Vector network analyzer, module, software and cable set or domestic equivalent
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
The Department of Energy (DOE), specifically ORNL UT-BATTELLE LLC-DOE CONTRACTOR, has issued a Combined Synopsis/Solicitation for the Firm Fixed Price purchase of a mass flow controller, valve, transducer, and sensor gauge, or domestic equivalent. This opportunity is open to all businesses, with no small business set-aside. The award will be made to the lowest priced, technically acceptable proposal. Proposals are due by April 10, 2026, at 4:00 PM EST.
Scope of Work
This solicitation seeks proposals for the supply of specific industrial equipment, including:
- Mass Flow Controller
- Valve
- Transducer
- Sensor Gauge
Bidders must provide a firm fixed price quote for these items, or their domestic equivalent, along with a proposed delivery schedule. The solicitation explicitly states that FAR 52.211-6 Brand Name or Equal shall apply.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Offer Validity: 120 days
- Set-Aside: None (Small Business Set-Aside: No)
- NAICS Code: 334513 - Industrial Process Measurement and Control Instrumentation (750 Employees)
- Questions Due: April 8, 2026, by 4:00 PM EST
- Proposals Due: April 10, 2026, by 4:00 PM EST
- Published Date: April 6, 2026
Evaluation
Award will be based on the lowest priced, technically acceptable proposal. Bidders must ensure their submissions meet all technical requirements and provide competitive pricing.
Key Attachments & Requirements
Bidders must review and complete several critical documents:
- Attachment A - Bill of Materials: Outlines specific parts, manufacturers, and quantities for which pricing, lead time, and country of origin are required.
- Attachment B - Terms and Conditions-Commercial Products and Services: Details contractual terms for purchases under the Simplified Acquisition Threshold, including warranties, shipping, payment, compliance, PII protection, and insurance requirements.
- Attachment C - UTB Prime Supplemental Flowdowns: Contains mandatory FAR and DEAR clauses, along with ORNL directives, applicable to subcontracts and purchase orders under prime contract DE-AC05-000R22725.
- Attachment D - Reps-and-Certs-Abbreviated: A mandatory form requiring representations and certifications on organizational type, export control, Buy American Act, child labor, telecommunications restrictions, conflict of interest, and business size.
- RFQ-458082.pdf: The primary solicitation document outlining key requirements, submission instructions, and evaluation criteria.
Bidders must submit a firm fixed price quote, a proposed delivery schedule, and completed/signed Representations & Certifications. Any exceptions taken to the terms and conditions must be clearly explained.