around the load-bearing pads. It emphasizes maintaining compliance requirements without incurring unnecessary costs. The purpose of this Q&A format is to clarify the project's technical specifications, ensuring comprehensive compliance and understanding among contractors involved, reflective of the typical procedures in government RFP processes.
Apr 3, 2025, 3:08 PM UTC
The document discusses a Request for Quote (RFQ) relating to the procurement of a Liquid Helium Dewar and sub-cooler, focusing on specifications and clarifications from Round 3 of inquiries dated February 21, 2025. The file addresses two main questions: the material specifications for the ladder and platform and the requirements for the vacuum vessel. It clarifies that painted carbon steel is acceptable for the ladder and platform, specifying preferred colors while also accepting aluminum if quoted. Furthermore, it resolves a contradiction in the technical specifications regarding the ASME U-stamping requirement for the vacuum vessel, confirming that this stamping is not necessary. The main purpose of the document is to provide clear answers to potential vendors, ensuring they have accurate information for their bids in compliance with federal and state RFP processes. This interaction supports the procurement of equipment critical for specific governmental or technical needs, emphasizing the importance of accurate documentation in the bidding process.
Apr 3, 2025, 3:08 PM UTC
The document outlines a quotation pricing sheet related to a Request for Quotation (RFQ) from Brookhaven National Laboratory managed by Brookhaven Science Associates, LLC. It provides essential details for submitting a quotation for a Liquid Helium Dewar and Sub-Cooler in alignment with the specified Statement of Work. Key elements include manufacturing location, compliance with the Buy American Act, pricing and delivery terms, such as FOB Destination (Freight on Board) and payment terms set at NET 30. The submission requires the identification of the offeror’s Unique Entity Identification (UEI) number and a signature confirming adherence to the terms and conditions outlined by BSA. The document is part of a structured procurement process, ensuring compliance and accountability while facilitating necessary resources to meet the BSA’s project delivery schedule. Overall, this pricing sheet serves as a formal commitment from the vendor in response to the RFQ, reinforcing the requirements for federal contract regulations and procurement practices.
Apr 3, 2025, 3:08 PM UTC
Brookhaven Science Associates, operator of Brookhaven National Laboratory, has issued Request for Quote (RFQ) No. 446572 for the procurement of a Liquid Helium Dewar and Sub-Cooler. The RFQ invites competitive bids, specifying requirements for technical qualifications, including a minimum of ten years of relevant manufacturing experience and customer references for similar products. The anticipated delivery for the equipment is within 52 weeks after award, with installation assistance occurring up to 20 weeks post-delivery. Respondents must submit quotes by February 28, 2025, and require compliance with federal standards, including the Buy American Act. The contract type is Firm Fixed Price, with payment terms set to Net 30 days. Key submittals include price quotes, SAM registration, and specific certification forms. The RFQ outlines the important processes regarding questions and submissions, emphasizing the necessity of meeting all technical and submission requirements for consideration. Ultimately, the contract will be awarded to the lowest price offeror who meets all specified conditions, ensuring a competitive and transparent procurement process aligned with government standards.
Apr 3, 2025, 3:08 PM UTC
Brookhaven National Laboratory (BNL), operated by Brookhaven Science Associates, LLC (BSA) under a contract with the U.S. Department of Energy, has issued Request for Quote (RFQ) 446572 for the manufacture and delivery of a Liquid Helium Dewar and Sub-Cooler. This RFQ supports full and open competition and outlines specific requirements including the contractor's certification, delivery terms, and prior experience in manufacturing similar equipment. Key points include the anticipated delivery timeline of up to 52 weeks post-award and the necessity of installation assistance up to 20 weeks after delivery. The contract type is Firm Fixed Price, with quotes due by February 28, 2025. Offerors must provide detailed information about their technical qualifications, previous experience, and adherence to the specified technical requirements. Additionally, the submission must include the signed draft award terms, the completed pricing sheet, and necessary representations for compliance. The RFQ emphasizes the importance of accurate and updated registration in the System for Award Management (SAM) for eligible bidders. Overall, this RFQ illustrates BSA's effort to procure specialized laboratory equipment while adhering to federal procurement regulations and ensuring competitive bidding among qualified suppliers.
