Forward Hadronic Calorimeter Absorber Structures

SOL #: MB457842Solicitation

Overview

Buyer

Energy
Energy, Department Of
BROOKHAVEN NATL LAB -DOE CONTRACTOR
Upton, NY, 11973, United States

Place of Performance

Upton, NY

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

Iron And Steel Primary And Semifinished Products (9640)

Set Aside

Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)

Timeline

1
Posted
Jan 12, 2026
2
Last Updated
Mar 20, 2026
3
Submission Deadline
Apr 1, 2026, 9:00 PM

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.

People

Points of Contact

MARK BRYANPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 7Viewing
Solicitation
Posted: Mar 20, 2026
Version 6
Solicitation
Posted: Mar 18, 2026
View
Version 5
Solicitation
Posted: Mar 5, 2026
View
Version 4
Solicitation
Posted: Mar 5, 2026
View
Version 3
Solicitation
Posted: Feb 13, 2026
View
Version 2
Solicitation
Posted: Feb 10, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 12, 2026
View