Storage Ring (SR) Bipolar Power Converter (BPC)

SOL #: MG-02122026Solicitation

Overview

Buyer

Energy
Energy, Department Of
BERKELEY NATL LAB - DOE CONTRACTOR
Berkeley, CA, 94720, United States

Place of Performance

Berkeley, CA

NAICS

Printed Circuit Assembly (Electronic Assembly) Manufacturing (334418)

PSC

Electronic Modules (5963)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Mar 6, 2026, 11:00 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 University of California, Lawrence Berkeley National Laboratory (LBNL), on behalf of the U.S. Department of Energy (DOE), has issued RFP No. MG-02122026 for the Storage Ring (SR) Bipolar Power Converter (BPC) Procurement. This Partial Small Business Set-Aside seeks qualified offerors to manufacture, assemble, and deliver five custom models of BPCs critical for the Advanced Light Source Upgrade (ALS-U) Power Supply system. Proposals are due March 6, 2026, at 3:00 PM Pacific Time.

Scope of Work

This opportunity requires the production of five custom Bipolar Power Converter (BPC) models, including both First Articles and specific production quantities. Key models include BPC-2CH-S-18V-24A (27 production units), BPC-4CH-S-18V-10A (153 production units), BPC-2CH-S-16V-35A (48 production units), BPC-1CH-F-16V-70A (103 production units), and BPC-1CH-S-16V-200A (27 production units). Deliverables must adhere to the technical specifications detailed in SOW AL-1823-1141 SR BPC Procurement SOW, Rev. D.

Key requirements include:

  • Manufacturing and assembly to IPC/J-Std Class 2 standards, utilizing lead solder.
  • Successful First Article approval for each model before commencing full production.
  • Submission of a detailed program plan with a milestone schedule within two weeks of subcontract award.
  • Regular progress monitoring, reporting, and participation in bi-weekly teleconferences.
  • Electronic submission of all documentation (QA data, certificates of conformance, test results, models, drawings) via a designated Windchill portal.
  • Implementation of a quality system meeting ISO 9001 requirements, including nonconformance reporting within 48 hours.
  • Subcontractor responsibility for required factory inspections and tests prior to delivery.
  • Packaging using ESD compliant materials in durable boxes, adhering to California Toxics in Packaging Prevention Act and UC Sustainable Practices Policy (prohibiting foam packaging).
  • All electrical devices must be NRTL listed, labeled, and certified.

Contract Details

  • Contract Type: Fixed-Price Subcontract, incrementally funded.
  • Delivery: 51 weeks After Receipt of Order (ARO).
  • Place of Performance: Berkeley, CA (LBNL).
  • Product Service Code: 5963 (Electronic Modules).
  • NAICS Code: 334418 (Printed Circuit Assembly (Electronic Assembly) Manufacturing) with a 750-employee size standard.

Eligibility & Set-Aside

This is a Partial Small Business Set-Aside. Proposals are exclusively solicited from small business concerns. Joint ventures or teaming arrangements with large businesses are acceptable. Offerors must complete and submit the Small Business Program Representations clause as part of their proposal.

Submission & Evaluation

  • Offeror Questions Due: February 20, 2026, 3:00 PM Pacific Time.
  • Proposals Due: March 6, 2026, 3:00 PM Pacific Time.
  • Submission Method: Via email to mggrausz@lbl.gov.
  • Evaluation Criteria: Award will be based on technical acceptability and lowest evaluated price (LPTA). Key evaluation factors include:
    • Ability to Meet Technical Requirements.
    • Delivery and Schedule.
    • Past Performance (requires submission of "Past Performance Reference Information Form Attachment B").
  • Required Proposal Components: Cover Letter, Technical Volume, and Business Volume (including "Price Proposal Schedule Attachment A").
  • Mandatory Forms: "Representation & Certification Form" (RFP MG-02122026) and a "Supplier Quality Evaluation Survey" (AL-1208-0209C) are critical for demonstrating compliance and capability.
  • Proposals must remain valid for 90 days from the due date.

Contact Information

People

Points of Contact

Martha GrauszPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 6
Solicitation
Posted: Mar 2, 2026
View
Version 5
Solicitation
Posted: Feb 27, 2026
View
Version 4
Solicitation
Posted: Feb 25, 2026
View
Version 3
Solicitation
Posted: Feb 20, 2026
View
Version 2
Solicitation
Posted: Feb 18, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 12, 2026