Apr 3, 2025, 3:08 PM UTC
Brookhaven Science Associates (BSA), operating under a contract with the U.S. Department of Energy, invites quotes for a Liquid Helium Dewar and Sub-Cooler through Request for Quote (RFQ) number 446572. The document outlines specifications, including technical requirements and the manufacturing experience necessary for potential vendors. BSA requires submissions that include a completed pricing sheet, compliance with the Buy American Act, and confirmation of the vendor's capability to meet the outlined technical specifications and delivery schedules. The quote submission deadline is February 7, 2025, with subsequent evaluation based on the lowest total price while fulfilling all technical qualifications. The contract will be a firm fixed-price award, and participating businesses must be registered in the System for Award Management (SAM). The RFQ emphasizes that the procurement action is open for competition and is aimed at fostering collaboration with small businesses, ensuring adherence to relevant regulations, and promoting transparency in federal contracting.
Apr 3, 2025, 3:08 PM UTC
The Brookhaven Science Associates, LLC, managing the Brookhaven National Laboratory (BNL) for the U.S. Department of Energy, issued Request for Quote (RFQ) number 446572 for the provision of a Liquid Helium Dewar and Sub-Cooler. The RFQ, seeking full and open competition, is focused on manufacturers with at least 10 years of experience in producing liquid helium Dewars, requesting information on prior experience and customer references. Quotes are due by February 7, 2025, with an anticipated delivery within 52 weeks after the award. The contract type is Firm Fixed Price, and standard payment terms are Net 30. Offerors are required to submit a completed Pricing Sheet, ensure registration in the System for Award Management (SAM), and comply with the Buy American Act. The award will be granted to the lowest responsive and responsible Offeror meeting all technical requirements. This RFQ highlights the procurement protocols and regulatory compliance crucial for fulfilling contractual obligations within federal agencies, emphasizing the importance of specialized manufacturers in scientific applications.
The document outlines technical specifications for a 3500-liter liquid helium dewar with an integrated subcooler and heater for the Superconducting Radio Frequency (SRF) Cryomodule Test Facility at Brookhaven National Laboratory (BNL). The dewar's purpose is to enhance helium processing and delivery services for future SRF testing, complementing a new liquefier unit being installed. Key requirements include a design compliant with ASME codes, integration with existing cryogenic plants, and accommodation of advanced safety and instrumentation features. The contractor is responsible for design, fabrication, and installation, while BNL provides specific materials and components. A detailed breakdown of system requirements includes specifications for the subcooler, valves, piping interfaces, and instrumentation. The document emphasizes regulatory adherence, thorough vendor assessments, and stringent project oversight to ensure safety and performance standards are met. Overall, this document serves as a comprehensive guideline for potential contractors responding to the RFP, outlining essential criteria and specifications for the dewar's successful development and implementation.
The document outlines a Statement of Work (SOW) for the procurement of a 3500-liter Liquid Helium (LHe) dewar, aimed at upgrading the cryogenic system in Building 912 at Brookhaven National Laboratory (BNL). It details contractor responsibilities including design, manufacture, testing, and delivery of the dewars, alongside quality assurance and compliance requirements in line with ASME and other relevant standards. Essential components of the project include material provision, installation drawings, maintenance kits, and adherence to strict inspection and acceptance testing protocols. The document emphasizes the need for thorough reporting, documentation, and a structured project management plan to ensure timely delivery and effective communication among stakeholders. Additionally, a warranty for the dewar is specified, underscoring the contractor’s obligations post-installation. This SOW illustrates BNL's commitment to enhancing its facilities through structured contractor engagement, fostering compliance with engineering standards and regulatory frameworks.
The document appears to pertain to federal and local government procurement processes, particularly focusing on requests for proposals (RFPs) and grants. It likely outlines the procedures, requirements, and guidelines for organizations or contractors seeking funding or contracts from the government. Key points may include the need for detailed proposals that meet specified criteria, compliance with various regulations, and expectations for project execution. It underscores the importance of adhering to deadlines, formats, and documentation standards in submissions. Additionally, the document may highlight evaluation criteria for assessing proposals, emphasizing innovation, project feasibility, and budget considerations. All these elements together aim to streamline the procurement process while ensuring transparency and competitiveness in public spending. Overall, the document would serve as a vital resource for entities seeking government contracts or grants, consolidating essential information and requirements in the context of federal and state procurement frameworks.
