RFP SC-25-668 Ames National Laboratory Parapet Repairs Project
ID: RFP-SC-25-668Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFAMES LABORATORY - DOE CONTRACTORAmes, IA, 50011, USA

NAICS

Masonry Contractors (238140)

PSC

TILE, BRICK AND BLOCK (5620)
Timeline
    Description

    The Department of Energy's Ames National Laboratory is seeking proposals for the Metals Development Parapet Repairs Project under Request for Proposal (RFP) SC-25-668. The project aims to acquire masonry services to repair parapets at the laboratory's facility in Ames, Iowa, with a focus on adhering to existing structural patterns and safety regulations. This procurement is crucial for maintaining the integrity of the laboratory's infrastructure, ensuring compliance with federal standards, and promoting safety during construction activities. Proposals are due by June 12, 2025, following a mandatory pre-proposal conference on May 20, 2025. Interested contractors can contact Andrew Saxton at saxton@ameslab.gov or call 515-294-4191 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Terms and Conditions for Fixed-Price Construction Services as stipulated by the Ames National Laboratory, managed by Iowa State University for the U.S. Department of Energy. It encompasses essential clauses regarding definitions, acceptance criteria, bonds, insurance requirements, dispute resolution, environmental compliance, indemnification, payment processes, and termination procedures for convenience and cause. Specific stipulations include the obligation of the subcontractor to maintain adequate insurance coverage, compliance with local and federal laws, and the procedures to be followed in the event of contractual disputes. It highlights the importance of adherence to quality standards, prohibits the use of counterfeit parts, and details the responsibilities concerning governmental immunity. The provisions emphasize risk management and ensure the protection of both the Laboratory and subcontractor through clear guidelines. Overall, this document serves as a legal framework ensuring accountability and adherence to regulations during construction projects affiliated with the Ames National Laboratory, thereby aligning with federal grant and RFP processes.
    The Ames National Laboratory's Environment, Safety, and Health (ESH) Requirements outline essential protocols for subcontractors engaged in construction services. Subcontractors are mandated to adhere to a comprehensive range of safety regulations aimed at protecting employees and the public. Key elements include ensuring all personnel are trained in safety practices, submitting an Environment, Safety, and Health Program Plan, maintaining proper documentation, and obtaining necessary permits for operations. The document emphasizes the contractor's responsibility for compliance with applicable federal, state, and local laws, as well as specific Department of Energy directives. Noncompliance may lead to immediate corrective actions, including work stoppage and potential fines. The laboratory holds authority to enforce strict disciplinary measures for safety violations, reinforcing the importance of a safe working environment. Moreover, the laboratory enacts a Drug-Free Workplace policy, prohibiting substance abuse on site. The structured regulations reflect a commitment to comprehensive safety and accountability, ensuring subcontractors are thoroughly vetted and monitored throughout their engagement, thereby reinforcing the laboratory's intention of maintaining high standards in construction practices.
    The Ames National Laboratory's RFP SC-25-668 outlines the scope and requirements for the Metals Development Parapet Repairs project. This project manual includes comprehensive procurement and contracting terms, detailing essential provisions such as definitions, responsibilities of the owner and contractor, subcontractor regulations, and the processes for handling changes and claiming adjustments. Specific sections cover project management, safety procedures, quality standards, and the administration of contracts. Notably, the manual emphasizes the importance of timely communication, inspection processes, and adherence to Iowa State Building Codes. Contractors must understand their roles and comply with all requirements to ensure smooth execution. This document serves as crucial guidance for potential bidders, highlighting Ames Laboratory’s commitment to quality construction and regulatory compliance in federal projects.
    This document serves as an information questionnaire for contractors seeking to participate in projects related to the Ames Laboratory. It emphasizes the importance of safety and quality assurance. Contractors are required to provide their Experience Modification Rate (EMR) and report workplace injuries and illnesses for the past three years based on OSHA guidelines. Key areas addressed include the existence of written safety policies, the frequency of safety meetings, employee training programs for new hires, and the assessment of potential hazards. Additionally, contractors must confirm whether they operate a documented quality assurance program and specify the types of work to be performed, either directly or via subcontractors. The questionnaire aims to ensure that contractors comply with safety standards and possess the necessary quality control measures before engaging in the project. This approach is critical for maintaining safety and quality within federal and state-funded initiatives, aligning with government regulations and objectives for contractor assessment.
