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)
Original Source
Timeline
1
Posted
Jan 12, 2026
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Mar 11, 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 Science Associates (BSA), on behalf of the U.S. Department of Energy, has issued RFP No. 457842 for the manufacturing and testing of Forward Hadronic Calorimeter Absorber Structures. This Women-Owned Small Business (WOSB) Set-Aside opportunity seeks a contractor to produce steel absorber modules for the Electron-Ion Collider (EIC) General Purpose detector. Proposals are due by March 11, 2026.
Scope of Work
The contractor will be responsible for manufacturing and testing longitudinally segmented forward hadronic calorimeter (LFHCAL) steel absorber modules. This includes:
- An initial five (5) pre-production 8M modules.
- Follow-on production of 645 8M modules, contingent on pre-production unit acceptance.
- Optional quantities for an additional 416 8M modules and 72 4M modules.
- Modules are constructed from 16mm thick magnetic carbon steel plates, electron-beam welded, and nickel-plated.
- Adherence to detailed technical specifications (EIC-DET-SPC-021) and engineering drawings (EPC-FWD-HCL-DET-ASM-100 for 8M, EPC-FWD-HCL-DET-ASM-200 for 4M), specifying materials like AISI 1020 Carbon Steel and AISI 304 Stainless Steel.
- Compliance with BSA's Supplier Quality Assurance Requirements (BNL-QA-101) and maintaining an ISO-9001 compliant quality system.
- Deliverables include a Program Plan, Manufacturing/Inspection/Test Plan, Acceptance Test Procedures (ATP), pre-production units, production units, and comprehensive end-item documentation. First article testing will occur at Oak Ridge National Laboratory (ORNL).
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 (Brookhaven National Laboratory)
- Payment Terms: Net 10 Days, milestone-based.
- Freight Terms: FOB Oak Ridge National Laboratory or DAP Oak Ridge National Laboratory.
- General Terms: BSA General Terms and Conditions for Non-Commercial Items Rev 23 (May 2025) are incorporated.
Submission & Evaluation
- Proposals Due: March 11, 2026, 21:00:00Z
- Questions Due: February 24, 2026
- Estimated Award: June 1, 2026
- Submission Method: Electronically via email to the Contract Specialist, Mark Bryan (MBRYAN@BNL.GOV). Proposals must be submitted as two separate volumes: Technical Proposal (Volume 1) and Business Proposal (Volume 2, including pricing).
- Required Forms: AMS Form 050 (Annual Representations & Certifications) and AMS Form 043 (Proposal Pricing Sheet).
- Evaluation Criteria: "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. Proposals must remain firm for 120 days.
Contact Information
- Contract Specialist: Mark Bryan (MBRYAN@BNL.GOV)
People
Points of Contact
MARK BRYANPRIMARY