Argonne Site Access Management Solution (SAMS)
ID: 5-P124-P-00107-00Type: Solicitation
Overview

Buyer

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

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
  1. 1
    Posted Mar 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 10:00 PM UTC
Description

The Department of Energy, through Argonne National Laboratory, is seeking proposals for a Site Access Management Solution (SAMS) to enhance the visitor and worker credentialing processes at its facility in Lemont, Illinois. The objective is to replace the current outdated systems with a comprehensive solution that ensures compliance with DOE orders while improving the overall user experience for approximately 50,000 annual visitors. This procurement is critical for streamlining access management across the laboratory's 100 buildings and includes requirements for software implementation, training, and ongoing support. Interested vendors must submit their proposals, including a Technical Proposal, Business Management Proposal, and Price Proposal, by April 18, 2025, and can direct inquiries to primary contact Jack Patton at jpatton@anl.gov or secondary contact Sandy Smith at sweso@anl.gov.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 8:06 PM UTC
The document outlines an addendum to the Request for Proposal (RFP) No. 5-P124-P-00107-00 for the Argonne Site Access Management Solution at Argonne National Laboratory. The proposal due date has been extended to April 18, 2025. It includes clarifications on various queries submitted by potential vendors regarding proposal instructions, scope of work (SOW), user access, credentialing, and integration with existing systems. Key highlights include no page limits on proposals, the requirement for a "stop-order" list for access denial, and specific expectations for user access roles totaling around 3,310 individuals. The solution must accommodate various badge types and integrate with current systems like Workday and DSX for credential issuance. The addendum clarifies immediate expectations for capabilities, such as PIV card authentication and notification systems, reflecting Argonne’s operational needs. This document serves not only as a modification announcement but also as a guide for vendors engaging in the proposal process, ensuring a clear understanding of project requirements and timelines.
Apr 16, 2025, 8:06 PM UTC
The ANL-70B (Long Version) – Reps & Certs document from Argonne National Laboratory outlines the necessary representations and certifications for organizations submitting proposals for government contracts, primarily related to pre-award compliance. It requires offerors to provide detailed organizational information, including legal names, unique entity identification, physical addresses, contacts, and type of business entity, alongside certifications regarding compliance with regulations encompassing small business status, conflict of interest disclosures, and prohibitions on counterfeit parts. The document emphasizes adherence to federal requirements such as the Buy American Act, affirmative action programs, and prohibitions against labor exploitation. Furthermore, it contains specific clauses applicable to varying contract thresholds, addressing labor standards, executive compensation disclosures, and anti-trafficking commitments. The document serves to ensure that entities engaging with the federal government meet compliance measures and maintain transparent ethical practices, facilitating the evaluation of proposals in accordance with federal acquisition regulations.
Apr 16, 2025, 8:06 PM UTC
The document outlines the Terms and Conditions of Argonne National Laboratory (ANL) for contracts concerning commercial goods and services. It specifies the applicable Federal Acquisition Regulations (FAR) and Department of Energy Acquisition Regulations (DEAR), along with essential definitions and key clauses. Important elements include conditions for acceptance of contracts, guidelines for assignment, bankruptcy notifications, change procedures, and compliance with environmental laws. Notably, contractors are obliged to follow safety protocols, adhere to export regulations, and maintain integrity regarding the use of genuine parts. The document emphasizes the Laboratory's rights to terminate contracts for cause or convenience and delineates the contractor's responsibility for risk of loss and payment terms. Warranties for services and supplies provided are also specified, alongside various compliance requirements that contractors must uphold. These terms guide contractors on operational expectations and ensure adherence to legal and regulatory frameworks essential for successful collaboration with federal entities. Overall, the document serves to establish a clear contractual relationship and operational standards between ANL and its contractors within the context of federal procurement policies.
Apr 16, 2025, 8:06 PM UTC
The document outlines the travel policy for contractor personnel involved in government contracts, detailing procedures for travel reimbursement and record-keeping. Contractor travel is subject to prior approval from the appropriate laboratory authority, and foreign travel requires additional authorization from the Department of Energy (DOE). Expenses incurred during travel, such as transportation, lodging, meals, and incidentals, are reimbursable according to federal regulations, with specific guidelines for receipts and allowable costs. The document also specifies the requirements for maintaining distinct accounts and records of costs and collections related to the contract. Inspections and audits by the DOE or other designated authorities are permitted to ensure compliance with accounting standards. Contractors must facilitate access to their accounts for government audits and ensure similar provisions are included in subcontracts. Ultimately, all documentation related to financial transactions must be retained for three years post-contract completion, ensuring transparency and accountability in government-funded projects. This guidance is essential for compliance with federal contracting regulations and enhances the integrity of financial operations within contractor engagements.
