S-Band TW Accelerating Structure
ID: SLAC_RFP_351874(SL)Type: Combined Synopsis/Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFSLAC Natl Accel Lab -DOE ContractorMenlo Park, CA, 94025, USA

NAICS

Engineering Services (541330)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Energy, through the SLAC National Accelerator Laboratory, is soliciting proposals for the procurement of one S-Band Traveling Wave (TW) Accelerating Structure. The selected contractor will be required to deliver the structure within nine months of contract award, adhering to specific technical and performance specifications outlined in the Request for Proposal (RFP). This equipment is critical for advancing particle acceleration technologies, which play a vital role in high-energy physics research. Proposals must be submitted by January 28, 2025, at 4 PM PST, and should remain valid for 90 days post-submission. Interested parties can direct inquiries to Stephanie Low at stephl@slac.stanford.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    The SLAC National Accelerator Laboratory issued a Request for Proposal (RFP) SLAC_351874(SL) for the procurement of one S-Band TW Accelerating Structure. Prospective offerors must submit a Firm Fixed Price proposal by January 28, 2025, along with specific required documents, including completed forms and certificates as detailed in the RFP. The document provides instructions for proposal submission, emphasizing that offers should be valid for 90 days and confirm acceptance of the RFP's terms and conditions. Registered bidders must adhere to guidelines detailed in various sections of the proposal, which cover topics such as the statement of work, shipping, inspection and acceptance, performance delivery, special terms, and evaluation factors. The RFP stipulates communication protocols, designating Stephanie Low as the sole point of contact for any inquiries. It also outlines registration requirements with the System for Award Management (SAM) to ensure eligibility for award consideration. This solicitation reflects typical government procurement practices, underscoring transparency, compliance, and rigorous selection criteria within federal processes, aimed at enhancing operational capabilities at the SLAC facility. Participation in this procurement process is encouraged and appreciated by the laboratory.
    The SLAC National Accelerator Laboratory has issued a subcontract solicitation numbered SLAC_RFP_351874(SL) for the procurement of an S-Band TW Accelerating Structure. The due date for offers is January 28, 2025, by 4:00 PM PST, with all submissions directed to SLAC’s Accounts Payable. This contract operates under a Firm Fixed Price agreement, governed by specific clauses, terms, and conditions outlined in the subcontract. The document includes detailed sections such as the scope of work, delivery terms, special conditions, and evaluation factors for award. The primary aims of this solicitation are to ensure compliance with federal regulations and to acquire the necessary technology and services to support ongoing operations at the laboratory. The submission process is reinforced through required signatures from both parties, signifying mutual agreement on the terms stipulated in the form. This document exemplifies the structured approach of SLAC National Accelerator Laboratory in managing its procurement processes in alignment with federal guidelines.
    The document outlines a federal Request for Proposals (RFP) regarding the procurement of an S-Band Traveling Wave (TW) Accelerating Structure. It specifies one item for purchase, detailing the quantity of one unit and the associated pricing structure, which includes provisions for total subcontract value and funded amounts. The RFP also references multiple technical documents that define the necessary specifications and design requirements for the construction of the accelerating structure. Payment terms are set to Net 30 days, with potential discounts noted but not specified in detail. Overall, the document serves as a formal structure for soliciting bids on specialized scientific equipment, emphasizing adherence to predefined standards and documentation critical for the successful execution of the project. This procures essential services crucial for advancing research or operational goals within the government or affiliated agencies.
    The SLAC National Accelerator Laboratory has issued a Statement of Work detailing the requirements for constructing a S-Band Traveling Wave Accelerating Structure. This work is necessary for advancing technologies in particle acceleration, integral to SLAC's objectives. The document references several crucial attachments, including a specific “Statement of Work” dated December 18, 2024, and an “Electrical design” document dated August 8, 2024, among others. These materials outline the technical specifications and design parameters necessary for the project. Additionally, the specification document SC-700-866-49, last revised in 1995, provides further regulatory context. The inclusion of a tw chirper coupler model is noted, with plans for its distribution via email, indicating collaborative efforts to ensure participants have access to all relevant data. This initiative reflects SLAC's ongoing commitment to cutting-edge research and development in science and technology under the auspices of the U.S. Department of Energy.
