Cryocooler
ID: RFP-374247-GMGType: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFFERMILAB - DOE CONTRACTORBatavia, IL, 60510, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Energy, specifically the Fermilab - DOE Contractor, is seeking proposals for the procurement of a Cryocooler as part of the NNSA Project at IARC. The primary objective is to acquire a cryocooler that meets specific technical specifications, including an operating temperature of 4.2K or lower and a first-stage cooling capacity of at least 2.5W at that temperature. This equipment is crucial for advancing compact, conduction-cooled Superconducting Radio-Frequency accelerator technology, which aims to enhance safety and operational efficiency by reducing reliance on liquid helium infrastructure. Proposals are due by November 14, 2025, at 4 PM CT, with inquiries accepted until November 5, 2025. Interested vendors should contact Grace Gomez at ggomez@fnal.gov for further details.

    Point(s) of Contact
    Grace Gomez
    ggomez@fnal.gov
    Files
    Title
    Posted
    Fermi National Accelerator Laboratory (Fermilab), managed by Fermi Forward Discovery Group (FFDG) for the U.S. Department of Energy Office of Science, has issued Request for Proposal (RFP) 374247-GMG. This RFP seeks a subcontractor to provide a firm fixed price for a Cryocooler—NNSA Project @ IARC, as detailed in Attachment A - Specifications. Proposals are due by November 14, 2025, 4 PM CT, with questions accepted until November 5, 2025, 4 PM CT. The award basis is the Lowest Price Technically Acceptable (LPTA) source selection process, prioritizing the lowest-priced technically compliant proposal. Technical acceptability is determined by conformance with the “Procurement Specification – NNSA Cryocooler.” Proposals must include pricing, F.O.B. Fermilab delivery terms (with freight charges), and completed SARC and PUR-466 certifications. All contractual inquiries should be directed to Graciela M. Gomez, Procurement Specialist II.
    Fermilab, in collaboration with the National Nuclear Security Administration (NNSA) through the NNSA Project at IARC, is advancing compact, conduction-cooled Superconducting Radio-Frequency (SRF) accelerator technology. The project aims to reduce reliance on radioactive cobalt-60 sources by developing a reliable, scalable electron beam platform using cryocooler-based conduction cooling. This method eliminates the need for liquid helium infrastructure, simplifying operations, enhancing safety, and reducing the system's footprint, making it suitable for mobile industrial applications. The SRF cavities will be Niobium-Tin coated to operate at 4.2K, cooled by pulse-tube cryocoolers to minimize vibrations. Key specifications for the required cryocoolers include an operating temperature of 4.2K or lower, a first-stage cooling capacity of at least 2.5W at 4.2K, a second-stage capacity of at least 40W at 45K, and a maximum power consumption of 15kW. Vendors must quote a single pulse-tube unit, including the cold head, compressor, gas lines, vibration dampening bellows, and all necessary cabling, adhering to specific size constraints.
    The Fermi Forward Discovery Group, LLC (FFDG) General Terms and Conditions document outlines the contractual obligations for commercial product and service subcontracts. Key provisions include definitions, scope of work, independent contractor status, assignment, and subcontract acceptance. It details standards of performance, payment terms, inspection rights, and requirements for licenses and permits. The document addresses changes and modifications, indemnification, assumption of risk for supplies, and theft reporting. It specifies warranties for products and services, mandates the use of genuine parts, and limits liability. Conditions for excusable delays and termination are provided, alongside clauses on laws, regulations, dispute resolution (including mediation and binding arbitration), and applicable law. Information release, notification protocols, and the entire agreement's order of precedence are established. Additionally, it covers site and facilities access, environmental, safety, and health (ES&H) requirements, stop-work orders, insurance, and information technology acquisitions. The document concludes by incorporating various Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses, with specific applicability thresholds for different subcontract values.
    The Fermi Forward Discovery Group, LLC Subcontractor Annual Representations & Certifications (SARC) form ensures compliance with federal regulations for U.S. Government contracts. Subcontractors must provide comprehensive information on ownership, business type, and common parent relationships. The form details various business categories, including large, small, foreign, and diversity classifications like Small Disadvantaged, Woman-Owned, and Veteran-Owned businesses. It also covers executive compensation reporting requirements based on federal funding thresholds. Additionally, the SARC addresses offeror responsibility, including accounting system status, compliance with anti-trafficking policies, and E-Verify enrollment. It includes certifications for U.S. export/import control laws, Equal Opportunity (FAR 52.222-27), Affirmative Action (FAR 52.222-25), and limitations on pass-through charges. The document concludes with a certification of accuracy and an agreement to comply with all stated requirements and notify FermiForward of any status changes.
    The Fermi Forward Discovery Group, LLC (FFDG) Proposal Certifications document outlines required certifications for offerors based on proposal dollar value, covering various federal regulations. Proposals exceeding $10,000 necessitate compliance with export/import controls and the Buy American – Construction Materials clause (FAR 52.225-9), detailing domestic content requirements for construction materials. For proposals over $150,000, certifications include independent price determination (FAR 52.203-2), disclosure of payments to influence federal transactions (FAR 52.203-11), responsibility matters (FAR 52.209-5), and employment reports on veterans (FAR 52.222-37), and anti-kickback procedures (FAR 52.203-7). Proposals over $550,000 require certifications related to combatting trafficking in persons (FAR 52.222-50) and a compliance plan (FAR 52.222-56). The document also addresses intellectual property rights, specifically "Rights to Proposal Data" (FAR 52.227-23), "Rights in Data-General" (FAR 52.227-14), and "Patent Rights" (DEAR 952.227-11, DEAR 952.227-13), requiring offerors to specify any proprietary data or restricted software. Offerors must complete these certifications as part of their proposal submission package to ensure compliance with federal acquisition regulations and FFDG's terms.
