Nano-Focus X-Ray Imaging (NXI) Fixed Kirkpatrick-Baez (KB) Mirror Systems
ID: 357446(GN)Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Energy, through the SLAC National Accelerator Laboratory operated by Stanford University, is seeking proposals for the procurement of Nano-Focus X-Ray Imaging (NXI) Fixed Kirkpatrick-Baez (KB) Mirror Systems. The selected contractor will be responsible for designing, fabricating, assembling, testing, and delivering two mirror chamber and motion systems for the LCLS-II-HE project, along with providing installation assistance and operational training at SLAC. This procurement is critical for advancing research in high-energy physics and materials science, as the mirror systems play a vital role in the functionality of the X-ray optics used in experiments. Proposals must be submitted by October 28, 2025, at 5:00 PM Pacific Time, and all inquiries should be directed to Giang Ngo at giangn@slac.stanford.edu or by phone at 650-926-3975.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file details the specifications for the MR6L0 Mirror, a critical component for the LCLS II HE X-RAY OPTICS SYS. The document outlines optical surface profiles, material descriptions (Silicon Single Crystal with B4C and Ru coatings), and precise dimensions. It specifies surface finishes before and after coating, distortion bandwidths, and etching requirements. Key optical parameters, such as grazing angle, source, and focus, are provided for the focusing ellipse. The file also includes coating specifications for B4C and Ru, along with binder materials. Detailed notes cover profile specifications, clear aperture dimensions, surface preparation, crystal orientation, and optical surface polishing. Crucially, the document addresses packaging and shipping requirements to prevent damage and contamination, emphasizing the need for robust, dust-free containers and clear labeling. The overall purpose is to provide comprehensive engineering and optical specifications for the MR6L0 mirror, ensuring its precise fabrication, handling, and integration within the X-ray optics system.
    This government file details the specifications for an LCLS II HE X-RAY OPTICS SYSTEM mirror, specifically the MR5L0 MIRROR (570mm L NXI / 570mm X 70mm THK). It outlines critical dimensions, tolerances, materials (Silicon Single Crystal), and coating specifications (B4C and Ru with Cr binder). The document also includes strict requirements for shape and slope errors, surface finish before and after coating, and detailed notes on optical surface profiling, clear aperture dimensions, and etching processes. Crucially, it specifies packaging and shipping requirements to prevent damage and contamination, emphasizing the need for an all-metal, dust-free enclosure. Identifying markings for the optic, including beam direction, are also mandated. This document serves as a comprehensive technical drawing and specification sheet for a high-precision optical component within a federal scientific project.
    The LCLS-EN-004 document, “ECS LCLS-II Mechatronic Procurement Grades,” outlines the procurement and integration standards for mechatronics systems within the LCLS Directorate. It defines four increasing levels of vendor responsibility, from Level 1, which entails the delivery of basic components like motors and sensors, to Level 4, requiring a fully integrated, operational control system within the SLAC EPICS environment. Each level specifies increasingly complex deliverables, integration requirements, and testing protocols, including detailed schematics, software, and robust documentation. The document ensures that vendors meet specific technical and safety standards, such as compliance with electrical safety guidelines and the use of preferred platforms like Beckhoff EtherCAT solutions, facilitating a clear transfer of responsibility between vendors and the SLAC Experimental Control Systems (ECS) group.
    The ECS LCLS-II Vacuum Control System Functional Requirements Specification (FRS) document outlines the essential functionalities for preserving vacuum, protecting components, and managing failure modes within the LCLS-II vacuum system. Key requirements include comprehensive interlocks for ion gauges, ion pumps, turbo pumps, beamline gate valves, and fast shutters to prevent damage and isolate vacuum regions. The system must also incorporate fail-safe mechanisms to ensure a safe state during power loss, cable unplugging, or component failures. User interface requirements cover viewing and editing setpoints, remote control of components, and displaying their status. Other interfaces include monitoring across vacuum regions and integration with the EPICS system for data archiving and remote control. General safety requirements involve interlocks with the Photon Machine Protection System (PMPS) and Equipment Protection System (EPS). The document also details integration standards for gauges, ion pumps, turbo pumps, and valves, and mandates a framework for pump-down/vent automation, ensuring that equipment protection relies on PLC-level interlocks rather than automation. Finally, it emphasizes modular development and simulation tools for training and development.