    The document outlines a Statement of Work (SOW) for the engineering design, mechanical design, and fabrication of a 2-meter-long S-band traveling wave accelerating structure needed by SLAC for their LCLS-II electron beams project. The vendor is responsible for the entire process, including thermal and mechanical analyses to ensure optimal performance and cooling requirements, along with the appropriate fabrication techniques and materials. Key specifications include achieving a vacuum leak rate of less than 10-8 std cc/sec, utilizing high-temperature hydrogen brazing, and conducting helium leak tests post-fabrication. Deliverables encompass the completed structure, CAD models, and thermal-vacuum analysis reports. A timeline estimates delivery in nine months with scheduled design reviews to ensure project alignment and functionality. Overall, this project is significant for advancing SLAC’s electron beam technology and ensuring precise performance through rigorous engineering standards and methodologies.
    The technical report from Euclid TechLabs LLC outlines the electrical design of an S-band Traveling Wave Accelerating Structure (SBTW AS) intended for the Linac Coherent Light Source II (LCLS-II) and its high-energy upgrade (LCLS-HE). The primary objective is to enable shot-by-shot control of electron beam compression at high repetition rates, enhancing performance in free-electron lasers. The report details specific tasks, including optimizing cavity cell shapes, thermal simulations, and designing couplers for effective beam transmission. Crucial findings indicate that a 2π/3 AS with an 8 mm aperture offers optimal shunt impedance (88 MΩ/m) and gradient (1 MV/m) while minimizing RF power requirements (approximately 12 kW). Couplers are designed to efficiently connect the waveguide and AS structure, with reflection losses measured at -28.6 dB and -29 dB for the input/output and in-line couplers, respectively. The report emphasizes the engineering design choices made to ensure efficient cooling and manageable production tolerances. This document supports the development of advanced accelerating structures, pivotal for advancing federal research facilities like LCLS and demonstrates the innovation sought by government RFPs and grants aimed at high-energy physics advancements.
    The document outlines the delivery, shipping, and packing requirements for vendors associated with the "Building a S-Band TW Accelerating Structure" project at the SLAC National Accelerator Laboratory. It specifies shipping terms for domestic and international entities, emphasizing that vendors must coordinate shipments with SLAC's customs agent, Green Worldwide Shipping, for clearing goods through U.S. customs. The document details the necessary contact information for the customs agent and stresses the importance of marking shipping containers correctly, including the addressee and SLAC subcontract or purchase order numbers. This instruction serves to ensure compliance with U.S. customs regulations while facilitating smooth logistics for SLAC's research operations. The overall emphasis is on clear communication and accurate documentation to support SLAC's supply chain processes.
    The document pertains to the inspection and acceptance terms for the supply of an S-Band Traveling Wave (TW) Accelerating Structure at the SLAC National Accelerator Laboratory, managed by Stanford University for the U.S. Department of Energy. It outlines responsibilities for inspection and acceptance by both the vendor and SLAC, specifying that the vendor is responsible for inspections, while SLAC handles acceptance. The deliverables required by SLAC include final drawings and CAD models of the structure and its components, a report on thermal mechanical analysis that details thermal management and cooling mechanisms, and a report on vacuum design. This document is part of the procurement process related to government RFPs, emphasizing compliance and quality assurance standards for federal projects. It reinforces the importance of thorough reporting to ensure proper functionality and operational readiness of the accelerating structure.
    The document pertains to a request for proposal (RFP) from SLAC National Accelerator Laboratory, managed by Stanford University for the U.S. Department of Energy. It outlines the delivery requirements for a specific item, the S-Band TW Accelerating Structure. The contract stipulates one unit must be delivered no later than nine months after the award of the contract. The inclusion of a precise delivery timeline reflects the urgency and clarity often necessary in federal procurement processes. This document exemplifies the structured approach typical in government RFPs, detailing specific items, quantities, and deadlines to facilitate compliance and project management effectively.
