Experimental Endstation Clean Room Cabin
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
Brookhaven National Laboratory (BNL), on behalf of the Department of Energy, is soliciting proposals for the design, fabrication, and installation of an Experimental Endstation Clean Room Cabin. This cabin is for the Infrared Nanospectroscopy Facility (INF) beamline at the National Synchrotron Light Source II (NSLS-II) in Upton, NY. The project aims to create a controlled environment for advanced experiments in quantum computing, information science, and electronic characterization. Proposals are due by March 27, 2026.
Scope of Work
The Contractor will be responsible for the comprehensive design, engineering, material procurement, manufacturing, assembly, delivery, installation, testing, and commissioning of the INF Experimental Endstation Cabin. The cabin must have a design life of at least 30 years. Key components include enclosure structures, support systems, and fully-finished wall and ceiling panels. Brookhaven Science Associates (BSA) will handle final utility connections.
Key Requirements & Deliverables
Work must adhere to the "Technical Specification for the NSLS-II INF Experimental Endstation Cabin" (NSLSII-24IR-SPC-001) and maintain an ISO-9001 compliant Quality Assurance program. Deliverables include a Final Design Review (FDR) report, Factory Acceptance Testing (FAT), Acceptance Testing at BNL, and a commissioning report. Comprehensive documentation, including 2D/3D CAD files, installation drawings, and manuals, is required. All work must comply with ES&H requirements, U.S. electrical standards (NFPA70, NRTL), and fire safety regulations. Specific technical clarifications address HEPA filters, cable tray specifications, air temperature (20-25°C), process chilled water (12°C), and air handler voltage (115 VAC).
Contract Details
This is a Firm Fixed Price contract awarded via a Best Value procurement process under full and open competition. The applicable NAICS code is 236210 (Clean Room Construction) with a size standard of $45.0M. A two-year warranty from final acceptance is required.
Evaluation & Submission
Proposals will be evaluated based on a "Best Value" trade-off, where technical factors (SOW Compliance, Prior Experience, Project Management, Manufacturing and Installation Capabilities, Quality Assurance) are more important than price. Offerors must submit a Technical Proposal (Volume 1) and a Business/Price Proposal (Volume 2) electronically. Required forms include AMS-Form-050 (Annual Representations & Certifications), W-8/W-9, Vendor ACH Authorization, a Quotation Pricing Sheet, and a Compliance Matrix Template. Offerors must be registered in SAM.gov and acknowledge acceptance of the draft contract terms.
Timeline & Contact
- Proposal Due Date: March 27, 2026
- Estimated Award Date: May 2026
- Primary Contact: Jayce Blood, jblood@bnl.gov, 631-344-2627