    This Functional Requirements Specification (FRS) outlines the requirements for the ECS LCLS-II motion control system. The document details specifications for controllers, motion IOCs, and associated hardware, aiming to support various operational modes including complex coordinated motion, simple point-to-point, and PMPS-restricted motion, while preventing collisions and enabling automation. Key requirements cover high-level engineering specifications, hardware scope (supporting various actuator types), and crucial position feedback mechanisms like absolute feedback and limit switches. The FRS also addresses controller functionalities such as remote control interfaces, per-axis control, collision prevention, and closed-loop control. Furthermore, it defines failure modes and recovery procedures, comprehensive documentation, EPICS integration, operational modularity, and stringent safety measures, including Safe Torque Off (STO) and adherence to the Photon Machine Protection System (PMPS) interface. It also includes provisions for automation verification and considerations for retrofitting legacy equipment.
    The Engineering Specifications Document (ESD) LCLSII-HE-1.4-ES-0638-R1 outlines detailed physical and functional engineering requirements for the LCLS-II-HE NXI Fixed KB Mirror System. This document, crucial for federal government RFPs and grants, guides the design, development, manufacturing, and integration of the Nano-focus X-ray Imaging (NXI) Kirkpatrick-Baez (KB) mirror systems for the Coherent X-Ray Imaging (CXI) beamline. Key components include mirror mounts, motion systems, ultra-high vacuum (UHV) chambers, and support structures, with specific requirements for dimensions, cooling, stability (vibrational, thermal, long-term), controls, and vacuum performance. The document details specifications for mirror orientation, coordinate systems, motion ranges, and stringent stability criteria (e.g., vibrational stability of mirror pitch ≤ 25 nrad RMS). It also outlines roles and responsibilities, references various standards, and includes revision history, acronyms, and mechanical definitions to ensure compliance and successful project execution.
    The SLAC National Accelerator Laboratory (SLAC), managed by Stanford University for the U.S. Department of Energy, is a Federally Funded Research and Development Center involved in material, structural molecular biology, and high energy physics research. This document provides credit references, including Vector Fabrication, Government Scientific Source, and Pro Tek Manufacturing, with U.S. Bank as their account manager and primary contact for credit inquiries. SLAC also provides its Federal Tax ID (94-11-56365N) and California Tax ID (910-0464-8). All SLAC purchases are for immediate resale to the U.S. Government, making them tax-exempt, and the document includes a California Resale Permit (026001337) and Seller's Permit. The resale certificate confirms SLAC's engagement in selling tangible personal property related to its research activities and its understanding of the legal implications of misusing the certificate.
    The document "OFFEROR's REQUEST FOR CLARIFICATIONS (Attachment 1)" is a form used in the Request for Proposal (RFP) process, specifically for RFP No: SLAC_357446(GN). This form allows potential offerors to submit questions and request clarifications regarding the RFP document. It includes fields for the offeror's name, date, item number, submission date, RFP document reference, the question itself, and designated spaces for the response date, response, and any subsequent RFP actions. The due date for proposals is October 21, 2025, at 5 PM PST. The form is designed to facilitate communication between the issuing entity and offerors, ensuring all parties have a clear understanding of the RFP requirements before the submission deadline.
    The document details clarifications and responses to questions from offerors regarding Request for Proposal No: SLAC_357446(GN). Key clarifications include the identification of a custom “internal integrated gate valve” (VAT 48240-CE44*) with a corrected 2-3/4” ID, an acknowledgment of an error in the drawing regarding the exit flange’s offset (approximately 10 mm upward and northward), and confirmation of a 20 W absorbed heat load for both mirrors. It also distinguishes between baking temperatures: 125oC for operation and 150oC for bakeout. Finally, the document confirms that all referenced materials from page 4 have been provided. These responses led to updates released in RFP Amendment No. 2, demonstrating an iterative process for refining RFP specifications based on offeror inquiries.
