ATR Ion Exchange Column Fabrication
Sources Sought from ENERGY, DEPARTMENT OF • ENERGY, DEPARTMENT OF. Place of performance: ID. Response deadline: Apr 23, 2026.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 14 more rate previews.↓
Point of Contact
Agency & Office
Description
INTRODUCTION
Battelle Energy Alliance, LLC (BEA) Management & Operating Contractor of the U.S. Department of Energy (DOE) owned Idaho National Laboratory (INL), is seeking an Expression of Interest (EOI) from qualified vendors capable of fabricating a complete Ion Exchange Column Assembly to support operations at the Advanced Test Reactor (ATR). The fabricated system will play a critical role in radiochemical process performance, shielding effectiveness, and facility reliability.
BACKGROUND
INL is a U.S. Department of Energy (DOE) national laboratory dedicated to nuclear energy, national security, and clean energy innovation. The ATR facility relies on highly specialized purification and shielding systems, which include the Ion Exchange Column Assembly. BEA is requesting vendor capabilities statements for the fabrication of a multi-component assembly that must meet strict nuclear, metallurgical, and structural performance standards. Project-specific INL engineering reports, detailed drawings, structural analyses, and procedural references will be furnished.
The scope of work includes the following:
- Fabrication of one complete Ion Exchange Column Assembly, including:
- Two stainless steel ion exchange columns
- Shield box
- Access port covers
- Lead shot shielding material
- All mounting hardware and handling hardware following detailed drawings and engineering reports
- Development of procedures for lead-shot and rigging handling of the completed assembly
The scope of work does not include the following:
- Installation at the facility
- Interfacing equipment beyond supplied mounting hardware
- Overpressure protection of the final assembly
APPLICABLE CODES AND REFERENCES
The fabrication and associated documentation must comply with the following (as applicable to component type):
- ASME Section VIII Division 1(2023)
- ACI 349-13 (Reinforced Concrete Safety-Related Structures)
- ANSI/AISC N690-18 (Nuclear Facility Steel Structures)
- ASCE 4-16 and ASCE 43-19 (Seismic Design)
- ANS-2.26 (Seismic Categorization)
DESIGN REQUIREMENTS
Vendors should have demonstrated experience with nuclear-grade fabrication and must meet or exceed the following design conditions:
- Materials & Components:
- Stainless steel process vessels
- Lead-shot-filled shielding support frame
- Structural framing and supports per AISC nuclear standards
- Pressure & Temperature Ratings:
- Design Pressure: 2500 psig
- Temperature Range: -20°F to 650°F
- Radiation Shielding:
- Assembly must reduce radiation fields to below 100 mRem/hr at 30 cm
- Seismic Requirements:
- Seismic Design Category: SDC-4
- Design consistent with ASCE 4-16, ASCE 43-19, ANS-2.26
- Inspections & Engineering Approval:
- All pressure boundary welds inspected per ASME VIII/NDE requirements
- Fabrication drawings and calculations must be submitted for formal BEA review/approval
PROCESS
This EOI is the first step in identifying interested and qualified vendors. Responses may be used to inform the development of a formal solicitation list. Selected vendors may be invited to participate in a Request for Proposal (RFP) process for award consideration.
SUBMITTAL REQUIREMENTS
Interested vendors should submit an Expression of Interest that includes the following:
- Company name and point of contact
- Relevant fabrication experience, particularly nuclear or DOE-grade work
- Applicable NAICS codes and business size classification
- Any existing DOE or federal contracting experience (if applicable)
- Demonstrated capability to meet ASME, AISC, seismic, and shielding requirements
- Acknowledgment of the ability to meet the following vendor data submittals:
- Fabrication drawings and bill of materials
- Design calculations (structural, seismic, pressure)
- Material test reports (MTRs)
- Weld maps and WPS/PQR documentation
- NDE reports and inspection records
- Hydrostatic test procedures and final test reports
- Packaging, handling, and lead-shot management procedures
- Software verification documentation (if engineering software is used)
- Completed Vendor Data Schedule and transmittal forms
QUALITY ASSURANCE REQUIREMENTS
The subcontractor’s quality program must be equivalent to ASME NQA-1. Requirements include:
- Qualification records for welders, inspectors, technicians
- Third-party inspection where required
- Pressure vessel registration (if applicable)
- Certificates of Conformance (CoC)
- Submittal of all quality-related inspection and test documents
FABRICATION & TESTING
- Materials must meet applicable ASME and ASTM specifications
- Fabrication must follow ASME Section VIII and ANSI/AISC N690-18 for structural parts
- All surfaces cleaned and finished uniformly; stainless surfaces must meet chloride and contamination requirements
- Identification tags and ASME nameplates applied as required
- Hydrostatic testing must meet ASME VIII requirements, using low-chloride test fluid
- BEA inspectors may witness fabrication and testing activities
- A “U” stamp certification of the vessels
DELIVERY & PROTECTION
Final assembly must be delivered to a specified Idaho Falls logistics facility with:
- Cleanliness requirements met; no fluids or contaminants left inside components
- Protective packaging to prevent component damage
- Clear labeling and lift/rigging points identified
- Unit prepared for forklift or crane handling
- INL personnel retain rights for inspections, audits, and hold-point reviews throughout fabrication. Final acceptance occurs after successful hydrostatic testing, inspection, and delivery to an Idaho Falls logistics facility
Deadline for submission: April 22, 2026
Submit to: Chase.Egbert@inl.gov
Only select respondents, as determined by BEA, will receive an invitation to participate in the anticipated RFP solicitation.
PROPRIETARY INFORMATION
Because information received in response to this EOI may be business sensitive or proprietary to the responding party, respondents must mark information in their responses accordingly.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.