Storage Ring (SR) Bipolar Power Converter (BPC)
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 University of California, on behalf of Lawrence Berkeley National Laboratory (LBNL), has issued RFP No. MG-02122026 for the procurement of Storage Ring (SR) Bipolar Power Converters (BPC). This Small Business Set-Aside solicitation seeks proposals exclusively from small business concerns for the production of five custom BPC models 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
The requirement is for the manufacture, assembly, and delivery of completed chassis assemblies for five specific BPC models, including both First Article units for testing and subsequent production quantities. Total production quantities include 27 units of BPC-2CH-S-18V-24A, 153 units of BPC-4CH-S-18V-10A, 48 units of BPC-2CH-S-16V-35A, 103 units of BPC-1CH-F-16V-70A, and 27 units of BPC-1CH-S-16V-200A. The work involves adherence to IPC/J-Std Class 2 standards, lead solder, and Automated Optical Inspection (AOI) for printed circuit boards. Electrical devices must be NRTL listed, labeled, and certified.
Contract Details
This is a Solicitation for a fixed-price subcontract under LBNL's Prime Contract with the U.S. Department of Energy (DOE). The estimated term for delivery is 51 weeks After Receipt of Order (ARO). The contract will be incrementally funded. The NAICS Code is 334418 (Printed Circuit Assembly (Electronic Assembly) Manufacturing) with a small business size standard of 750 employees. The place of performance is Berkeley, CA.
Submission & Evaluation
Proposals must be submitted via email to mggrausz@lbl.gov by March 6, 2026, 3:00 PM Pacific Time. Evaluation will be based on technical acceptability and lowest evaluated price (LPTA), considering the Offeror's ability to meet technical requirements, delivery and schedule, and past performance. Required submission documents include a Cover Letter, Technical Volume, Business Volume (including Price Proposal), and completed forms such as the Price Proposal Schedule (Attachment A), Past Performance Reference Information Form (Attachment B), and Representations & Certification Form. Proposals must be valid for 90 days.
Key Clarifications & Requirements
- Quality Assurance: A quality system meeting ISO 9001 requirements is mandatory, with detailed processes for nonconformance reporting and deviation requests. A Supplier Quality Evaluation Survey must be completed.
- Documentation: A detailed program plan with a milestone schedule is required within two weeks of award. All documentation, including QA data, COCs, and test results, must be submitted electronically via a designated Windchill portal.
- Tariffs: For foreign-origin items, LBNL will act as the shipping importer of record and seek reimbursement for tariff costs. For domestic items, tariffs should be included in the total pricing.
- Custom Components: Specific chokes referenced in the RFP are custom components to be constructed by the supplier according to provided prints.
- Sustainability: Compliance with California Toxics in Packaging Prevention Act and UC Sustainable Practices Policy is required, including prohibitions on foam packaging.
Timeline
- RFP Release: February 12, 2026
- Offeror Questions Due: February 20, 2026, 3:00 PM Pacific Time
- Proposals Due: March 6, 2026, 3:00 PM Pacific Time
Contact Martha Grausz at mggrausz@lbl.gov or 510-486-6618 for inquiries.