The document outlines the "Vacuum Systems Consensus Guideline" established for Department of Energy (DOE) Accelerator Laboratories, aimed at ensuring the safe design, construction, testing, operation, inspection, and maintenance of vacuum vessels. Following discussions at the 2007 Accelerator Safety Workshop, a working group was formed to create these guidelines, responding to concerns regarding compliance with the worker safety regulations outlined in Title 10, Code of Federal Regulations, Part 851. Key points include the classification of vacuum systems into three categories based on safety requirements and potential hazards, as well as the responsibilities of designated personnel such as the Vacuum System Design Engineer and the Pressure Safety Committee. The guidelines stipulate engineering evaluations, design procedures, and testing protocols necessary for safety assurance. The guidelines primarily apply to vacuum vessels designed post-February 9, 2007, and include specifics on design reviews, fabrication, welding standards, inspection procedures, pressure relief systems, and documentation requirements for records. The document aims to standardize safety measures while allowing flexibility in approaches, stressing the importance of accountability and safety oversight in all vessel operations.
Apr 3, 2025, 3:08 PM UTC
The document pertains to a federal Request for Proposals (RFP) and grants aimed at improving government operations. It outlines the necessary procedures and requirements for applicants seeking funding or partnerships with federal, state, or local agencies. The main focus is on compliance with regulatory frameworks and the need for clear proposals that demonstrate the expected outcomes of projects. Key elements include a detailed description of the project's objectives, the methodology for achieving them, timelines, and budgetary considerations. Applicants must provide evidence of prior experience and adherence to any specific standards pertinent to their respective industries. Emphasis is placed on innovativeness, sustainability, and community impact, reflecting current trends in public sector project funding. The document serves as a guide for prospective proposers to align their proposals with governmental priorities while ensuring accountability and transparency in the funding process.
Apr 3, 2025, 3:08 PM UTC
The document pertains to federal government RFPs (Request for Proposals), federal grants, and state and local RFPs, emphasizing the need for clear communication regarding funding opportunities and proposal requirements. It outlines procedures for submitting proposals for federal grants, detailing eligibility criteria, deadlines, and compliance expectations. Key points include highlighting the importance of adhering to guidelines to ensure proposals meet necessary standards for funding approval. The document also discusses the evaluation criteria for proposals, ensuring that applicants understand what reviewers will prioritize in their assessments. Additionally, it stresses the need for collaboration and transparency throughout the proposal process to foster efficient partnerships between government agencies and stakeholders. The overall aim is to streamline the grant application process while ensuring that resources are allocated effectively to projects that meet community needs and advance governmental objectives.
Apr 3, 2025, 3:08 PM UTC
The document focuses on a series of federal and state RFPs (Requests for Proposals) and federal grants aimed at promoting various projects and initiatives. It outlines the criteria for eligibility and the application process for funding, emphasizing the importance of compliance with federal regulations. Key points include the goal of supporting community-based projects, enhancing infrastructure, and fostering partnerships between government entities and private organizations. Each RFP contains specific instructions for submission, evaluation criteria, and deadlines. The document underscores the significance of detailed project proposals that align with governmental objectives, addressing community needs while ensuring fiscal responsibility. This initiative reflects the government's commitment to economic development and public service enhancement, encouraging innovation and efficiency in addressing local challenges through collaborative efforts.
The document outlines specifications for a 3,800-liter liquid helium dewar, intended for use within the Collider-Accelerator Department at Brookhaven National Laboratory, Upton, N.Y. It includes detailed technical standards for both the inner and outer vacuum vessels, certified under ASME codes, with defined maximum allowable working pressures (MAWP) and minimum design metal temperatures (MDMT). The system will operate in two modes: refrigeration and liquefaction, with a focus on ensuring operational efficiency through a subcooler and additional support from a piston plant. The document emphasizes adherence to U.S. export control regulations, noting that the provided information is classified as EAR99 technology. Approval processes are indicated via the electronic platform Windchill. This procurement specification is vital for advancing research capabilities at the laboratory while ensuring compliance with regulatory standards.