    Lifecycle
    Title
    Type
    Cryocooler
    Currently viewing
    Solicitation
    Similar Opportunities
    Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for construction services related to the Integrated Engineering and Research Center (IERC) CCD Space Humidification project. The selected subcontractor will be responsible for providing all necessary supervision, labor, materials, tools, and associated costs to install two humidification units, which are critical for maintaining precise humidity control in the lab environment. This project is particularly important for the manufacturing of sensitive experimental components, ensuring compliance with safety and quality standards throughout the construction process. Interested small businesses must submit their proposals by January 7, 2026, including a technical and business management section, following a mandatory pre-proposal meeting on December 18, 2025. For further inquiries, contact Dasia Guthrie at dguthrie@fnal.gov or call 630-840-2494.
    Closed Cycle Cryostat
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for a Closed Cycle Cryostat system, as part of a total small business set-aside procurement. The requirements include a comprehensive range of components such as a Cryocooler, water-cooled helium compressor, specialized hoses, optical shrouds, and radiation shields, all of which are critical for advanced scientific applications. Interested vendors must ensure that all items are brand name or equivalent, and provide documentation confirming their status as authorized distributors, with a focus on new equipment only. Quotations must be submitted via email to Elizabeth Harley by the specified deadline, and the procurement will follow a Lowest Price Technically Acceptable evaluation process.
    Dilution Refrigerator
    Buyer not available
    The U.S. Department of Commerce, National Institute of Standards and Technology (NIST), is seeking information from industry regarding the procurement of a state-of-the-art dilution refrigerator to support its quantum sensor development and quantum information science research in Boulder, Colorado. The refrigerator must achieve a base temperature of 10 mK or lower, with specific cooling power and minimal vibration, and include advanced features such as automation via Python scripting and a fully automated gas handling system. This opportunity is crucial for enhancing NIST's capabilities in quantum research, and interested parties are invited to submit their responses by December 23, 2025, to Angela Hitt at angela.hitt@nist.gov, with a focus on their qualifications and compliance with relevant regulations.
    LBNF Liquid Argon LAr Circulation Equipment
    Buyer not available
    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.
    Purchase of Spare 3000 KVA Process Power Transformer
    Buyer not available
    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the purchase of a spare 3000 KVA Process Power Transformer and associated breaker assemblies for the Proton Improvement Plan II (PIP-II) project at the Fermi National Accelerator Laboratory in Illinois. This procurement aims to ensure a reliable power infrastructure, with the selected subcontractor responsible for all aspects of the project, including supervision, labor, materials, and transportation, while adhering to specific technical specifications and quality assurance standards. Proposals are due by 2:00 P.M. CST on December 11, 2025, with questions accepted until December 4, 2025; interested parties should contact Michele Reynolds at micheler@fnal.gov for further information.
    MMW Chiller for Balance of Plant
    Buyer not available
    The Department of Energy is seeking qualified vendors to provide an outdoor air-cooled MMW Chiller system for its Multi-Megawatt electrolyzer project, with a minimum cooling capacity of 30 tons required by March 2026. This chiller will play a crucial role in drying hydrogen produced by a proton exchange membrane (PEM) electrolyzer by cooling glycol to condense water from the hydrogen stream, ensuring the hydrogen is suitable for use in fuel cells and other applications. The procurement includes specific technical requirements such as a flow rate of 90-120 gpm, operation in extreme conditions, and compatibility with a 50/50 propylene glycol and water mixture. Interested parties should contact Kirby Hoffman at Kirby.Hoffman@nrel.gov for further details regarding the Request for Quote (RFQ) No. 2026027456.
    Cryo Linear Actuator plus Accessories or Equivalent
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for a Cryo Linear Actuator and associated accessories, with a focus on obtaining the best price for a Firm Fixed Price (FFP) procurement. The required items include a Cryo Linear Actuator with specific performance parameters, such as a 10 mm travel range and compatibility with ultra-high vacuum (UHV) conditions, among others. These components are critical for advanced research and development operations at BNL, emphasizing the importance of precision and reliability in laboratory settings. Interested suppliers must submit their quotes, including all costs, by the specified deadline, and can contact Lauren von Ende at lvonende@bnl.gov or 631-344-3634 for further details.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.
    41--COOLER UNIT,AIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of two air cooler units. The contract requires the manufacturing of these units in accordance with specified design and quality assurance standards, emphasizing the importance of compliance with military specifications and traceability of parts. These air cooler units are critical for maintaining operational efficiency in various defense applications. Interested vendors must submit their proposals by January 9, 2026, and are encouraged to provide accelerated delivery options. For further inquiries, potential bidders can contact Kristina L. Alexander via email at KRISTINA.L.ALEXANDER5.CIV@US.NAVY.MIL.
    Preventive Maintenance and Repair service for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit (base year plus two possible one-year option years)
    Buyer not available
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking small business sources for preventive maintenance and repair services for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit. The contract will cover a base year plus two optional one-year extensions, commencing on December 30, 2025, and includes requirements for one annual on-site preventive maintenance visit, unlimited corrective repairs within three business days, the use of OEM-certified parts and technicians, unlimited software/firmware updates, and priority technical support. This service is critical for maintaining the operational integrity of the MRI unit, which is essential for research and diagnostics. Interested vendors must submit their responses, including business information and capability statements, by December 9, 2025, to Suzanne Martella at suzanne.martella@fda.hhs.gov.