Apr 16, 2025, 8:06 PM UTC
The document provides comprehensive guidelines on Intellectual Property (IP) provisions related to data delivery in government contracts, stipulating the rights and responsibilities of both the Government and Contractors. It primarily outlines the regulations regarding rights in data, limited rights, restricted computer software, and conditions for data delivery under federal contracts, drawing from the FAR and DEAR clauses. Key points include the Government's unlimited rights to any data produced during contractor performance, the contractor's rights to assert copyrights for certain data, and the obligations to protect limited rights data and restricted software. The contractor must provide form, fit, and function data if withholding any qualifying data. Additionally, the Government retains rights to request further data following contract completion. The document emphasizes clear definitions of various types of data (e.g., technical data, computer software), the handling of proprietary information, and the procedures for addressing unauthorized markings on data. It is essential for ensuring compliance with regulations and protecting intellectual property created under contract, thereby supporting transparency in government contracting processes at federal, state, and local levels.
UChicago Argonne, LLC is soliciting proposals for a Site Access Management Solution (SAMS) to enhance visitor and worker credentialing processes at Argonne National Laboratory, a controlled access facility managed for the DOE. The current system is outdated, leading to inefficiencies across approximately 100 buildings and around 50,000 annual visitors. SAMS aims to streamline site access management, ensuring compliance with DOE orders and improving user experience through improved credentialing and access management capabilities. The solution must meet stringent requirements, including compatibility with various browsers, integration with existing systems, and the ability to process foreign national visitors with additional criteria. Key functionalities include automated credential issuing, customized workflows, and adherence to federal regulations such as FedRAMP compliance and the REAL ID Act. The project will encompass planning, system implementation, training, and testing, with completion expected between June and December 2025, and the contract will have a base period with potential extensions totaling five years. Overall, the document outlines Argonne's commitment to modernizing security and access processes within compliance and functional requirements.
The Request for Proposal (RFP) No. 5-P124-P-00107-00 from Argonne National Laboratory seeks proposals for a "Site Access Management Solution." Operated by UChicago Argonne, LLC under a contract with the U.S. Department of Energy, this RFP invites qualified offerors to provide IT hardware, software, implementation services, maintenance, and training. Proposals should include a Technical Proposal, a Business Management Proposal, and a Cost/Price Proposal, each submitted separately via email by April 11, 2025. The RFP details the evaluation criteria, including technical requirements, implementation plans, ease of use, and service commitment, prioritizing proposals that demonstrate financial stability and compliance with federal regulations. Offerors must be registered with SAM.gov and provide complete proposals, including a signed Pre-Award Information Booklet. The Laboratory retains the right to reject proposals that are substantially deficient and aims to award contracts based on proposals that offer the best value. This RFP underscores the Laboratory's intent to procure necessary services while maintaining flexibility in its procurement approach.
Apr 16, 2025, 8:06 PM UTC
This document is a Purchase Order issued by UChicago Argonne, LLC for the provision of a Site Access Management Solution. The contractor is tasked with supplying software licenses, implementation services, and training over a three-year base period, with options for extensions in subsequent years. The Purchase Order includes standard terms around pricing, billing, and delivery. Specific requirements stipulate that all packages must reference the Purchase Order number and that invoices are to be submitted electronically to avoid payment delays. Various appendices outline contractual terms, the scope of work, and navigation of intellectual property provisions, ensuring comprehensive compliance with established guidelines. Given its context, the document demonstrates federal procurement processes emphasizing transparency, accountability, and strategic partnership in advancing research and operations at the Argonne National Laboratory.