The document outlines specifications for the design and fabrication of a cryogenic system, specifically a Dewar heat exchanger, at Brookhaven National Laboratory. It includes dimensions, material specifications, and compliance with engineering standards per ASME Y14.5 2009. The heat exchanger is to utilize 0.625" O.D. tubing, with details on the coil size and configuration provided. The vendor is responsible for final design coordination and installation compliance with earlier specifications. Key approval and oversight roles are identified, ensuring that safety and quality assurance protocols are observed throughout the process. This document serves as a control drawing for the associated construction project, crucial for adherence to federal standards and ensuring operational efficiency in the laboratory's accelerator department.
The document pertains to the technical specifications for a 3500-liter liquid helium dewar, designed for the Superconducting Radio Frequency Cryomodule Test Facility at Brookhaven National Laboratory (BNL). The project mandates the contractor to fabricate and install the dewar along with an integrated subcooler and heaters, fulfilling the requirement for upgraded liquid helium processing and delivery services. The dewar must comply with rigorous codes and standards, including ASME and OSHA guidelines. Key components include the mechanical design, instrumentation for monitoring temperature and pressure, and safety devices like relief valves and rupture disks. Utilities available at the installation site are also outlined, specifying the need for compatibility. The document details expectations for materials, design calculations, and testing, emphasizing the contractor's accountability for adhering to the technical and safety requirements outlined. This specification serves as a formal Request for Proposal (RFP) from the government, reinforcing the importance of precision engineering in cryogenic systems, ultimately facilitating research and advancements in superconducting technologies.
The Statement of Work (SOW) outlines the procurement and responsibilities for the installation of a 3500-liter liquid helium dewar as part of a cryogenic system upgrade at Brookhaven National Laboratory (BNL). Managed by Brookhaven Science Associates, the document specifies contractor obligations related to the design, manufacture, inspection, and commissioning of the dewar. It includes detailed instructions on technical performance, tooling requirements, installation procedures, and government-furnished materials. Key components include the need for thorough documentation, quality assurance protocols, and acceptance test procedures to ensure compliance with specified standards. The SOW emphasizes the contractor’s role in providing intermediate deliverables, participating in design reviews, and maintaining communication with BSA representatives throughout the project. Additionally, it highlights the requirements for equipment protection during shipping and outlines the quality control measures essential for successful project execution. This document serves as a comprehensive guideline to ensure that the project's goals meet technical and safety standards, demonstrating BNL's commitment to advancing its cryogenic capabilities.
The document serves as a detailed guide on federal requests for proposals (RFPs) and grants, outlining processes for both state and local governments. It emphasizes the importance of compliance with federal regulations in the allocation of funds and execution of projects, ensuring efficiency and transparency. The guidelines also identify eligibility criteria for applicants, which include government entities, nonprofit organizations, and private contractors. It highlights the responsibilities of parties involved, including procurement officials and project managers, to adhere to specified timelines and deliverables. Additionally, the document explains various funding opportunities available, detailing application procedures, evaluation criteria, and expectations for reporting progress and expenditures. Emphasis is placed on the necessity for documentation throughout the project lifecycle to facilitate oversight and accountability. The overarching aim of the guidelines is to promote responsible management of public resources while fostering a competitive environment that encourages innovation and efficiency. By establishing clear procedures and expectations, the document ultimately seeks to streamline the grant and proposal process, supporting successful partnerships between governments and applicants while maximizing the impact of funded initiatives.
The "Vacuum Systems Consensus Guideline" document, developed by a working group from various Department of Energy (DOE) laboratories, provides comprehensive recommendations for the design, construction, testing, operation, inspection, and maintenance of vacuum vessels used in DOE Accelerator Laboratories. Originating from safety concerns expressed at an Accelerator Safety Workshop in 2007, the guidelines address requirements under Title 10, Code of Federal Regulations, Part 851, specifically for vacuum systems potentially subject to dangerous pressures. The document outlines the qualifications and responsibilities of personnel involved, categorizes vacuum systems into three categories based on their safety profiles, and emphasizes sound engineering principles in design and fabrication. It details mandatory inspections, testing protocols, pressure relief devices, and documentation standards to ensure safety and compliance with applicable codes. This guideline aims to facilitate an equivalent level of safety where pre-existing codes do not apply, ensuring rigorous standards for the operation of vacuum systems in research environments. While offering these guidelines is not mandatory, they serve as a vital resource for ensuring worker safety and equipment integrity in DOE facilities.