    The document, "OFFEROR’s REQUEST FOR CLARIFICATIONS (Attachment 1)," is a form for offerors to submit questions regarding Request for Proposal No: SLAC_357446(GN). The due date for proposals is October 07, 2025, at 5 PM PST. The form requires the offeror's name, date, item number, date submitted, RFP document reference, the question itself, and designated spaces for the response date, response, and RFP actions. This attachment is a critical component of the RFP process, providing a structured mechanism for potential contractors to seek clarification and ensure a comprehensive understanding of the solicitation requirements before submitting their proposals.
    SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy, has issued Request for Proposal (RFP) SLAC_357446(GN) for the procurement of LCLS-II-HE Nano-Focus X-Ray Imaging (NXI) Fixed Kirkpatrick-Baez (KB) Mirror Systems. This is a firm fixed price proposal due by October 14, 2025, at 5:00 PM Pacific. The selected subcontractor will design, document, fabricate, assemble, test, and deliver two mirror chamber and motion systems for the LCLS-II-HE project, along with providing installation assistance and operational training at SLAC. Key requirements include adherence to specified technical documents, separate technical and business proposals, and registration with the System for Award Management (SAM). The RFP outlines detailed deliverables, quality assurance requirements, and a schedule encompassing design, production, assembly, testing, and delivery. All communications regarding the RFP must be directed to Giang Ngo, Sr. Subcontract Administrator.
    The LCLS Vacuum Policy outlines qualification procedures and operational guidelines for vacuum systems within the facility, categorizing them into five distinct levels (1-5) based on operational needs and functional isolation. All new or modified vacuum sections must undergo qualification, involving comparative analysis, Helium Leak Tests, and Residual Gas Analysis (RGA) scans, with specific requirements detailed for each level. The policy also establishes a process for documenting and managing variances to baseline requirements, distinguishing between "operational" and "baseline requirements" variances. It details the workflow for obtaining operational variance authorization, including notification to the LCLS Vacuum Qualification Authority (VQA), arrangement of RGA scans, and verification of compliance. The document provides schematics of the LCLS facility illustrating vacuum level designations and guidelines for designation and interfaces between different vacuum levels, emphasizing the use of vacuum windows and differential pumping for isolation. Table 1 summarizes key guidelines and allowed deviations for each vacuum level, serving as a foundational tool for users designing or modifying vacuum sections.
    The LCLS Specification and Guidelines for Level 1 Vacuum Qualification outlines the criteria and procedures for qualifying vacuum assemblies at the LCLS. This document, revised in October 2019, details the general approval criteria for Level 1 vacuum qualification based on RGA data, a primary list of prohibited materials and practices, and supplemental guidelines. The qualification process involves evaluating Helium Leak Rate Test data, assessing system design against prohibited elements, and performing RGA scans. Key criteria include specific limits for partial pressure from the sum of all peaks >45 AMU and maximum single-peak partial pressure for >45 AMU, both re-scaled by pumping speed ratios. The document also provides extensive guidance on preferred, cautioned, avoided, and prohibited materials, components, design practices, fabrication methods, cleaning procedures, assembly techniques, and processing steps to ensure compliance with LCLS vacuum policy.
    The SLAC Electrical Safety program, detailed in Chapter 8 of the ESH Manual, outlines policies, responsibilities, and practices to mitigate electrical hazards in compliance with OSHA and NEC regulations. It addresses various hazards like electric shock and burns, emphasizing training requirements for qualified personnel working with electrical equipment. The document also covers general equipment safety, including acceptability, design, installation, and specific requirements for commonly used items like flexible cords, extension cords, and power strips. It details safety measures for on-site equipment, such as Ground Fault Circuit Interrupters (GFCIs), electrical cables, power supplies, capacitors, and inductors/magnets, and outlines safe work practices, including emergency preparedness and lock and tag procedures. The overarching goal is to protect all personnel from electrical dangers through comprehensive safety standards and training.