This document is a Pricing Proposal Form for Request for Proposal No. 5-P124-P-00107-00 concerning the Argonne Site Access Management Solution, dated March 10, 2025. The proposal outlines a submission for software, implementation, and training services vital for the project's success, according to the specified Statement of Work. Offerors are required to provide a comprehensive breakdown that includes base pricing for the three-year software solution, implementation services, and training, along with optional pricing for renewals in years four and five. The proposal must be valid for 120 days post-submission, with acknowledgment of any addenda to ensure compliance and completeness. The structure includes sections for the proposal amount, breakdown of costs, contractor information, type of business entity, and acknowledgment of addenda receipt. This RFP reflects the government’s intent to select a suitable contractor for developing an effective site access management solution in a federal context. The document stresses the importance of detailed and accurate submissions, as incomplete proposals may be rejected.
This document outlines the Evaluation Criteria for the Technical Proposal regarding the Site Access Management Solution under RFP No. 5-P124-P-00107-00 issued by Argonne. The selection will be based on the principle of Best Value, prioritizing the highest rated Technical Proposal with the most cost-effective pricing. The proposal must be submitted in three distinct parts: Technical Proposal, Business/Management Proposal, and Price Proposal. The Technical Proposal is critically important and will be rated using adjectives such as Outstanding or Unacceptable, focused primarily on compliance with the Statement of Work. Key areas include detailed technical requirements, software implementation strategies, and commitment to support. Cost/Price will be assessed on realistic pricing for the software and its implementation, while the Business/Management section will cover financial viability and any exceptions to the proposed agreement. The Laboratory will evaluate past performance, requiring references from at least three comparable clients. Ultimately, contracts will be awarded based on proposals that conform to requirements and demonstrate the best overall value while ensuring responsible contractor capabilities.
Apr 16, 2025, 8:06 PM UTC
The Argonne National Laboratory is seeking a Software-as-a-Service (SaaS) solution to foster innovation and ensure efficient operations. The requirements outline a secure, vendor-managed software application hosted within the U.S. that emphasizes perimeter security, data encryption, and reliable customer access. Critical aspects include a subscription model, multi-browser functionality, and a unified codebase for users. The document details essential technology and system architecture components, such as database support, integration capabilities, and authentication methods, including multi-factor authentication. Moreover, it emphasizes robust hosting operations, including compliance with NIST and FedRAMP standards, physical security measures, and comprehensive disaster recovery plans. The need for strict logging and monitoring of security events, as well as well-defined processes for data backup and recovery, is highlighted. The document reflects an understanding of the importance of customer data confidentiality and operational integrity, essential in government RFP contexts. Overall, the RFP aims to identify a vendor that can provide a reliable, secure, and compliant SaaS solution that meets the stringent requirements of Argonne National Laboratory.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Multi-Wavelength Ellipsometer Systems
Buyer not available
The Department of Energy, through Argonne National Laboratory, is soliciting quotations for Multi-Wavelength Ellipsometer Systems, which are critical for advanced analytical applications in scientific research. Vendors are required to provide detailed pricing and availability for these systems, along with necessary documentation such as a published price list, completed Representations and Certifications, and verification of the country of origin. This procurement is essential for enhancing laboratory capabilities and ensuring compliance with federal regulations, including environmental and safety standards. Interested suppliers should direct inquiries to Jazlyn Mangis at jmangis@anl.gov, with all quotations due by the specified deadline outlined in the Request for Quotation (ANL-70).
Phenom XL G2 SEM for Argon environment or equivalent
Buyer not available
The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is seeking proposals for the procurement of a Phenom XL G2 Scanning Electron Microscope (SEM) designed for use in an Argon environment, along with standard peripherals and optional items. The objective is to acquire this advanced SEM or an equivalent model that meets the specified capabilities, which are critical for enhancing research and development projects at ORNL. Proposals must be submitted by April 16, 2025, and will be evaluated based on the lowest priced, technically acceptable offer, with a validity period of 120 days. Interested vendors should direct their inquiries to Brittany Waring at waringbc@ornl.gov and ensure compliance with all required representations and certifications as outlined in the solicitation documents.
LF ICAM/M110-5
Buyer not available
The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is soliciting proposals for the procurement of the LF ICAM/M110-5 mobile alpha beta continuous air monitor or an equivalent model. This procurement aims to secure essential environmental monitoring equipment that aligns with ORNL's operational needs, emphasizing compliance with federal procurement standards. Interested vendors must submit a firm fixed price proposal by April 21, 2025, and ensure they meet all representations and certifications, including registration in the System for Award Management (SAM). For inquiries, contact Jared Rash at rashjp@ornl.gov or call 865-341-3159.