    The document outlines the Intellectual Property Provisions (IPP) relevant to federal contracts involving construction that requires data delivery. It includes seven articles detailing the rights and responsibilities concerning patents, copyrights, and data rights related to the work performed under the contract. Key sections cover authorization and consent for the use of patented inventions, reporting requirements for infringement claims, provisions for royalty refunds, and indemnity for patent infringements. Additionally, rights regarding data produced during the contract, including data ownership and the Government's unlimited rights to utilize such data, are elaborated. Furthermore, contractors are instructed on their obligations to report royalties and the government’s authority to contest patent claims. This document is essential in ensuring accountability and clarity in intellectual property matters within government procurement, reflecting compliance with federal regulations and protecting government interests in contractual engagements.
    The document outlines the wage determination for building construction projects in Story County, Iowa, specifically under General Decision Number IA20250074, applicable from March 14, 2025. It emphasizes compliance with the Davis-Bacon Act, indicating that contractors must provide minimum wage rates as per Executive Orders 14026 and 13658, depending on the contract's date. Contracts initiated or extended after January 30, 2022, require a minimum hourly wage of $17.75 for covered workers, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour. The document details various classifications of workers such as boilermakers, tile setters, and electricians, along with their respective wage rates and fringe benefits. It also underscores the importance of conformance requests for any classification not listed and emphasizes contractor obligations regarding employee protections, including sick leave under Executive Order 13706. Additionally, it describes the appeals process for wage determinations, highlighting steps for stakeholders to seek reconsideration or resolution on wage-related matters. This document serves as a crucial reference for contractors engaged in federal and state RFPs, ensuring fair labor practices and adherence to governmental wage policies.
    The MD Parapet Repairs Safety Appendix outlines safety requirements and deliverables for contractors and subcontractors working with Ames Laboratory. Compliance with worker protection policies, hazard evaluations, and the submission of Safety Data Sheets (SDS) for all chemicals is mandatory. Contractors must manage potential exposure to hazardous materials like mercury, asbestos, and crystalline silica while following stringent exposure limits. Specific procedures for addressing noise, traffic control, lifting heavy objects, and fall protection are detailed, emphasizing the importance of proper personal protective equipment (PPE) and safety practices. Subcontractors must affirm adherence to regulations across their tiers, and any hazardous environments or unidentified materials discovered during work must be reported immediately. The document highlights the need for thorough planning and risk mitigation, ensuring that safety protocols are in place to protect workers and the surrounding environment throughout the project. This appendix serves as a critical guide for ensuring safety standards are met in government-funded construction or repair projects.
    The document is an affirmation and certification concerning the Environment, Safety, and Health (ESH) requirements related to a subcontract for the Metals Development Parapet Repairs project at Ames National Laboratory, managed by Iowa State University for the U.S. Department of Energy. The subcontractor is required to certify compliance with ESH guidelines established by Ames National Laboratory and endure that all related clauses, such as applicable laws and DOE directives, are communicated to any sub-contractors or suppliers involved. A designated representative from the subcontractor must sign the document, confirming the accuracy of the affirmations under penalty of perjury, and provide necessary documentation upon request from laboratory officials. The comprehensive review and adherence to safety and environmental regulations underpin the importance of compliance in federally funded projects, ensuring not only legal obligations but also the safety and integrity of the work conducted within the laboratory settings.
    The document outlines the Representations and Certifications Supplemental requirements for suppliers and subcontractors wishing to work with Iowa State University (ISU) at Ames National Laboratory, managed under a contract with the Department of Energy (DOE). It mandates that all entities seeking purchase orders or subcontracts valued at $10,000 or more register in the U.S. Government System for Award Management (SAM) and complete electronic certifications. Detailed instructions are provided for submitting required information based on the proposed contract value, including entity details, business size, compliance with export control laws, and Buy American certification. Additionally, responses must include data rights information, certification of nonsegregated facilities, and a declaration regarding suspected counterfeit parts. Suppliers are also urged to ensure compliance with regulations regarding construction materials and to certify that no contingent fees were applied in securing contracts. This documentation emphasizes the importance of adhering to federal guidelines and the commitments required from contractors engaged in work using government funds, ensuring transparency and compliance with legal requirements in procurement processes.