Jan 24, 2025, 10:04 PM UTC
Brookhaven National Laboratory (BNL) has issued a pre-solicitation notice for the anticipated procurement of a Liquid Helium Dewar and Sub-Cooler, indicated by Solicitation Number 446572. This notice invites full and open competition among contractors and is compliant with FAR subpart 5.2. The purpose of this solicitation is to secure equipment for BNL's multidisciplinary research facility, operating under the Department of Energy, with a projected contract award around March 31, 2025. The applicable NAICS code is 332420, pertaining to heavy gauge metal tank manufacturing. Contractors interested in this opportunity must be registered in the System for Award Management (SAM) under this NAICS code. BNL expects to award a Firm Fixed Price Contract, with equipment delivery required up to 52 weeks post-award and installation assistance available for up to 20 weeks thereafter. The notice also includes attached documents for the draft Statement of Work, specifications, and various supporting documents pertinent to the procurement process. This process emphasizes transparency and encourages competitive bidding, demonstrating the lab's proactive approach to sourcing necessary equipment for its research initiatives.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Trillium Helium Compressors or its Equivalent
Buyer not available
The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of Trillium Helium Compressors or equivalent products under a Firm Fixed Price (FFP) contract. Vendors are required to provide detailed quotes that include the country of origin, Unique Entity Identifier (UEI), lead time, and pricing justification, which can be supported by a published price list or a redacted invoice from previous sales. The compressors are critical for scientific and engineering applications at the laboratory, emphasizing the importance of compliance with federal regulations and quality assurance standards. Interested vendors must ensure registration in the System for Award Management (SAM) and submit their quotes by the specified deadline, with all pricing valid for 60 days. For further inquiries, vendors can contact Beth Gilman at gilman@bnl.gov or by phone at 631-344-4144.
Helium Recovery and Liquid Helium Generation System
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Helium Recovery and Liquid Helium Generation System under RFQ FA910125QB026, aimed at enhancing helium resource management at Arnold Air Force Base in Tennessee. The procurement seeks a comprehensive system that includes components such as inflatable recovery bladders, compressors, storage cylinders, and a liquefaction method to efficiently recover and liquefy gaseous helium. This system is critical for minimizing helium loss and supporting various scientific and engineering applications at the facility. Interested vendors must submit their quotes by April 21, 2025, and ensure compliance with Federal Acquisition Regulation (FAR) provisions, with evaluation based on the Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Andrew Waggoner at andrew.waggoner.3@us.af.mil or Erica Anglin at erica.anglin@us.af.mil.
Pfeiffer Leak Detector & Supplies(No Substitutes)
Buyer not available
The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for the procurement of Pfeiffer Leak Detectors and associated supplies, with a strict no substitutes policy. Vendors are required to provide a Firm Fixed Price (FFP) quote that includes all costs, such as freight and handling, along with specific documentation including the origin of manufacture and a Unique Entity Identifier (UEI). This equipment is critical for maintaining operational integrity in laboratory settings, ensuring compliance with quality assurance standards and regulatory requirements. Interested suppliers must submit their quotes by the specified deadline, and for further inquiries, they can contact Alysha Benincase at abenincas@bnl.gov.
461380 - Microscope Endstation Vacuum Chamber
Buyer not available
The Department of Energy, through Brookhaven Science Associates (BSA), is soliciting quotes for the design and manufacture of a Microscope Endstation Vacuum Chamber for the NSLS-II TES Beamline at Brookhaven National Laboratory (BNL). This procurement aims to fulfill the requirements of a full and open competition under NAICS code 332999, with a focus on delivering a high-quality vacuum chamber that meets stringent design and safety standards within a 30-week timeframe post-contract award. The vacuum chamber is critical for advanced scientific research, supporting the capabilities of the National Synchrotron Light Source II. Interested contractors must submit their quotes electronically by May 6, 2025, and direct any inquiries to Lisa Gonzales at lgonzales@bnl.gov or by phone at 631-344-5965.
