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)

Timeline

1
Posted
Jan 12, 2026
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Mar 20, 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

The Department of Energy's Brookhaven National Laboratory (BNL), through Brookhaven Science Associates (BSA), has issued a Solicitation (RFP No. 457842) for the manufacturing and testing of Forward Hadronic Calorimeter Absorber Structures. This opportunity is a Women-Owned Small Business (WOSB) Program Set-Aside. The structures are critical components for the Electron-Ion Collider (EIC) detector. Proposals are due by March 20, 2026.

Scope of Work

This requirement involves the procurement of absorber structures for the Longitudinally segmented Forward Hadronic Calorimeter (LFHCal). The scope includes:

  • Manufacturing and testing of an initial five (5) pre-production 8M steel absorber 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 magnetic carbon steel plates, electron-beam welded, and nickel-plated.
  • 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) is mandatory.

Contract Details

  • Type: Firm Fixed Price
  • Period of Performance: Base period for pre-production and initial production, with two additional option periods.
  • Payment Terms: Net 10 days, milestone-based upon receipt and approval of certified invoices.
  • Place of Performance: Upton, NY, United States (BNL). First article testing and site acceptance testing will occur at Oak Ridge National Laboratory (ORNL).
  • Freight Terms: FOB Oak Ridge National Laboratory or DAP Oak Ridge National Laboratory.

Submission & Evaluation

  • Proposals Due: March 20, 2026, by 21:00:00Z.
  • Questions Due: February 24, 2026 (Note: This date has passed, but it was part of the RFP details).
  • Submission: Electronically via email, in two separate volumes: Technical Proposal (Volume 1) and Business Proposal (Volume 2, including pricing).
  • Evaluation: "Best Value" trade-off process, where 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.
  • Award Estimated: June 1, 2026. Proposals must remain firm for 120 days.

Key Attachments & Requirements

Bidders must thoroughly review all attachments, including:

  • Statement of Work (SOW) EIC-DET-SOW-026 Rev. 5: Outlines detailed requirements, deliverables, schedule, and quality assurance (ISO-9001 compliant system).
  • Technical Specification EIC-DET-SPC-021: Specifies materials (AISI 1020 carbon steel, AISI 304 stainless steel), manufacturing processes, and testing.
  • Engineering Drawings (EPC-FWD-HCL-DET-ASM-100 & -200): Provide precise dimensions, tolerances, and material specifications for 8M and 4M modules.
  • BSA General Terms and Conditions (Attachment A): Establishes legal framework and compliance obligations, including numerous incorporated FAR and DEAR clauses.
  • Supplier Quality Assurance Requirements (BNL-QA-101): Defines mandatory quality standards and documentation.
  • AMS Form 050 (Annual Representations & Certifications): Required for eligibility, including small business certifications.
  • AMS Form 043 (Proposal Pricing Sheet): Must be completed for pricing submission.

Failure to respond in accordance with RFP instructions may deem a proposal unacceptable. All questions should be submitted in writing to the Contract Specialist.

People

Points of Contact

MARK BRYANPRIMARY
Cindy BlanchardSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Mar 5, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 5, 2026
Version 3
Solicitation
Posted: Feb 13, 2026
View
Version 2
Solicitation
Posted: Feb 10, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 12, 2026
View
Forward Hadronic Calorimeter Absorber Structures | GovScope