3-Axis Hybrid Laser Marker, Licenses and Power Cable 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's Oak Ridge National Laboratory (ORNL) UT-BATTELLE LLC-DOE CONTRACTOR is soliciting Firm Fixed Price (FFP) proposals for a 3-Axis Hybrid Laser Marker, Licenses, and Power Cable or a domestic equivalent. This Combined Synopsis/Solicitation aims to procure essential equipment for the Enrichment Science and Engineering Division. Award will be based on the Lowest Priced, Technically Acceptable (LPTA) proposal. Proposals are due May 15, 2026, at 4:00 PM EST.
Scope of Work
ORNL requires a 3-Axis Hybrid Laser Marker system. The Bill of Materials (Attachment A) specifies key components including a Keyence MD-X2500A 3-Axis Hybrid Laser Marker, various license certificates (3D, Tracking XY), an AC Power Supply Cable, and a Laser Enclosure, with a quantity of one for each item. Bidders must provide pricing, lead time, and country of origin for these specific items.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Agency: Department of Energy / ORNL UT-BATTELLE LLC-DOE CONTRACTOR
- Place of Performance: Oak Ridge, TN
- Set-Aside: No Small Business Set-Aside
- NAICS Code: 334513 - Industrial Process Measurement and Control Instrumentation (Size Standard: 750 Employees)
- Offer Validity: Proposals must remain valid for 120 days.
Submission & Evaluation
- Proposals Due: May 15, 2026, 4:00 PM EST via email.
- Questions Due: May 12, 2026, 4:00 PM EST via email to Brittany Waring (waringbc@ornl.gov).
- Evaluation Criteria: Lowest Priced, Technically Acceptable (LPTA). Exceptions taken to terms and conditions may result in a non-responsive offer.
- Required Submissions: A firm fixed price quote with proposed delivery schedule, completed and signed Representations & Certifications (Attachment D), and an explanation of any exceptions to the terms and conditions.
Key Compliance & Attachments
Bidders must review and comply with several critical attachments:
- Attachment B (Terms and Conditions-Commercial Products and Services): Outlines contractual obligations for commercial procurements under the Simplified Acquisition Threshold, including warranties, shipping requirements (U.S. citizen drivers for DOE labs), electrical equipment certifications (NRTL), payment via Ariba, and compliance with laws.
- Attachment C (UTB Prime Supplemental Flowdowns): Details mandatory FAR and DOE clauses flowed down from ORNL's prime contract, covering areas such as anti-kickback, telecommunications restrictions, Buy American Act, trafficking in persons, patent rights, security, and environmental, safety, and health requirements.
- Attachment D (Representations and Certifications - Abbreviated): Requires offerors to certify business status, export control, Buy American Act compliance, child labor, telecommunications equipment prohibition, conflict of interest, and business size.
- FAR 52.211-6 Brand Name or Equal applies, allowing for domestic equivalents.