472077 RFP - DUNE VD CRP-SST
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 Science Associates (BSA), operating Brookhaven National Laboratory (BNL) for the U.S. Department of Energy (DOE), is soliciting proposals for the design, manufacture, inspection, testing, and delivery of sixteen (16) Charge Readout Plane Support Superstructures (CRP-SSTs). These structures are critical for the Deep Underground Neutrino Experiment (DUNE) Vertical Drift (VD) detector. This is a Firm Fixed-Price contract under full and open competition. Proposals are due April 10, 2026.
Opportunity Details
This procurement, identified as RFP 472077, falls under NAICS code 332312 – Fabricated Structural Metal Manufacturing with a 500-employee size standard. The requirement includes four (4) small and twelve (12) large CRP-SST frames, with options for up to two (2) additional small frames, two (2) additional large frames, and cleaning/degreasing services. The period of performance is expected to run through September 2, 2027. The place of performance is Upton, NY, United States.
Scope of Work
The contractor will be responsible for the complete lifecycle of the CRP-SSTs, including:
- Design and Engineering: Developing engineering packages, 3D models, fabrication drawings, and structural engineering calculations (FEA) for BSA approval. Materials must be compatible with a liquid Argon cryogenic environment.
- Fabrication: Manufacturing frames to strict tolerances, adhering to US or EU standards (e.g., ISO 9001, ASME, AWS).
- Testing: Conducting Factory Acceptance Testing (FAT) for first articles (both large and small SSTs), including dimensional verification and test assembly. BSA reserves the right to witness all tests.
- Documentation: Providing comprehensive end-item documentation packages, including inspection reports, material certifications, and as-built configurations.
- Delivery: Packaging and shipping to CERN (for the first article large SST) and the Far Detector & Cryogenics (FDC) South Dakota Warehouse Facility (SDWF) for other frames.
Submission & Evaluation
Proposals must be submitted in two separate volumes: Technical Proposal (Volume 1) and Business/Price Proposal (Volume 2), with Volume 2 including the required Pricing Sheet (Enclosure 3). Proposals must remain firm for 120 calendar days. BSA will use a "Best Value" procurement approach, where technical factors are initially more important than price, but price gains significance as technical scores become closer. A minimum technical score of 65% is required for responsiveness. Key technical evaluation criteria (totaling 100 points) include:
- Fabricability and Construction Methodology (20 points)
- Proposed Connection Method for Large CRP SST Subassemblies (15 points)
- Prior Experience and Past Performance (30 points)
- Fabrication Capabilities (25 points)
- Quality Assurance/Quality Control (10 points), requiring an effective QA program meeting ISO-9001 standards.
Key Dates & Contact
- RFP Questions Due: March 23, 2026
- Proposals Submission Due: April 10, 2026, by 6:00 PM ET
- Estimated Award Date: July/August 2026
- Contact: Lisa Gonzales, lgonzales@bnl.gov, 631-344-5965. All questions must be submitted in writing. Offerors must have an active SAM registration and are subject to the Buy American Act. Small Business Subcontracting Plans are required for firms exceeding $900,000.