    The document outlines the General Terms and Conditions for subcontracting related to supply chain management at the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. It specifies the applicability of the SLAC National Accelerator Laboratory’s Terms and Conditions for Fixed Price Commercial Supplies and Services, dated August 2023, and an On Site “Green” Services Subcontract Rider from March 2021. These terms are essential for compliance in procurement processes, particularly in federal RFPs and grants, ensuring that all contractual agreements meet required standards and regulations. The focus is on providing clear guidance for subcontractors regarding the operational and expectation frameworks within SLAC's supply chain management.
    The document outlines the General Terms and Conditions for Fixed Price Commercial Supplies and Services applicable to contracts involving the Board of Trustees of the Leland Stanford Jr. University through the SLAC National Accelerator Laboratory. It delineates definitions, scope, seller acceptance, responsibilities regarding services, packaging, travel reimbursements, invoicing, tax exemptions, inspection rights, warranty provisions, and confidentiality expectations. A prominent theme is the legal framework governing seller liabilities and indemnities, specifying seller accountability for product quality and compliance with federal regulations. The terms emphasize the necessity for technical data approval and adherence to applicable laws, including export controls. Notably, the agreement establishes that disputes will be resolved under California law and incorporates relevant FAR and DEAR clauses. Overall, this document serves to ensure clarity, compliance, and accountability in government contracts involving commercial supplies and services, emphasizing the roles and responsibilities of both buyers and sellers in meeting legal and operational standards within the federal procurement process.
    The "Green Services Rider" outlines the terms and conditions for subcontracting "green" services aimed at sustainability and environmental protection. Key areas covered include compliance with federal regulations, monitoring, and quality assurance by the Department of Energy, as well as the management of government-furnished property. Seller personnel are required to possess appropriate qualifications, and non-English speaking workers must have bilingual support for communication. The document emphasizes environmental protection measures, safety protocols, and the implementation of the Seller's Injury and Illness Prevention Program. Furthermore, it stipulates security measures for site access, insurance requirements based on subcontract value, and risk assumptions during the project duration. Compliance with specified work hours, holidays, and cooperation among sellers is also mandated to minimize disruptions. The document serves as a framework defining responsibilities and expectations under federal grants and RFPs, emphasizing adherence to environmental standards while pursuing efficiency and safety in project execution.
    The document outlines the General Terms and Conditions for "Green" Services Rider for Subcontracts associated with the SLAC National Accelerator Laboratory. It emphasizes the importance of compliance with subcontract requirements, emphasizing buyer oversight, the management of government-furnished property, and the qualifications of seller personnel. Environmental protection, safety protocols, accident prevention, and worker insurance are mandatory, ensuring sellers maintain proper practices to safeguard personnel and property. The terms include operational hours, cooperation with other sellers, and requirements for site security, especially regarding sensitive foreign nationals. Additionally, protocols for the return of security badges and keys are established, with penalties for non-compliance. Overall, the document articulates a commitment to environmentally responsible service delivery while ensuring strict adherence to safety, security, and regulatory practices within the context of government contracts. This aligns with federal initiatives to promote sustainable and secure operations in government-funded projects.
    The SLAC National Accelerator Laboratory outlines special terms and conditions regarding subcontract administration in this document. The primary role of the University’s contractual representative, Stephanie Low, is emphasized, as she is the sole authority for making any changes or modifications related to the subcontract. All communications regarding notices and approvals must be directed to her via email. The document also mentions that the technical representative's identity is yet to be determined. This representative is responsible for monitoring the subcontracted work and clarifying technical specifications but does not hold the authority to change the terms of the subcontract. The contents reflect the structured approach the federal government employs in overseeing subcontractor engagements, ensuring clarity in communication and accountability within contractual relationships.