    Amendment No. 1 to Solicitation/Subcontract Number RFP_SLAC_357446(GN) has been issued by the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. Effective September 29, 2025, this amendment revises key dates for the Request for Proposal (RFP). Specifically, the submittal date for "RFP_SLAC_357446(GN)_Section_L.1_Request for Clarifications" has been extended from September 30, 2025, to October 7, 2025. Additionally, the overall RFP submittal due date has been changed from October 14, 2025, at 5:00 PM PST to October 28, 2025, at 5:00 PM PST. All other terms and conditions of the original solicitation, dated July 29, 2022, remain unchanged and in full effect. Offerors are required to acknowledge receipt of this amendment to ensure their offers are considered valid.
    Amendment No. 1 to RFP_SLAC_357446(GN) was issued by the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. Effective October 13, 2025, this amendment revises sections of the original Request for Proposal. Key changes include inserting "RFP_SLAC_357446(GN)_Section_L.1_Request for Clarifications Responses" into the contract documentation and updating the submittal date for "RFP_SLAC_357446(GN)_Section_L.1_Request for Clarifications" from October 7, 2025, to October 14, 2025. The overall RFP submittal due date remains unchanged: Tuesday, October 28, 2025, at 5:00 PM PST. All other terms and conditions of the original solicitation remain in full effect.
    Lifecycle
    Title
    Type
    Similar Opportunities
    M1/M3 Flexure Systems and Vacuum Chambers
    Buyer not available
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for the manufacture, assembly, and testing of M1/M3 Flexure Systems and Vacuum Chambers as part of the Advanced Light Source Upgrade (ALS-U) project. This procurement includes five flexure systems, two transport yokes, four vacuum chambers, four copper liners, and various subassemblies, with a focus on precision engineering and UHV compatibility for advanced scientific instrumentation. The contract is expected to last approximately 68 weeks, with proposals due by January 12, 2026, and a pre-proposal conference scheduled for November 21, 2025. Interested parties should direct inquiries to Martha Grausz at mggrausz@lbl.gov or by phone at 510-486-6618.
    Pilatus4 S 2M CdTe 450hz
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is soliciting quotes for the procurement of a Pilatus4 S 2M CdTe 450 Hz module. This advanced analytical laboratory instrument is crucial for high-performance applications in scientific research, particularly in the field of pixel array detectors. Interested vendors must provide a commercially available product that meets specified performance criteria and demonstrate relevant manufacturing experience, with quotes due by December 19, 2025, at 4:00 PM EST. For further inquiries, potential offerors can contact Mark Brock at mbrock@bnl.gov or Jayce Blood at jblood@bnl.gov.
    HD Coldboxes Fabrication
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the fabrication of two high-density (HD) coldbox structures, with an option for a third unit, to support the Long-Baseline Neutrino Facility/Deep Underground Neutrino Experiment (DUNE-US) project. The procurement involves detailed specifications for stainless steel (SS 304) coldboxes designed to house active detectors for cold testing in cryogenic conditions, with strict adherence to quality control measures and compliance with national standards. Proposals must be submitted by 5 PM Central on December 19, 2025, and should include completed SARC and PUR-466 forms for proposals exceeding $10,000. Interested parties can direct inquiries to Spencer Keske at skeske@fnal.gov.
    MOIRRAS Accessory Design/Build
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is soliciting quotes for the design and build of a Metal Oxide Infrared Reflection Absorption Spectroscopy (MOIRRAS) accessory under Request for Quote (RFQ) Number 468887. This procurement aims to engage a qualified contractor to fulfill the requirements outlined in the provided Statement of Work, which includes collaboration with BNL scientists, validation tests, and the installation of the accessory. The project is significant for advancing research capabilities at BNL and is open to full and open competition, with a total price to be quoted by interested parties. Quotes are due by December 24, 2025, at 5:00 p.m. EDT, and all inquiries should be directed to Ben Furlow at bfurlow@bnl.gov.
