This government file outlines the Terms and Conditions for Purchase Orders of Commercial Items & Services under the Simplified Acquisition Threshold, effective October 1, 2025. It defines key terms such as Government, Company (UT-Battelle, LLC), and Seller, establishing federal and Tennessee state law for dispute resolution. The document details an order of precedence for Agreement inconsistencies and clarifies that the Seller has no direct privity with the Government, restricting communication. Key provisions include comprehensive warranties for goods and services, strict shipping requirements for U.S. citizen delivery drivers to DOE laboratories, and specific electrical equipment standards. Payment information is directed to the Ariba Network, and compliance with all applicable laws is mandatory, with penalties for non-compliance. The terms also cover termination for convenience or default, excusable delays, restrictions on public release of information, facility access rules, and procedures for changes to the Purchase Order. Insurance, indemnity, IT security, gratuities, and the incorporation of various FAR, DEAR, and Company clauses by reference are also addressed. Specific conditions apply to services performed on DOE sites and those involving special items or computer software. The document also prohibits automatic renewals, mandates compliance with the Foreign Corrupt Practices Act and U.S. export control laws, and outlines an Employee Concerns Program and Differing Professional Opinions process. Finally, it details extensive requirements for the protection of Personally Identifiable Information (PII), including definitions, permitted use, security safeguards, incident reporting, compliance, termination, audits, indemnification, and insurance.
The “Prime Supplemental Flowdown Document BSD-CS-2258” outlines additional terms and conditions for subcontracts and purchase orders under Prime Contract No. DE-AC05-00OR22725, managed by UT-Battelle, LLC, for Oak Ridge National Laboratory. This document integrates mandatory US Government regulatory and customer obligations, with clauses taking precedence in case of conflicts. It defines
The "Bill of Materials for RFQSSPR451800" details a customized Full I-BM-100 beam monitor detection system from CASCADE Detector Technologies GmbH, originating from CDT. This system is designed for specific needs in size and dynamic range, featuring a twin-ionization chamber detector unit with a sensitive area of 103 mm x 103 mm and a 120 nm enriched 10B4C converter coating. It includes an I-BM Controller unit with a precision trans-impedance current-amplifier, an integrated 2.0 kV high voltage supply, and a CDRE readout and DAQ interface board. The system also comprises a doubly shielded cable, a Struck Innovative Systeme SIS1100 PCIe computer interface card, software, mechanical sliders, and a TTL-Avago optical interfacing adapter. The document specifies operating firmware adaptation for time-stamped meta-data events and includes operating manuals for both the device and software. This comprehensive listing outlines the complete detection system for procurement.
This special article outlines the terms for UT-Battelle, LLC’s in-bound licensing of pre-existing computer software, documentation, and other content for managing the Oak Ridge National Laboratory (ORNL) under Prime Contract No. DE-AC05-00OR22725. It defines key terms like “Computer Software,” “Documentation,” “Commercial Computer Software,” and “Software-related Services.” The article specifies that UT-Battelle acquires commercial computer software and documentation under licenses customarily provided to the public, consistent with FAR 12.212 and federal law. It clarifies that the Seller’s standard commercial software license agreement, or a U.S. Government-specific agreement, will apply, with FAR 52.227-19 governing in cases of inconsistency. Any terms in the Seller’s license inconsistent with federal law or UT-Battelle’s prime contract, such as licensee indemnity, attorneys’ fees, automatic renewal, late fees, or injunctive relief, are expressly rejected. The document also states that any new, additional, or conflicting terms in the Seller’s license are rejected in favor of the Purchase Order's provisions. Software-related services must be explicitly identified in the Statement of Work.
Oak Ridge National Laboratory (ORNL) has issued Request for Quotation RFQSSPR415800 for a Nab experiment beam monitor. This Firm Fixed Price solicitation, under NAICS Code 334519, seeks proposals due by December 19, 2025, at 2:00 PM EST, with a 120-day validity period. Award will be based on the lowest priced, technically acceptable offer. Respondents must provide a quote for the Bill of Materials (Attachment C), completed Representations & Certifications (Attachment D), and clearly state any exceptions to the provided terms and conditions. Key attachments include ORNL Terms and Conditions (Attachment A) and Prime Contract Flowdowns (Attachment B). Special provisions cover Commercial Computer Software and Software Quality Assurance, requiring supplier training, defect notification, release labeling, and quality assurance evidence. Proposals must include item dimensions, weight, Export Control Classification Number (ECCN), and origin shipping address. Scott Scarbrough (scarbroughws@ornl.gov) is the Procurement Officer.