    The document is a Statement and Acknowledgment form for a subcontract associated with a prime contract under the OMB Control Number 9000-0014. It outlines the parties involved, including the prime contractor (Ames Laboratory) and the subcontractor, detailing the subcontract award date, description of work, and project location in Ames, Iowa. The form requires acknowledgment of specific clauses from the prime contract, such as the Contract Work Hours and Safety Standards Act and compliance with various labor standards. The subcontract aims to facilitate repairs to parapets before a roofing project at the Metals Development Building. This form serves as a compliance tool in federal contracting processes, ensuring proper acknowledgment of responsibility and adherence to regulations essential for project execution and labor standards.
    The Addendum Number 001 for the Metals Development Parapet Repairs Project at Ames Laboratory, issued on June 2, 2025, modifies the original Bid Documents dated May 12, 2025. The project, under RFP SC-25-668, has a bid due date of June 12, 2025. Key modifications include clarification on contractor queries regarding the project scope, tax-exempt status, and construction materials. The Addendum addresses specific contractor questions about existing structural features, the required masonry work to match existing patterns, and the rejection of IB Roof Systems as an approved product for the project. Additionally, an alternate for selective tuckpointing is outlined. The document emphasizes the contractor's responsibility to provide staging plans and reinforcement measures, particularly regarding heavy equipment near underground tunnels. The Addendum serves to ensure all contractors have updated and accurate information for successful bidding on the project modifications and requirements.
    Ames Laboratory, operated by Iowa State University under the Department of Energy, has issued Request for Proposal (RFP) No. SC-25-668 for Metals Development Parapet Repairs. The Laboratory aims to secure a single subcontract based on cost and other evaluation factors. It emphasizes educational discounts and allows for proposals with pricing off government contract sources. The RFP promotes open competition, encouraging participation from small and minority-owned businesses. Key details include a requirement for firm fixed-price submissions, proposal evaluation based on technical acceptability, and the submission of separate technical and price proposals. A mandatory pre-proposal conference is scheduled for May 20, 2025, to provide further insight for prospective offerors. Proposal submissions are due by June 12, 2025, with punctuality being critical. Offerors must adhere to specific evaluation criteria, including previous performance and safety record, with a focus on maintaining compliance with Department of Labor minimum wage standards and the Buy American Act. The process underscores the importance of detailed proposals and the necessity for firms to demonstrate financial stability. This procurement reflects Ames Laboratory's commitment to contractor engagement and the efficient use of federal resources in construction projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    PBF-613 Re-Roof
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for roof replacement services at the PBF-613 facility located within the Idaho National Laboratory in Idaho Falls, Idaho. The project entails replacing an aging built-up tar and gravel roof across four distinct zones, totaling approximately 6,550 square feet, and includes the removal of existing equipment such as a blower and HEPA housing, along with capping electrical and ducting on Zone 1. This initiative is part of BEA's broader infrastructure maintenance and modernization efforts at the laboratory, which plays a critical role in nuclear energy and clean energy innovation. Interested vendors must submit their EOIs by April 1, 2026, including relevant company information and experience, to Chase Egbert at chase.egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Proposals (RFP) process.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.
    CFA 608/609 Parking Lot
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of the parking lot and associated infrastructure at CFA-608 and CFA-609 located at the Idaho National Laboratory (INL). The project aims to enhance site safety, accessibility, and operational reliability by replacing the aging asphalt parking lot and sidewalks, installing new canopies, gutters, downspouts, heat trace, exterior light fixtures, engine block heaters, and performing minor landscaping. This initiative is critical for maintaining the operational integrity of a national laboratory dedicated to nuclear energy and clean energy innovation. Interested vendors must submit their EOIs, including company details and relevant experience, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.
    Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for construction services related to the Integrated Engineering and Research Center (IERC) CCD Space Humidification project. The selected subcontractor will be responsible for providing all necessary supervision, labor, materials, tools, and associated costs to install two humidification units, which are critical for maintaining precise humidity control in the lab environment. This project is particularly important for the manufacturing of sensitive experimental components, ensuring compliance with safety and quality standards throughout the construction process. Interested small businesses must submit their proposals by January 7, 2026, including a technical and business management section, following a mandatory pre-proposal meeting on December 18, 2025. For further inquiries, contact Dasia Guthrie at dguthrie@fnal.gov or call 630-840-2494.
