Beam Position Monitor (BPM) Major Assembly - Group A
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 University of California, on behalf of the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for RFP No. AA-2026-03 for the Beam Position Monitor (BPM) Chassis Major Assembly - Group A. This is a Total Small Business Set-Aside opportunity under NAICS code 334418 (Printed Circuit Assembly Manufacturing) with a 750-employee size standard. The project supports the ALS-U (Advanced Light Source Upgrade) initiative. Proposals are due by April 10, 2026, at 3 PM PST.
Scope of Work
This Request for Proposal (RFP) requires the fabrication, assembly, inspection, and testing of Beam Positioning Monitor (BPM) electronics assemblies. Key deliverables include:
- AFE RF C PCB assemblies (1040 units, Part # AL-1871-9932)
- PTM RF PCB assemblies (260 units, Part # AL-1876-8433)
- Procurement of components per specified Bills of Materials (BOMs).
- PCB fabrication and population according to manufacturing packages.
- Soldering, cleaning, and labeling. Conformal coating is NOT required.
- In-process and final inspection, with electrical testing per IPC-9252.
- Documentation of inspection and test results, including Certificate of Conformance (CoC) and traceability.
- Packaging and delivery in ESD-safe materials.
Technical documentation, including drawings and manufacturing packages, is available via a provided Google Drive link. Production batching for PCBs can be performed separately or together at the contractor's discretion, with batch requirements applying only to assembled unit delivery.
Contract & Timeline
- Contract Type: Subcontract under LBNL's prime contract with the U.S. Department of Energy (DOE).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- RFP Release: March 27, 2026.
- Questions for Clarification Due: April 2, 2026.
- Proposals Due: April 10, 2026, no later than 3 PM PST.
- Place of Performance: Berkeley, CA, United States.
Evaluation
Proposals will be evaluated based on a combination of price, performance features, and supplier attributes, aiming for the best overall value. Evaluation criteria include:
- Ability to Meet Technical Requirements
- Delivery & Schedule
- Manufacturing Capabilities and Capacity
- Past Performance Producing Similar Products
- Quality Assurance (including completion of the ALS-U Quality Evaluation Survey).
Submission Requirements
Offerors must submit a cover letter, a technical volume, and a business volume. Required forms include the Rep Cert Form and the Price Proposal Schedule (Attachment A). Offerors must accept the terms and conditions of the Sample Subcontract or provide detailed justifications for any exceptions. Proposals must be submitted via email to AAnoop@lbl.gov.