Leica Microsystems HistoCore Multicut with components (No Substitutes)
Buyer not available
The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of a Leica Microsystems HistoCore Multicut and associated components, with no substitutes allowed. This firm fixed-price requirement emphasizes the need for quality laboratory equipment essential for histological analysis, with specific instructions for quoting, including the provision of country of origin, unique entity identifier, and lead time. Interested vendors must ensure compliance with the System for Award Management (SAM) registration and adhere to the outlined terms and conditions, with quotations due by April 10, 2025. For further inquiries, potential bidders can contact Beth Gilman at gilman@bnl.gov or by phone at 631-344-4144.
MC051 Stress Cell *No Substitutes*
Buyer not available
The Department of Energy, through Brookhaven Science Associates, LLC, is seeking quotes for the procurement of an MC051 stress cell, with a requirement for one unit. This opportunity is part of a Firm Fixed Price (FFP) request for quotation (RFQ) aimed at supporting operations at Brookhaven National Laboratory, emphasizing the need for compliance with specific quality assurance and safety standards. The selected supplier must provide detailed pricing, origin of manufacture, and registration in the System for Award Management (SAM), ensuring adherence to federal regulations and ethical standards. Interested vendors should submit their quotes, including any applicable discounts, to Aaron Hagler at ahagler@bnl.gov, with pricing valid for 60 days from submission.
Thales Components Corp. (PN# TH 573SC) Vacuum Electron Tube (No Substitutes).
Buyer not available
The Department of Energy, through Brookhaven National Laboratory (BNL), is soliciting quotes for the procurement of a Thales Components Corp. Vacuum Electron Tube (PN TH 573SC), with no substitutes allowed. This opportunity is structured as a Firm Fixed Price (FFP) Request for Quotation (RFQ), requiring vendors to provide essential details such as country of origin, unique entity identifier, and lead time, along with a published price list for price justification. The vacuum electron tube is critical for various applications within the laboratory, emphasizing the importance of timely and compliant delivery. Interested vendors must submit their quotes by April 30, 2025, and can direct inquiries to Beth Gilman at gilman@bnl.gov or by phone at 631-344-4144.
Gaseous Helium (GHe) for Navy Diving Unit, Panama City, FL
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking sources for the provision of Gaseous Helium (GHe) to the U.S. Navy Experimental Diving Unit located in Panama City, Florida. The procurement involves delivering Gaseous Helium conforming to specific military specifications, along with ancillary services such as cascading of trailers for efficient gas transfer. This requirement is critical for supporting Navy diving operations and is anticipated to span five years, from February 1, 2026, to January 31, 2031, with an estimated total quantity of 1,500,000 cubic feet of GHe. Interested vendors must submit their capability statements by April 23, 2025, to the designated contacts, Leno Smith and Sarah Ramseur, at the provided email addresses.
SNS 2K Cold Compressor System
Buyer not available
The Department of Energy is seeking qualified contractors to design, fabricate, inspect, and provide on-site installation and commissioning support for a 2K cold compressor system intended for the Oak Ridge National Laboratory. This procurement is critical for enhancing the laboratory's capabilities in handling nonmetallic fabricated materials, as indicated by the associated NAICS and PSC codes. Interested parties can access all relevant Request for Proposal (RFP) documents through the TJNAF solicitation portal, with primary contacts being Tom Huratiak at huratiak@jlab.org and Mitchell Laney at laney@cebaf.gov for further inquiries. The place of performance for this contract will be in Newport News, Virginia.
Nitrogen & Helium BPA
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide helium and nitrogen gas bottles under a Blanket Purchase Agreement (BPA) for Ellsworth Air Force Base in South Dakota. The contractor will be responsible for delivering industrial-grade helium and nitrogen cylinders, ensuring timely delivery within one business day of notification, and adhering to safety and regulatory compliance measures. This procurement is critical for supporting military operations, particularly in the Cold Spray Process, and emphasizes the importance of small business participation in federal contracting. Interested vendors must submit their quotes by April 11, 2025, and can direct inquiries to Mitchell Bryk at mitchell.bryk@us.af.mil or Ross Duval at ross.duval@us.af.mil.