    The document from SLAC National Accelerator Laboratory outlines the supply chain management attachments associated with procurement processes. It includes a list of four attachments: an Injury and Illness Prevention Plan from May 2021, a sample Certificate of Liability Insurance from January 2009, a Work Classification form intended for informational purposes dated December 2024, and a Tax Resale and Exempt Certificate also provided for information purposes dated June 2024. The primary focus is to equip the potential bidders or contractors with essential documents that relate to compliance, insurance requirements, and tax exemptions relevant to federal grants and RFPs. This structured approach ensures that the bidding process aligns with safety regulations and liability coverage while providing clarity on work classifications for prospective partners. The document emphasizes the importance of adherence to regulatory standards within federal contracting frameworks.
    The document outlines the Injury and Illness Prevention Plan Acknowledgement Form from the Environment, Safety & Health Division of SLAC, effective May 21, 2021. It is essential for subcontractors performing work at SLAC to confirm their compliance with this plan, which adheres to stricter requirements than typical Cal/OSHA standards due to the involvement of the Department of Energy (DOE). Subcontractors must complete a separate form for each project, which should be submitted with their proposals as a prerequisite for receiving a notice to proceed. They are also required to flow down these requirements to any sub-tier subcontractors. Additionally, subcontractors who have employees on-site for extended periods must provide information regarding their occupational medicine provider, ensuring adherence to relevant health monitoring regulations. This form emphasizes the importance of safety and health compliance for all personnel engaged in work connected to SLAC, underlining the government's commitment to worker safety through stringent regulatory measures and compliance tracking.
    The document outlines a federal Request for Proposals (RFP) aimed at improving access to mental health services in underserved communities. It emphasizes the necessity of innovative programming and outreach efforts to engage populations with limited access to traditional healthcare. Key objectives include increasing awareness of available resources, enhancing the quality of mental health care provided, and fostering collaboration among local health agencies and non-profit organizations. The RFP seeks proposals that detail strategies for culturally competent service delivery, addressing stigma, and utilizing technology to facilitate remote access to mental health support. The funding will be allocated to organizations capable of demonstrating effective partnerships and measurable outcomes. Additionally, the document outlines requirements for applicant organizations, such as experience in mental health services, ability to track data, and compliance with federal regulations. The overarching goal is to improve mental health outcomes through accessible, targeted initiatives that cater to the needs of diverse communities. This initiative reflects the government's dedication to addressing mental health disparities and fostering comprehensive care for all citizens.
    The Work Classification Form outlines the process for determining if a specific project at SLAC is classified as “Green” or “Non-Green” work. This determination is critical for adhering to safety protocols and environmental health standards. The form captures essential project details, including the Purchase Requisition Number, Project Title, Project Description, SLAC Point of Contact, and the role of the Environmental, Safety, and Health (ESH) Coordinator. Work classified as “Green” is limited to low-risk activities involving routine office tasks and minimal equipment. Conversely, “Non-Green” work involves higher risks requiring permits, the use of power tools, chemicals, or activities that might disrupt operations. The classification affects operational safety and compliance with regulatory measures. Ultimately, the form assists in assigning tasks properly while ensuring safety protocols are communicated effectively throughout the organization.
    The SLAC National Accelerator Laboratory, managed under a Department of Energy (DOE) contract, provides a letter regarding credit references and a California Resale Certificate. The laboratory specializes in research in fields such as material science and high-energy physics, with all costs covered by the U.S. Government. The letter lists three credit references including Manco Wire & Cable, Government Scientific Source, and Pro Tek Manufacturing, along with a contact at U.S. Bank for credit inquiries. Furthermore, a California Resale Certificate is included, confirming SLAC's authority to purchase items tax-exempt, as all procurement actions are for immediate resale to the U.S. Government. This documentation ensures compliance with tax laws and outlines SLAC's responsibilities as a purchaser. The document underscores SLAC’s operational framework within federal funding and research development, essential for maintaining its status as a national laboratory.
    The SLAC National Accelerator Laboratory's document outlines the necessary representations and certifications required for suppliers participating in government contracting. It specifies that both foreign and domestic entities must complete corresponding supplemental forms: the "International Representations and Certifications Supplement" for foreign entities and the "Representations and Certifications Supplement" for domestic entities. Additionally, there is a requirement to complete and submit a signed "Buy American Act Certificate" dated August 2023. This documentation is crucial for compliance with U.S. Department of Energy protocols and policies, reinforcing the laboratory's commitment to adherence to federal regulations in supply chain management. The content emphasizes the importance of proper certification in the procurement process for entities seeking to engage with the laboratory in contracts or grants.
