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
The Department of Energy (DOE), through Brookhaven National Laboratory (BNL) and Brookhaven Science Associates (BSA), is soliciting proposals for the manufacturing and testing of Forward Hadronic Calorimeter Absorber Structures. This opportunity is a Women-Owned Small Business (WOSB) Program Set-Aside. The structures are critical components for the Electron-Ion Collider (EIC) General Purpose detector. Proposals are due by March 20, 2026.
Scope of Work
This solicitation requires the manufacturing and testing of longitudinally segmented forward hadronic calorimeter (LFHCal) steel absorber modules. The scope includes:
- An initial five (5) pre-production 8M steel absorber modules.
- Follow-on production of 645 8M modules, contingent on acceptance of pre-production units.
- Optional quantities for an additional 416 8M modules and 72 4M modules.
- Modules are constructed from 16mm thick magnetic carbon steel plates, alternating with 4mm thick scintillator plates, approximately 1.32 meters in depth.
- Manufacturing processes involve electron-beam welding of steel pieces and nickel-plating of the full weldment.
Contract Details
- Contract Type: Firm Fixed Price.
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15).
- Place of Performance: Upton, NY, United States (BNL). First article and site acceptance testing will occur at Oak Ridge National Laboratory (ORNL).
- Period of Performance: Base period for pre-production and initial production, with two additional option periods. Delivery of pre-production units is 10 weeks after award, with full production (645 8M modules) within 52 weeks after award.
- Payment Terms: Milestone-based upon receipt and approval of certified invoices, Net 10 days.
- Freight Terms: FOB Oak Ridge National Laboratory or DAP Oak Ridge National Laboratory.
Submission & Evaluation
- Proposals Due: March 20, 2026, 21:00:00Z.
- Submission: Electronically via email, consisting of two separate volumes: Technical Proposal (Volume 1) and Business Proposal (Volume 2, including pricing).
- Evaluation: "Best Value" trade-off process. 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.
- Required Forms: Bidders must complete AMS Form 050 (Annual Representations & Certifications) and AMS Form 043 (Proposal Pricing Sheet).
Key Documents
- Statement of Work (SOW) (EIC-DET-SOW-026 Rev. 5): Outlines detailed requirements, deliverables, schedule, and quality assurance (ISO-9001 compliant system, first article testing at ORNL).
- Technical Specification (EIC-DET-SPC-021): Defines technical requirements for design, materials (AISI 1020 carbon steel, AISI 304 stainless steel), welding, plating, and verification.
- Engineering Drawings (EPC-FWD-HCL-DET-ASM-100 & ASM-200): Provide precise specifications, dimensions, materials, tolerances, and manufacturing notes for 8M and 4M Tower Body Assemblies.
- General Terms and Conditions (BSA Rev 23): Establishes the legal framework, operational requirements, and compliance obligations, including numerous incorporated FAR and DEAR clauses.
- Supplier Quality Assurance Requirements (BNL-QA-101): Details mandatory quality standards and processes for suppliers.
Important Notes
Amendment 1, issued on March 5, 2026, extended the proposal deadline to March 20, 2026. The Request for Proposal (RFP) question and answer document indicates that updated Specification and Statement of Work documents are forthcoming and will be posted when finalized. Bidders should monitor for these revisions. All questions should be submitted in writing to the Contract Specialist.