Forward Hadronic Calorimeter Absorber Structures
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 U.S. Department of Energy, has issued a Solicitation (RFP No. 457842) for the manufacturing and testing of Forward Hadronic Calorimeter Absorber Structures. This Women-Owned Small Business (WOSB) Program Set-Aside opportunity seeks qualified firms to produce steel absorber modules for the Electron-Ion Collider (EIC) General Purpose detector. Proposals are due by April 1, 2026.
Scope of Work
The contractor will be responsible for the procurement, manufacturing, and testing of absorber structures for the Longitudinally segmented Forward Hadronic Calorimeter (LFHCal). This includes an initial five (5) pre-production 8M steel absorber modules. Contingent on the acceptance of these pre-production units, the scope expands to a follow-on production of 645 8M modules, with additional options for 416 8M modules and 72 4M modules. The modules are constructed from magnetic carbon steel plates, electron-beam welded, and nickel-plated, alternating with scintillator plates. Detailed engineering drawings for both 8M and 4M Tower Body Assemblies (EPC-FWD-HCL-DET-ASM-100 and EPC-FWD-HCL-DET-ASM-200) provide precise specifications, dimensions, materials (AISI 1020 Carbon Steel, AISI 304 Stainless Steel), tolerances, and manufacturing notes.
Key Requirements
Bidders must adhere to the technical specifications outlined in the latest EIC-DET-SPC-021, which details material composition, magnetic properties, welding procedures, plating, and quality control. A robust Quality Assurance system, compliant with ISO-9001, is mandatory, as per BNL-QA-101. Required deliverables include a Program Plan, Manufacturing/Inspection/Test Plan, Acceptance Test Procedure (ATP), pre-production units, and comprehensive end-item documentation. First article testing will occur at Oak Ridge National Laboratory (ORNL), with final acceptance testing for all delivered modules also at ORNL. Contractors are encouraged to propose value engineering recommendations.
Contract Details
This is a Firm Fixed-Price contract, awarded under a "Best Value" procurement approach. The period of performance includes a base award for the initial modules and two option periods for additional modules, with option deliveries extending up to 130 weeks after award. Payment terms are Net 10 days, milestone-based upon receipt and approval of certified invoices. Freight terms are FOB Oak Ridge National Laboratory. The contract incorporates BSA's General Terms and Conditions for Non-Commercial Items. The place of performance is Upton, NY, United States.
Submission & Evaluation
Proposals must be submitted electronically as two separate volumes: Technical Proposal (Volume 1) and Business Proposal (Volume 2, including pricing via AMS Form 043). Evaluation will be based on a "Best Value" trade-off, where technical factors (Design and Technical Capabilities, Prior Experience, Manufacturing Capabilities, Quality Assurance) are more important than price. Offerors must achieve a minimum of 60% of total technical points to be considered responsive. Bidders must also complete AMS Form 050 for Annual Representations & Certifications and be registered in SAM.gov.
Important Dates & Contact
Proposals are due by April 1, 2026. Questions should be submitted in writing to the Contract Specialist. The estimated award date is June 1, 2026. Proposals must remain firm for 120 days. Primary Contact: MARK BRYAN, MBRYAN@BNL.GOV.