    The document delineates the required International Representations and Certifications for contractors submitting proposals to Stanford University, specifically relating to work outside the United States without U.S.-based employees. It details essential certifications such as the type of organization, debarment status, and compliance with federal regulations regarding lobbying and anti-kickback statutes. Offerors must confirm that they have not engaged in improper practices while competing for federal contracts and specify any existing relations with Stanford University employees that could imply conflicts of interest. A signed statement is mandated from an authorized representative, affirming the truthfulness of the certifications for a duration of one year, unless changes occur. In the context of federal RFPs and grants, the document is vital for ensuring accountability and ethical standards within procurement processes, safeguarding the integrity of federal funding, and fostering compliance with regulations.
    The document presents the Representations and Certifications Supplement required by Stanford University for proposals related to Prime Contract DE-AC02-76SF00515 with the Department of Energy. It outlines compliance requirements including the completion of annual Representations and Certifications via the System for Award Management (SAM), the need for E-Verify enrollment for contracts exceeding $3,500, and conflict of interest disclosures related to Stanford employees. Furthermore, it mandates certifications linked to toxic chemical release reporting, anti-kickback measures, and export control obligations concerning nuclear and dual-use items. Specific certifications and employee/vendor relationship checks are necessary for proposals, and violations of the representations can lead to serious legal consequences. The document concludes with a signature section for authorized representatives, ensuring that the certifications remain valid for one year unless amended. This supplement is integral to ensuring transparency, accountability, and compliance in federal contracts, reflecting the government's commitment to legal and ethical standards in public procurement.
    The document presents the Buy American Act Certification, which is a critical part of federal Requests for Proposals (RFPs) and grants to ensure that products used in government projects are sourced domestically. Bidders must certify whether their end products are of U.S. origin, with a specific focus on disclosing any foreign components. If a product is not entirely domestic, the bidder must provide details on excluded products and the percentage of foreign content, along with the country of origin. The offeror is required to sign this certification, thereby affirming the accuracy of their representations. The document emphasizes compliance with federal regulations that promote the procurement of U.S.-made goods, enhancing accountability and transparency in government spending. This certification is vital for maintaining the integrity of supply chains in government contracting.
    The document outlines the instructions for offers related to a firm fixed price subcontract concerning the procurement of an S-Band TW Accelerating Structure for SLAC National Accelerator Laboratory. It emphasizes the requirement for proposals to be compliant with the specifications detailed in the Request for Proposal (RFP) and specifies that proposals must stay valid for 90 days post-submission, which is due by January 28, 2025. Key components of the proposal include a technical proposal (Volume I) detailing the technical requirements and a business proposal (Volume II) containing pricing and financial information. Proposals will be evaluated on factors such as technical feasibility, delivery schedules, and pricing realism. Offerors must also ensure their registration in the System for Award Management (SAM) for eligibility. It stresses the importance of clearly marking proprietary information and states that unrealistic pricing may lead to proposal rejection. Furthermore, the document mentions the need for compliance with federal regulations, including employment verification and tax considerations. Overall, it delineates a structured approach to submitting qualified proposals aligned with government procurement standards.
    The document outlines the qualification requirements for vendors responding to the SLAC RFP for an S-Band Traveling Wave (TW) Accelerating Structure. It highlights technical submission criteria, including compliance with specific RF parameters, leak rates, and machining specifications, which will be evaluated to assess the Offeror's ability to meet the project requirements. Additionally, a detailed delivery schedule is mandated, with a goal of delivering the detector within nine months after the award. Business submission criteria include financial standing assessments through Dun & Bradstreet reports, along with mandatory submissions such as an Injury and Illness Prevention Plan, a Certificate of Liability Insurance, and various representation certifications. The overall evaluation considers price proposals alongside completed forms, ensuring that Offerors provide competitive pricing relative to similar institutions. The file emphasizes thorough evaluations of both technical and business proposals, ensuring Offerors demonstrate capability, reliability, and compliance with federal guidelines, reflecting the meticulous nature of government procurement processes for high-stakes projects.
