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's Brookhaven National Laboratory (BSA) has issued a Solicitation for the Forward Hadronic Calorimeter Absorber Structures. This opportunity, set aside for Women-Owned Small Businesses (WOSB), involves the manufacturing and testing of steel absorber modules for the Electron-Ion Collider (EIC) detector. Proposals are due by March 11, 2026.
Scope of Work
This procurement covers the absorber structures for the Longitudinally segmented Forward Hadronic Calorimeter (LFHCal) of the EIC General Purpose detector. The initial scope includes five (5) pre-production 8M steel absorber modules. Contingent on the acceptance of these pre-production units, follow-on production of 645 8M modules is anticipated, with additional options for 416 8M modules and 72 4M modules. Modules are to be constructed from magnetic carbon steel plates, electron-beam welded, and nickel-plated, adhering to detailed engineering drawings (EPC-FWD-HCL-DET-ASM-100 for 8M and EPC-FWD-HCL-DET-ASM-200 for 4M) and technical specifications (EIC-DET-SPC-021). Key deliverables include a Program Plan, Manufacturing/Inspection/Test Plan, Acceptance Test Procedure (ATP), pre-production units, production units, and comprehensive end-item documentation.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Period of Performance: Effective upon execution, with two additional option periods exercisable at BSA's discretion.
- Place of Performance: Upton, NY (Brookhaven National Laboratory) and Oak Ridge National Laboratory (for testing and delivery).
- Payment Terms: Net 10 days, milestone-based upon receipt and approval of certified invoices.
- Freight Terms: FOB Destination (Oak Ridge National Laboratory or DAP Oak Ridge National Laboratory).
- Quality Assurance: Contractors must maintain an ISO-9001 compliant quality system and adhere to BNL-QA-101 Supplier Quality Assurance Requirements. First article testing will be conducted at Oak Ridge National Laboratory.
Submission & Evaluation
- Proposals Due: March 11, 2026, at 21:00:00Z.
- Award Estimated: June 1, 2026.
- Submission Method: Electronically via email, comprising two separate volumes: Technical Proposal (Volume 1) and Business Proposal (Volume 2, including pricing).
- Evaluation: Award will be based on a "Best Value" trade-off process. Technical factors (Design and Technical Capabilities, Prior Experience, Manufacturing Capabilities, Quality Assurance) are considered more important than price. Offerors must achieve a minimum of 60% of the total technical points to be considered responsive.
- Required Forms: Bidders must complete and submit AMS Form 050 (Annual Representations & Certifications) and AMS Form 043 (Proposal Pricing Sheet).
- Questions Due: February 24, 2026.
- Proposals must remain firm for 120 days after the due date.
Contact Information
- Primary Contact: MARK BRYAN (MBRYAN@BNL.GOV)
- Secondary Contact: Cindy Blanchard (cblanchar@bnl.gov, 6313445770)