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
    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 The objective is to replace the current outdated systems with a comprehensive solution that ensures compliance with DOE orders while improving the overall user experience for approximately 50,000 annual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
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Portable Small Article Monitor for Shipboard Use
    Energy, Department Of
    The Department of Energy, through Fluor Marine Propulsion (FMP), is seeking proposals for the development of a Portable Small Article Monitor (PSAM) intended for shipboard use on nuclear vessels. The PSAM is required to replace manual frisking stations, featuring a modular design that is smaller and lighter than existing models, with specific dimensions and weight limitations to facilitate transport and operation. This device is critical for ensuring safety and compliance during servicing and maintenance at U.S. Navy shipyards, with performance specifications including the ability to detect 450 pCi of Co-60 in under 120 seconds and a user-friendly interface for operators. Proposals must be submitted by February 27, 2026, to ATIP@unnpp.gov, and should include a Quad Chart, narrative, and procurement documents, while adhering to ISO 9001:2008 quality standards. For further inquiries, interested parties may contact Jon Ruffley at Jonathan.Ruffley@unnpp.gov.
    Advanced Event-Mode Neutron Imaging System with a Large Area Detector.
    Energy, Department Of
    The Department of Energy, through Oak Ridge National Laboratory (ORNL), is soliciting proposals for an Advanced Event-Mode Neutron Imaging System with a Large Area Detector under RFP No. PR422299. This procurement aims to acquire a sophisticated imaging system that includes specific technical requirements such as a four Timepix-3 chip pixel matrix, low power consumption, and high-speed data transfer capabilities, essential for neutron imaging applications. The awarded contract will be based on the Lowest Price Technically Acceptable (LPTA) criteria, emphasizing the importance of meeting all outlined specifications without exception. Interested vendors must submit their proposals by December 18, 2025, with inquiries directed to Bill Mitchum at mitchumwc@ornl.gov or by phone at 865-341-2745.
    Request for Proposal PR418462 Solenoid Magnets - FY26
    Energy, Department Of
    The Department of Energy, through UT-Battelle, LLC, is soliciting proposals for the delivery of ten (10) Solenoid Stack Assemblies to support a funded project at the Oak Ridge National Laboratory (ORNL) in Tennessee. The procurement aims to acquire these assemblies based on specified technical requirements and cost-effectiveness, with detailed specifications provided in the associated documents. The Solenoid Stack Assemblies are critical components for various applications within the laboratory's research initiatives. Proposals are due by December 17, 2025, and interested parties should direct inquiries to the primary contact, Kevin Nelson, at nelsonkr@ornl.gov or by phone at 865-341-3520.
    Phenom XL G3 SEM or equivalent
    Energy, Department Of
    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the procurement of a Phenom XL G3 Scanning Electron Microscope (SEM) or an equivalent domestic model. This equipment is essential for the Enrichment Science and Engineering Division, which requires advanced microscopy capabilities for analytical purposes, including high magnification and elemental analysis. Proposals must be submitted by December 18, 2025, with a focus on the lowest priced, technically acceptable offer, and interested parties should direct inquiries to Brittany Waring at waringbc@ornl.gov. The procurement is not set aside for small businesses, and the NAICS code for this opportunity is 334516.
    RFP - Corrective Repair and Preventative Maintenance Overhead Door Services
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for corrective repair and preventative maintenance services for overhead doors, revolving doors, automatic pedestrian doors, fire doors, and dock levelers at its Batavia, Illinois campus. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Firm-Fixed-Price (FFP) and Firm-Fixed Unit Price (FFUP) rates, requiring the selected contractor to provide all necessary labor, materials, tools, and equipment while adhering to strict environmental, safety, and health regulations. Proposals are due by December 17, 2025, with questions accepted until December 10, 2025; interested parties should contact Brittany Hopkins at bhopkins@fnal.gov or 630-840-3708 for further information.
    Orbitrap Excedion Pro MS System
    Energy, Department Of
    The Department of Energy, through the Oak Ridge National Laboratory (ORNL), is seeking proposals for the procurement of an Orbitrap Excedion Pro MS System for its Biosciences Division. This advanced analytical instrument is crucial for chemical analysis and will be utilized in various laboratory applications, enhancing the laboratory's capabilities. The Request for Proposal (RFP) No. 433924 outlines specific technical requirements, compliance standards, and proposal submission guidelines, with offers due by December 18, 2025. Interested vendors should direct inquiries to Morgan Hale at halemt@ornl.gov or call 615-519-9527, and are encouraged to review the attached Bill of Materials and Terms and Conditions for further details.
    SCOAP Journal Subscriptions
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for journal subscriptions under the SCOAP3 Open Access initiative for the year 2026. The procurement includes various academic journal subscriptions, such as "APS: ALL Package," "Elsevier: Nuclear Physics B," and others, with a focus on providing access to essential scientific literature. This opportunity is critical for supporting research and development activities at BNL, ensuring that researchers have access to the latest findings in their fields. Interested vendors must submit their quotes, including pricing and compliance with registration requirements in the System for Award Management (SAM), by the specified deadline, with all quotations remaining valid for 60 days. For further inquiries, vendors can contact Malen Valencia at mvalencia@bnl.gov.
    DEPARTMENT OF ENERGY OFFICE OF ENVIRONMENTAL MANAGEMENT SPECIAL NOTICE - PROCUREMENT SCHEDULE UPDATE
    Energy, Department Of
    The Department of Energy's Office of Environmental Management (DOE-EM) is issuing a series of special notices to provide updates on upcoming procurement schedules for major Request for Proposals (RFPs) related to environmental remediation services. The notices aim to ensure high-quality proposals and robust competition for upcoming acquisitions, with key projected RFP release dates including the Portsmouth Infrastructure Support Services in September 2025, the Los Alamos Legacy Cleanup Contract in December 2025, and the Hanford General Support Services Contract in March 2026. These procurements are critical for advancing the DOE's environmental management objectives and ensuring effective cleanup operations across various sites. Interested parties can direct inquiries to Aaron Deckard, Procurement Director at EMCBC, via email at EMProcurementNews@emcbc.doe.gov for further information.
    LBNF Liquid Argon LAr Circulation Equipment
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for the engineering, manufacturing, and delivery of Liquid Argon (LAr) Circulation Equipment for the Long-Baseline Neutrino Facility (LBNF) project in South Dakota. The procurement involves the design and construction of a vacuum jacketed pump valve box, associated piping, valves, instrumentation, and protective structures for cryogenic equipment, all essential for the efficient transfer of liquid argon within the facility. This project is critical for advancing particle physics research and ensuring the operational integrity of the LAr Circulation System, which plays a vital role in the LBNF/DUNE initiative. Proposals are due by January 5, 2026, with technical questions accepted until December 8, 2025; interested vendors should contact Jeremy Duncan at jeremyd@fnal.gov for further details.
    CFA 608/609 Parking Lot
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of the parking lot and associated infrastructure at CFA-608 and CFA-609 located at the Idaho National Laboratory (INL). The project aims to enhance site safety, accessibility, and operational reliability by replacing the aging asphalt parking lot and sidewalks, installing new canopies, gutters, downspouts, heat trace, exterior light fixtures, engine block heaters, and performing minor landscaping. This initiative is critical for maintaining the operational integrity of a national laboratory dedicated to nuclear energy and clean energy innovation. Interested vendors must submit their EOIs, including company details and relevant experience, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.