Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2026 SAM #8831
SOURCES SOUGHT

99 -- RFI - Modular Autonomous Thin Film Robotic Laboratory

Notice Date
1/28/2026 8:15:10 AM
 
Notice Type
Sources Sought
 
NAICS
333248 —
 
Contracting Office
BROOKHAVEN NATL LAB -DOE CONTRACTOR Upton NY 11973 USA
 
ZIP Code
11973
 
Solicitation Number
475075
 
Response Due
2/28/2026 2:00:00 PM
 
Archive Date
03/15/2026
 
Point of Contact
Andrew Pascoe, Gregory Doerk
 
E-Mail Address
apascoe@bnl.gov, gdoerk@bnl.gov
(apascoe@bnl.gov, gdoerk@bnl.gov)
 
Description
SOURCES SOUGHT NOTICE/REQUEST FOR INFORMATION This is not a Request for Proposal (RFP), Request for Quotation (RFQ), or an Invitation for Bid (IFB). This is a Sources Sought/Request for Information (RFI) ONLY. A solicitation is currently not available. This notice is not to be construed as a commitment, implied or otherwise, to issue a solicitation or ultimately award a contract. The purpose of this Sources Sought Notice is to identify potential sources capable of performing the effort described herein pursuant to FAR Part 10, Market Research and FAR Part 19, Small Business Programs. Information received as a result of this notice will be considered market research and used for planning purposes only. Any information submitted by respondents is strictly voluntary. Any costs incurred as a result of this announcement shall be borne by the responder and will not be charged to BSA for reimbursement. INTRODUCTION: This is the initial step in the planning process for the Modular Autonomous Thin Film Robotic Laboratory. Brookhaven Science Associates (BSA) seeks sources with the capability and interest to provide the assembly service as defined in the Technical Specifications, attached. BSA anticipates conducting a competitive acquisition for this effort. The North American Industry Classification System (NAICS) code is anticipated to be 333248 � All Other Industrial Machinery Manufacturing. The size standard is 750 Employees. INSTRUCTIONS: All interested respondents that are capable of providing this service are invited to respond electronically with a Statement of Capabilities (SOC) demonstrating the ability to meet the requirements outlined in the attachments. Do NOT merely reiterate the objectives or reformulate the requirements specified in the SOW or include any marketing material in the capabilities statement. Responses shall include company name, address, SAM Unique Entity Identification (UEI) number, point of contact with email address and telephone number, and indicate business size (large, small business, small disadvantaged business, service-disabled veteran-owned small business, economically disadvantaged woman-owned small business, woman-owned small business, or HUBZone) using the aforementioned NAICS code and small business size standard. BSA reserves the right to consider a small business set-aside for any subsequent acquisition based upon responses to this notice. Responses shall be emailed to Andrew Pascoe at apascoe@bnl.gov and Gregory Doerk at gdoerk@bnl.gov and shall address the following areas, at a minimum: 1. Describe your company�s capability to meet the requirements listed in the technical specifications, specifically: a. Can you provide a tool or system with specifications meeting or exceeding the request in the technical specifications? b. If certain requirements cannot be met, please indicate what can be achieved and demonstrated. c. Can you provide a price estimate for the system that would be provided based on questions 1.a and 1.b? d. Can you provide a site preparation guide? e. What are the facility requirements for the instrument (temperature control, electricity, vibrational etc.)? f. Can you estimate the total current or power draw of all components and peripherals included in the system? g. Does the system or any instruments comprising it have electrical safety certification equivalent to a U.S. NRTL? If not, has a comparable system ever been field certified at customer request? h. Would the system be manufactured in the United States? If not, what is the country of origin of the product? i. What kind of warranty or servicing plan products do you offer?� j. Could you please share a list of similar tools (no less than 5) that the vendor has installed in US/Worldwide research institution/facilities (specified in the list). Examples from U.S. national laboratories are preferred. 2. Provide confirmation that your company is capable and interested in fulfilling all specifications. If not capable, please explain. 3. Confirm end items are manufactured in the United States. If so, confirm if this meets the definition of domestic end product as defined at FAR 25.101(a)? If not, what is the country of origin of the end item? 4. Please specify if the company�s proposed end item is considered a commercial product as defined in FAR 2.101. 5. Specify if your company is registered in SAM.gov. Please also provide your company�s Unique Entity Identification (UEI) number. Should you have any other feedback concerning the technical specifications, please also provide via email. Attachments Robotic Lab Technical Specifications
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3e7f0faaaaf74faeb49c9c85e5103cff/view)
 
Record
SN07699986-F 20260130/260128230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.