    Universal Streak Camera System, No Equivalents or Substitutions. Must be a Franchised/Licensed Distributor
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is soliciting proposals for the procurement of a Universal Streak Camera System, specifically the C16910-01-131-KIT model, with no equivalents or substitutions allowed. This firm fixed-price contract requires that all offers come from franchised or licensed distributors, emphasizing the importance of quality assurance and compliance with various standards, including ISO 9001. The selected system will play a crucial role in supporting research and development operations at the laboratory. Proposals are due by December 29, 2025, with questions accepted until December 22, 2025, and the anticipated delivery date set for January 26, 2026. Interested vendors should contact Malen Valencia at mvalencia@bnl.gov for further information.
    Pulse cable
    Buyer not available
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking quotations for the procurement of 1,000 meters of high power triaxial pulse cable. The cable must meet specific technical requirements, including electrical characteristics such as a nominal characteristic impedance of 14 ohms and a maximum pulse duration of 3.7 μS, among other stringent specifications. This procurement is critical for the laboratory's operations, as the pulse cable is essential for various research and development applications in the field of general science and technology. Interested vendors must submit their best and final offers, including price and lead time, by December 20, 2025, to Anthony Chin at anthonyc@slac.stanford.edu, with adherence to the Buy American Act Certification and other specified terms and conditions.
    13 kW klystrons
    Buyer not available
    The Department of Energy, specifically the Jefferson Lab, is seeking a supplier for the fabrication, inspection, and testing of 13 kW klystrons as outlined in the attached technical specifications. This procurement is crucial for the lab's operations, as klystrons are essential components used in various applications, including particle accelerators and other high-frequency electronic systems. Interested vendors should note that there are no set-asides for this solicitation, and the primary point of contact for inquiries is Ebony Beaver, who can be reached at beaver@jlab.org or by phone at 757-269-7814. Further details regarding the proposal submission process and deadlines can be found in the RFP package.
    BSA RFI-PVD Tool
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking information from companies regarding their capabilities to provide a magnetron sputter deposition system for quantum device fabrication. This Request for Information (RFI) outlines the need for a highly flexible, ultrahigh vacuum (UHV) system that can perform both reactive and non-reactive sputtering with precise process control, including specific requirements for components such as a UHV sputtering chamber, integrated vacuum pumping system, and a substrate stage capable of high-temperature heating. The procurement is crucial for advancing quantum technology research, and interested vendors must submit their responses electronically by 5:00 PM Eastern Time on December 24, 2025, to Aaron Hagler at ahagler@bnl.gov, with the subject line “BSA RFI-471842.”
    VL Element 9200 nm wavelength, 38.1 mm diameter spiral phase plate with ZnSe Coating (No Substitutes)
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for a VL Element 9200 nm wavelength, 38.1 mm diameter spiral phase plate with ZnSe coating, emphasizing that no substitutes will be accepted. Vendors are required to provide an "All Inclusive" Firm Fixed Price (FFP) quote that includes all costs associated with delivery, including freight and handling fees, and must be registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI). This procurement is critical for supporting ongoing research and development activities at BNL, which operates under a Prime Contract with the U.S. Department of Energy. Interested parties should submit their quotes to Beth Gilman at gilman@bnl.gov by the specified deadline, ensuring compliance with all outlined requirements and terms.
    Levante IR fs optical parametric oscillator (OPO) & Installation, No Equivalents or Substitutions
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for a Levante IR fs optical parametric oscillator (OPO) and its installation, with no equivalents or substitutions allowed. The procurement aims to acquire this advanced optical instrument, which is crucial for extending the wavelength coverage of Coherent’s fs laser sources, thereby enhancing research capabilities at the laboratory. Interested vendors must provide an all-inclusive price that covers freight, tariffs, and handling fees, and must comply with specific requirements outlined in the attached terms and conditions, including insurance and SAM registration. Quotes are due by the specified deadline, and interested parties should contact Malen Valencia at mvalencia@bnl.gov for further inquiries.