    The document outlines the procurement process for a subcontract related to supply chain management at SLAC, utilizing a Lowest Price Technically Acceptable (LPTA) evaluation method. The submission must adhere to specific terms and conditions. Offers are assessed based on technical acceptability and price, with an emphasis on the ability to meet outlined technical requirements, including the manufacture of an S-band TW Accelerating Structure. Key evaluation factors include the technical proposal's compliance with SLAC's requirements, major milestones, delivery schedules, financial health demonstrated through a Dun & Bradstreet review, and price certification methods. Proposals that do not meet specified criteria may be deemed technically unacceptable. Furthermore, debriefings will be offered to unsuccessful bidders to explain the selection rationale, ensuring transparency in the evaluation process. This procurement framework underscores the importance of understanding both technical and financial capabilities in fulfilling federal requirements while maintaining a commitment to fair competition and equal treatment of all proposals submitted.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    460297 - Laser Ablation Sample Preparation Tool - RFP
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is issuing Request for Proposals (RFP) No. 460297 for a Laser Ablation Sample Preparation Tool. This procurement aims to acquire a tool that utilizes laser ablation technology for preparing samples, which is crucial for material analysis at the Center for Functional Nanomaterials. The selected contractor will be responsible for delivering the tool within an 80-week timeframe, adhering to strict technical specifications and safety standards, with evaluations based on technical capabilities, past performance, and manufacturing capabilities. Proposals must be submitted by March 24, 2025, and interested vendors can contact Lisa Gonzales at lgonzales@bnl.gov or call 631-344-5965 for further information.
    RFI-25 EIC Adjustable DC Power Supply
    Buyer not available
    The Department of Energy, through the Jefferson Lab, is seeking proposals for the fabrication of an Adjustable DC Power Supply to support the Electron-Ion Collider project at Brookhaven National Laboratory. The procurement specifically requests independent DC power supplies with configurations of 39 kW and 75 kW, including detailed specifications for input voltage, ambient conditions, and operational parameters. This initiative is crucial for ensuring the precision and reliability of power supplies necessary for the lab's operations, with a formal Request for Quote (RFQ) expected to be released by late May or early June 2025. Interested vendors must submit their business information, experience, and a Rough Order of Magnitude (ROM) estimate by March 7, 2025, and can contact Jessie Tenbusch at jessie@jlab.org or Mitchell Laney at laney@cebaf.gov for further details.
    Design and fabricate PS/BTM/PSS assemblies for 3 beamlines
    Buyer not available
    The Department of Energy, through the Berkeley National Laboratory (LBNL), is seeking information from qualified vendors for the design and fabrication of Personnel Safety Shutter (PSS), Photon Shutter (PS), and Burn Through Monitor (BTM) systems for its Advanced Light Source Upgrade (ALS-U) project. The objective is to gather technical specifications, budgetary quotations, and schedule estimates for fully integrated shutter systems that adhere to new radiation safety policies, with a budget of approximately $300,000. These systems are critical for ensuring safety and efficiency in x-ray applications, requiring precise dimensions, water-cooling capabilities, and high heat flux handling. Interested parties must submit their responses by March 22, 2025, to assist LBNL in evaluating potential vendors ahead of the expected delivery timeframe of 2026 to 2027. For further inquiries, contact Janet Schlock at JSchlock@lbl.gov or call 510-486-5314.
    Vacuum Storage Fixture for long term storage of 5045 Klystrons
    Buyer not available
    The Department of Energy is seeking qualified contractors to provide a Vacuum Storage Fixture for the long-term storage of 5045 Klystrons, with the procurement managed by the SLAC National Accelerator Laboratory in Menlo Park, California. The contract requires adherence to specific technical specifications, including the use of stainless steel AISI Type 304 and compliance with established machining standards, as detailed in accompanying technical drawings. This fixture is critical for ensuring the safe and effective storage of sensitive electronic components, which play a vital role in energy research and development. Interested bidders should contact Bernadette Espiritu at espiritu@slac.stanford.edu or call 650-926-2838 for further details regarding the solicitation process.
