Collimator Vacuum Chambers
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
SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is soliciting proposals for the fabrication and production of LCLS-II-HE Collimator Vacuum Chambers. This is a Firm Fixed-Price contract opportunity, evaluated using the Lowest Price Technically Acceptable (LPTA) method. Proposals are now due by April 1, 2026, at 5:00 PM PDT.
Scope of Work
This solicitation (RFP_363699(AG)) requires the fabrication and production of four (4) different types of Vacuum Chambers specifically for the LCLS-II-HE Collimators. Detailed specifications and drawings are provided in Section C (Statement of Work) of the RFP package. Quality control requirements are outlined in Appendix A, with a target delivery schedule of ARO + 20 Weeks for all items. The place of performance is Menlo Park, CA.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Solicitation Number: 363699(AG)
- Set-Aside: None
- Product Service Code: AG13 (Energy R&D Services; Energy Supply; Experimental Development)
- Agency: SLAC National Accelerator Laboratory (DOE Contractor)
Submission & Evaluation
Proposals must be submitted electronically (PDF or other digital format) to Angela M. Garcia (angelag@slac.stanford.edu) no later than April 1, 2026, at 5:00 PM Pacific Daylight Time (PDT). Proposals must remain valid for 90 days after submission. The award will be based on a Lowest Price Technically Acceptable (LPTA) evaluation. Technical proposals will be assessed on a "Meets Requirements" or "Does Not Meet Requirements" basis, while business proposals will be evaluated on financial standing, compliance, and pricing. Cost/Price Reasonableness and Realism are critical factors.
Eligibility & Notes
Offerors must be registered with the System for Award Management (SAM) and comply with E-Verify requirements. Specific required documents for proposal submission include a Subcontract Award Form, Supplies & Services breakdown, Tax Resale and Exempt Certificate, Representations & Certifications (Domestic or Foreign), Buy American Act Certification, and a Technical & Business Checklist Self-Evaluation. A Dun & Bradstreet SER Report is required if the SER is above 6. Angela M. Garcia is the sole point of contact for all inquiries.