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), is soliciting proposals for the manufacturing and testing of Forward Hadronic Calorimeter Absorber Structures. These structures are critical components for the Electron-Ion Collider (EIC) General Purpose detector. This opportunity is a Women-Owned Small Business (WOSB) Program Set-Aside. Proposals are due by March 20, 2026.
Scope of Work
The contract requires the procurement of absorber structures for the Longitudinally segmented Forward Hadronic Calorimeter (LFHCal). This 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 magnetic carbon steel plates (AISI 1020) and AISI 304 stainless steel, requiring electron-beam welding and electroless nickel-plating.
- Adherence to detailed engineering drawings (EPC-FWD-HCL-DET-ASM-100 for 8M, EPC-FWD-HCL-DET-ASM-200 for 4M) and technical specifications (EIC-DET-SPC-021).
- Compliance with BNL's Supplier Quality Assurance Requirements (BNL-QA-101) and ISO-9001 standards.
Contract Details
- Type: Firm Fixed Price (FFP) contract.
- Payment Terms: Milestone-based payments, Net 10 days.
- Period of Performance: Delivery of pre-production units within 10 weeks of award, 645 8M modules within 52 weeks, with options extending up to 130 weeks.
- Place of Performance: Fabrication by contractor, with first article testing at Oak Ridge National Laboratory (ORNL) and site acceptance testing at ORNL.
Set-Aside
This is a Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15).
Evaluation Factors
Proposals will be evaluated using a "Best Value" trade-off process. Technical factors are considered more important than price. Key technical factors include:
- Design and Technical Capabilities
- Prior Experience
- Manufacturing Capabilities
- Quality Assurance Offerors must achieve a minimum of 60% of the total technical points to be considered responsive.
Submission Requirements
- Proposals must be submitted electronically as two separate volumes: Technical Proposal (Volume 1) and Business Proposal (Volume 2, including pricing).
- Pricing must be submitted using AMS Form 043, Proposal Pricing Sheet.
- Offerors must complete AMS Form 050, Annual Representations and Certifications.
- Proposals must remain firm for 120 days after the due date.
Key Dates
- Proposal Due Date: March 20, 2026 (extended by Amendment 1).
- Award Estimate: June 1, 2026.
Additional Notes
Amendment 1 extended the deadline and indicated that an updated Specification and Statement of Work (SOW) are forthcoming. A Questions and Answers document has been posted, clarifying material specifications and noting that the SOW and Specification documents are being revised based on vendor feedback. Bidders must thoroughly review all attachments and any forthcoming updates to ensure compliance.