    457675 - X-ray Microscope Instrument (XRM) Request for Proposal
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is soliciting proposals for the procurement of a high-resolution X-ray Microscope (XRM) under Request for Proposal (RFP) No. 457675. The objective is to acquire advanced analytical laboratory instrumentation to support research at the Center for Functional Nanomaterials, with a focus on technical performance, manufacturing capabilities, and quality assurance. This procurement is critical for enhancing nanoscience research capabilities and addressing national energy challenges. Interested vendors must submit their proposals by April 4, 2025, with questions due by March 6, 2025, and can contact Lisa Gonzales at lgonzales@bnl.gov or 631-344-5965 for further information.
    TECHNOLOGY/BUSINESS OPPORTUNITY Electromagnet-SLA Printer
    Buyer not available
    The Department of Energy is seeking proposals for the procurement of an Electromagnet-SLA Printer through a special notice issued by LLNS – DOE CONTRACTOR. This opportunity aims to acquire advanced printing technology that is crucial for various applications within the energy sector, particularly in the development and manufacturing of components requiring precise electromagnetic properties. Interested vendors should note that the place of performance is in Livermore, California, and for further inquiries, they can contact Austin Smith at smith587@llnl.gov or Charlotte Eng at eng23@llnl.gov. Additional details regarding funding amounts and deadlines have not been specified in the provided information.
    Pressure transmitters, Mu2e gas tracker
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for the procurement of pressure transmitters as part of the Mu2e gas tracker project. This Request for Proposal (RFP) 366609RLP seeks firm-fixed price proposals for specific assemblies necessary for Fermilab's scientific operations, emphasizing compliance with federal regulations and guidelines. The selected vendors will play a crucial role in supporting Fermilab's research initiatives, with proposals due by March 19, 2025, and shipments to be made to Fermilab's Receiving Warehouse in Batavia, Illinois. Interested parties should contact Rhiannon Patterson at rhiannon@fnal.gov or call 605-431-2905 for further details.
    RFQ - 711 HPW/RHDR 10kW Amplifier System
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals for a 10kW amplifier system to replace outdated equipment at the 711 HPW/RHDR, with a focus on enhancing research capabilities in high peak power continuous and pulsed microwave applications. The procurement requires a system that meets specific technical specifications, including a frequency range of 1-6 GHz and a minimum power output of 8 kW to 10 kW, ensuring compatibility with existing infrastructure and operational efficiency. This upgrade is critical for ongoing bioeffects research, with a desired delivery timeline of 18 months post-award to Fort Sam Houston, Texas. Interested small businesses must submit their quotes by April 1, 2025, and can direct inquiries to Contracting Officer Chris Stokes at chris.stokes.1@us.af.mil.
    FERMI 2025
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the supply and transmission of electricity to the Fermi National Accelerator Laboratory over a 36-month period from January 2026 to January 2029. The procurement aims to meet the electricity needs associated with the Proton Improvement Plan-II, which is expected to increase load requirements, while also accommodating planned shutdowns in 2028. Offerors are required to submit non-price proposals by March 25, 2025, with pricing to follow in a reverse auction format, ensuring compliance with federal regulations and promoting small business participation. Interested parties can reach out to DLA Energy at dlaenergy.eteam@dla.mil for further inquiries.
    Fermilab LBNF NSCF Construction - Beamline Complex RFP
    Buyer not available
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Near Site Conventional Facilities Beamline Complex in Batavia, Illinois. This project encompasses a wide range of construction services, including site preparation, structural work, and the installation of various systems essential for advanced neutrino research. The selected contractor will be responsible for adhering to stringent safety, quality, and environmental standards throughout the construction process, with an initial funding amount of up to $12 million and additional funds anticipated in subsequent years. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Craig Schmitz at schmitzc@fnal.gov or Sharlene Horton at shorton@fnal.gov.