    Integrated Biorefinery Facility North High Bay Revitalization Custom Equipment
    Energy, Department Of
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the "Integrated Biorefinery Facility North High Bay Revitalization Custom Equipment" project, aimed at enhancing biomass conversion and waste carbon utilization technologies. The project requires the design, fabrication, and commissioning of specialized process equipment, including a Hydroprocessor and a Distillation Column, with a production capacity of approximately one barrel per day, emphasizing operational flexibility and process safety. This initiative is critical for advancing renewable technologies for commercial deployment, with an estimated funding range of $750,000 to $3.5 million and a performance period extending through March 30, 2027. Interested parties must submit their proposals by 5:00 PM Mountain Time on December 17, 2025, and can direct inquiries to Todd Labosky at Todd.Labosky@nrel.gov.
    Ferrite Fabrications
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for the procurement of 700 Fast Kicker Magnet Assembly Side Pieces and 320 Fast Kicker Magnet Assembly Top Pieces, specifically made from ferrite materials. This Request for Proposal (RFP 375377swk) aims to secure firm-fixed price proposals for a total of 1,020 units, which will be delivered to Fermilab's Receiving Warehouse 2 in Batavia, Illinois. The components are critical for the operation of scientific apparatus at Fermilab, contributing to ongoing research and development in particle physics. Proposals are due by 5 PM Central on January 5, 2026, and must include necessary certifications and documentation, including the SARC and PUR-466 forms. Interested parties should direct any inquiries to Spencer Keske at skeske@fnal.gov.
    Internal Audit Services
    Energy, Department Of
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is soliciting proposals for Internal Audit Services under Request for Proposal (RFP) 26-003. The objective is to ensure compliance with the Department of Energy Acquisition Regulation (DEAR) clause 970.5232-3, requiring the selected contractor to conduct annual risk assessments, develop audit plans, and execute audits in collaboration with Princeton University's Office of Audit and Compliance. This procurement is critical for maintaining operational integrity and compliance within federally funded research initiatives. Interested firms must submit their proposals by January 21, 2026, at 4:30 PM EST, and direct any inquiries to Cheryl Colan at ccolan@pppl.gov or (609) 243-3486. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with a total value not exceeding $3 million over a potential five-year period.
    Phenom XL G3 SEM or equivalent
    Energy, Department Of
    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the procurement of a Phenom XL G3 Scanning Electron Microscope (SEM) or an equivalent domestic model. This equipment is essential for the Enrichment Science and Engineering Division, which requires advanced microscopy capabilities for analytical purposes, including high magnification and elemental analysis. Proposals must be submitted by December 18, 2025, with a focus on the lowest priced, technically acceptable offer, and interested parties should direct inquiries to Brittany Waring at waringbc@ornl.gov. The procurement is not set aside for small businesses, and the NAICS code for this opportunity is 334516.
    25-ID KB Mirror System
    Energy, Department Of
    The Department of Energy, through Argonne National Laboratory, is soliciting proposals for a KB Mirror System intended for the 25-ID-E Beamline, requiring a firm fixed-price proposal in U.S. Dollars. The procurement aims to acquire a highly precise mirror system that meets stringent technical specifications for optical performance, motion control, and vacuum integrity, essential for advanced x-ray applications. Proposals must be submitted electronically by 09:00 AM CST on January 19, 2026, and should include both technical and business sections, adhering to the Best Value Methodology for evaluation. Interested parties can direct inquiries to Jazlyn Mangis at jmangis@anl.gov.
    PN: 636A8-24-003, Correct Lightning Protection and Grounding
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Project Number 636A8-24-003, titled "Correct Lightning Protection and Grounding," aimed at upgrading the lightning protection systems across various buildings at the Iowa City VA Health Care System. The project involves the removal of outdated lightning protection components and the installation of new systems compliant with Underwriters Laboratory (UL) standards, ensuring enhanced safety and reliability for the facility. With an estimated construction cost between $1,000,000 and $2,000,000, the contract requires adherence to federal regulations, including wage determinations and safety protocols, with proposals due by December 30, 2025, at 10:30 AM CT. Interested parties should direct inquiries to Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.