ATR Ion Exchange Column Fabrication
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
Battelle Energy Alliance (BEA), managing the U.S. Department of Energy's (DOE) Idaho National Laboratory (INL), is seeking Expressions of Interest (EOI) from qualified vendors for the fabrication of a complete Ion Exchange Column Assembly to support operations at the Advanced Test Reactor (ATR). This critical system will enhance radiochemical process performance, shielding effectiveness, and facility reliability. This EOI is the initial step to identify potential bidders for a future Request for Proposal (RFP). Responses are due by April 22, 2026.
Scope of Work
The scope primarily involves the fabrication of one complete Ion Exchange Column Assembly. This includes:
- Two stainless steel ion exchange columns.
- A shield box and access port covers.
- Lead shot shielding material.
- All necessary mounting and handling hardware, based on detailed drawings and engineering reports.
- Development of procedures for lead-shot and rigging handling of the completed assembly. The scope does not include installation at the facility, interfacing equipment beyond supplied mounting hardware, or overpressure protection of the final assembly.
Technical Requirements & Standards
Vendors must demonstrate experience with nuclear-grade fabrication and adhere to strict nuclear, metallurgical, and structural performance standards. Applicable codes include ASME Section VIII Division 1 (2023), ACI 349-13, ANSI/AISC N690-18, ASCE 4-16/43-19, and ANS-2.26. Key design conditions include:
- Materials: Stainless steel process vessels, lead-shot-filled shielding support frame, and structural framing per AISC nuclear standards.
- Pressure & Temperature: Design pressure of 2500 psig; temperature range from -20°F to 650°F.
- Radiation Shielding: Assembly must reduce radiation fields to below 100 mRem/hr at 30 cm.
- Seismic Requirements: Seismic Design Category SDC-4, consistent with ASCE 4-16, ASCE 43-19, and ANS-2.26.
- Quality Assurance: Subcontractor's quality program must be equivalent to ASME NQA-1, including qualified personnel, third-party inspections, and pressure vessel registration. All pressure boundary welds require inspection per ASME VIII/NDE. Fabrication drawings and calculations are subject to BEA review and approval.
Submission & Process
This EOI serves as market research to identify qualified vendors. Responses may inform the development of a formal solicitation list, and selected vendors may be invited to participate in a subsequent RFP process. Interested vendors should submit an EOI including:
- Company name and point of contact.
- Relevant fabrication experience, especially nuclear or DOE-grade work.
- Applicable NAICS codes and business size classification.
- Any existing DOE or federal contracting experience.
- Demonstrated capability to meet ASME, AISC, seismic, and shielding requirements.
- Acknowledgment of ability to provide required vendor data submittals (e.g., fabrication drawings, design calculations, material test reports, weld documentation, NDE reports, hydrostatic test procedures, packaging/handling procedures, software verification).
Contract & Timeline
- Opportunity Type: Sources Sought (Expression of Interest)
- Set-Aside: None specified
- Response Due: April 22, 2026
- Published Date: March 25, 2026
Contact Information
For submissions and inquiries, contact Chase Egbert at Chase.Egbert@inl.gov.