DCAS2 DAS/DAQ
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
Oak Ridge National Laboratory (ORNL), under the Department of Energy, is seeking quotes for DCAS2 DAS/DAQ electronic components, specifically a list of specified items or their domestic equivalent. This is a Combined Synopsis/Solicitation (RFQ), and the award will be made to the lowest priced, technically acceptable proposal. Proposals are due by February 4, 2026, at 4:00 PM EST.
Scope of Work
ORNL requires a quote for the following components, or their domestic equivalent, from "Rockwood Automation": 5034-RTBT AB 5034 CJC SCREW, 5034-RTB24S 5034 RTB Spring w. Pusher 24 Terminals, 5034-MB 5034 Mounting Base 15mm, 5034-IRT4I/A 5034 Analog 4 Input Isolated RTD/TC, 5034-IF8V/A 5034 Analog 8 Input Voltage, 5034-ECR-QTY5/A 5034 End Cap, 5034-AENTR/A 5034 Ethernet/IP RJ45 Adapter, and 199-DR1/B IEC 35mm x 7.5mm x 1 m DIN Rail. The solicitation explicitly states that FAR 52.211-6 Brand Name or Equal applies, allowing for domestic equivalents.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: None specified
- NAICS Code: 335314 - Relay and Industrial Control Manufacturing
- Place of Performance: Oak Ridge, TN, United States
- Published Date: January 28, 2026
- Questions Due: February 2, 2026, by 4:00 PM EST
- Proposal Due Date: February 4, 2026, by 4:00 PM EST
Evaluation
Award will be based on the lowest priced, technically acceptable proposal. Offerors must submit a firm fixed price quote with a proposed delivery schedule and completed/signed Representations & Certifications (BSD-CS-2260). Any exceptions to the terms and conditions must be clearly stated.
Key Documents & Requirements
Bidders must review the following incorporated documents:
- Attachment A - G-POCI-Terms: Outlines general terms and conditions for purchase orders, including dispute resolution, warranties, shipping (U.S. citizen drivers for on-site delivery), electrical equipment requirements, and compliance with laws.
- Attachment B - Prime-Flowdown-Clauses: Details mandatory FAR, DEAR, and DOE clauses flowed down from the prime contract, impacting compliance and operations.
- Attachment C - Bill of Materials: Provides specific part numbers, manufacturers (Rockwood Automation), and quantities for the required items.
- Attachment D - Reps-and-Certs-Abbreviated: A mandatory form for offerors to complete regarding business status, small business certifications, export control, Buy American Act, child labor, telecommunications equipment, and conflict of interest.
- RFQ - PR440449: The primary Request for Proposal document detailing submission requirements and evaluation criteria.
Contact Information
For inquiries, contact Brittanie Mack-Brewster at mackbrewstbc@ornl.gov.