ELECTRONICS - CRYOGENIC HARDWARE
Buyer not available
The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of specialized cryogenic hardware assemblies as outlined in Request for Proposal (RFP) 368223-GMG. This procurement aims to acquire critical components, including amplifiers, ferrite components, and infrared filters, which are essential for Fermilab's operations and must meet stringent technical specifications. Interested vendors are required to submit their firm-fixed price proposals, along with necessary certifications and supporting documents, by the deadline of May 2, 2025. For further inquiries, potential offerors can contact Grace Gomez at ggomez@fnal.gov.
937B Controllers - T3E, T3D, D1, D2
Buyer not available
The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is soliciting proposals for the procurement of 937B Controllers (models T3E, T3D, D1, D2). Vendors are required to submit firm fixed price proposals by April 21, 2025, at 5:00 PM EST, with offers remaining valid for 120 days, emphasizing a lowest priced, technically acceptable bid process. These controllers are critical for various analytical laboratory applications, and the procurement process underscores the importance of compliance, cost-effectiveness, and clear communication in government contracting. Interested parties should direct inquiries to Jared Rash at rashjp@ornl.gov or call 865-341-3159 before the question deadline of April 18, 2025.
MAG-F Probe Fluxgate Sensor
Buyer not available
The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the procurement of a MAG-F Probe Fluxgate Sensor. This solicitation aims to secure a firm fixed price for the sensor, which is critical for measuring and controlling industrial process variables in scientific applications. The procurement process will follow a Low Price Technically Acceptable (LPTA) source selection method, emphasizing the importance of cost-effectiveness while ensuring technical compliance. Proposals are due by May 2, 2025, at 4 PM CT, and interested parties should direct inquiries and submissions to Procurement Specialist Grace Gomez at ggomez@fnal.gov. Compliance with federal regulations, including the completion of necessary representations and certifications, is required for all submissions.
Aeris Research Benchtop x-ray Diffractometer or equivalent
Buyer not available
The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is seeking proposals for the procurement of an Aeris Research Benchtop x-ray diffractometer or an equivalent system. This equipment is essential for rapid phase analysis in a multi-user laboratory setting, and the procurement aims to enhance material analysis capabilities through improved instrumentation and training. Interested vendors must submit a Firm Fixed Price proposal by April 21, 2025, at 5:00 PM EST, including a completed representations and certifications document, with the selection based on the lowest priced, technically acceptable offer. For inquiries, vendors should contact Landen Treadway at treadwayla@ornl.gov or by phone at 865-341-3071.
Honeywell Toxic Gas Monitoring System Expansion and Upgrades
Buyer not available
The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is seeking proposals for the expansion and upgrades of the Honeywell Toxic Gas Monitoring System. This procurement aims to acquire replacement parts and necessary equipment to enhance the monitoring capabilities for various toxic gases, as detailed in the attached Bill of Materials. The selected contractor will play a crucial role in ensuring the safety and effectiveness of environmental monitoring operations at ORNL. Proposals are due by 5:00 PM EST on April 21, 2025, and must remain valid for 120 days; interested parties should direct inquiries to Landen Treadway at treadwayla@ornl.gov or call 865-341-3071.
Magnetic Tape Library
Buyer not available
The Department of Energy, specifically the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for a Magnetic Tape Library to enhance its data storage capabilities for scientific programs. The procurement aims to acquire a next-generation tape storage solution with a minimum native capacity of 225 PB, equipped with 20 tape drives and expandable to 40, ensuring high availability and compliance with operational standards. This advanced technology is critical for managing large volumes of scientific data, supporting ongoing and future research initiatives in high-energy physics. Proposals must be submitted electronically by April 28, 2025, with inquiries directed to Chris Rossman at crossman@fnal.gov or by phone at 630-840-5355.
Lamination Die and Machined Parts
Buyer not available
The Department of Energy, specifically the Fermilab office, is seeking proposals for the design and construction of a lamination die, along with the machining of two parts and the production of 6,695 components using the die. This procurement is critical for the ORBE magnet core project, which plays a significant role in advancing particle acceleration systems at Fermilab. Interested suppliers must submit firm-fixed price proposals by 5 PM CST on April 28, 2025, ensuring compliance with stringent quality control standards and technical specifications outlined in the associated documents. For inquiries, potential bidders can contact Patrick Tarpey at ptarpey@fnal.gov.