End User Support for Argonne National Laboratory & Fermi National Accelerator Laboratory
ID: 6-B162-P-00001-00-CR-374590Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFARGONNE NATL LAB - DOE CONTRACTORLemont, IL, 60439, USA

NAICS

Computer Facilities Management Services (541513)

PSC

IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (Labor) (DE01)
Timeline
    Description

    The Department of Energy, through UChicago Argonne, LLC and Fermi Forward Discovery Group, LLC, is seeking proposals for end user support services at Argonne National Laboratory and Fermi National Accelerator Laboratory. The procurement involves two separate Requests for Proposal (RFPs) for comprehensive IT managed services, including service desk operations, desktop support, and audio-visual services, with a focus on adhering to ITIL principles and enhancing user experience. This opportunity is critical for maintaining operational efficiency and supporting over 4,500 employees and numerous guest users across both laboratories. Proposals are due by November 24, 2025, and must be submitted via email to the designated contacts, with a proposal acceptance period extended to 180 days.

    Point(s) of Contact
    Files
    Title
    Posted
    Fermi National Accelerator Laboratory, on behalf of Fermi Forward Discovery Group, LLC (FFDG), has issued Request for Proposal (RFP) No. CR-374590 for IT Managed Services and Support. The RFP, dated October 13, 2025, invites qualified companies to submit proposals for these services, which will result in a Firm-Fixed Price subcontract. Key documents incorporated by reference include a Statement of Work, General Contract Requirements, and Instructions to Offerors. Proposals are due by November 24, 2025, at 4 p.m. CST and must remain valid for 180 days. FFDG reserves the right to award a subcontract based on initial offers without discussion and to reject any and all proposals, for example, if costs exceed budgetary constraints.
    Addendum No. One (1) to Request for Proposal (RFP) 6-B162-P-00001-00 for End User Support modifies the original RFP and addresses offeror questions. Key amendments include updating Article F of Enclosure 1 Part I regarding Organizational Conflicts of Interest Disclosure/Representation, requiring Enclosure No. 6 to be completed and returned with the proposal. The proposal acceptance period is extended to 180 days. Additionally, Enclosure No. 4 – Evaluation Criteria is amended to clarify the qualitative scoring. The addendum also provides numerous clarifications and answers to questions from offerors concerning proposal submission, contract terms, site information, service desk operations, endpoint device support, asset management, AV/VTC services, personnel requirements, business systems, security, knowledge management, problem management, change management, license management, quality & governance, continual improvement, reporting/metrics, documentation, transition, and past performance.
    Fermilab is seeking proposals for managed IT services, including support for its main campus in Batavia, IL, and a remote site in Lead, South Dakota. The Statement of Work outlines requirements for various IT functions, such as Service Desk operations, deskside support, desktop systems management, IT asset management, data center systems, enhanced server support, audio/video teleconferencing, scientific logistics, VoIP maintenance, license management, and managed print services. Optional services include major incident and change management support, customer experience services, hourly infrastructure support, and hourly telecom support. The selected vendor must integrate into Fermilab's IT environment, deliver a customer-centric experience, leverage industry best practices, and align with ISO20000 Certification requirements. All services must adhere to Fermilab's cybersecurity, safety, and core values, and comply with NIST and DOE standards.
    This document, "Appendix 1 – Standard Definitions and Acronyms," serves as a glossary for a government procurement file, likely an RFP, federal grant, or state/local RFP. It defines key terms and acronyms relevant to federal government operations and technical specifications. The document clarifies operational hours (Business Hours, Non-Business Hours), security requirements (Real ID, MFA), and departmental entities (DOE). It also details various technical systems and databases (AV/VC, CMDB, EquipDB, SCCM, VoIP), performance metrics (KPI, MTTr, MTTR), and project management elements (IMAC, OLA, SLA, SOW). Furthermore, it includes definitions for procurement terms (PO, RFP), environmental standards (EPEAT), safety protocols (ESH&Q, PPE), and IT-related equipment (PC, PII, OEM). This comprehensive list ensures clarity and consistency in understanding the associated government document by providing precise definitions for specialized terminology.
    The provided government file details videoconference incidents, requests, and Zoom usage statistics from 2021 to 2024. Total videoconference incidents steadily increased from 61 in 2021 to 173 in 2023, then decreased to 100 in 2024. Requests also rose, with a total of 522 in 2021, peaking at 820 in 2023, and declining to 454 in 2024. VIP tickets, combining requests and incidents, totaled 145 over the four years, averaging 3.02 per month in 2023. Zoom usage metrics show high volumes of meetings, participants, and meeting minutes, indicating significant adoption. The file also outlines available Zoom Rooms and their seating capacities. Overall, the document reflects the utilization and associated support needs for videoconferencing services within the government entity.
    This document presents a detailed measurement of "Calls Offered" and "Non-Business Hours Calls" from October 2023 to June 2025. The data is structured by month and year, providing a clear overview of call volumes over this period. For instance, "Calls Offered" ranged from a low of 771 in September 2024 to a high of 1464 in July 2024. "Non-Business Hours Calls" also varied, with a peak of 29 in July 2024 and a low of 2 in November 2023. This type of data is crucial for government RFPs, federal grants, and state/local RFPs, as it can be used to assess operational efficiency, staffing needs, and resource allocation for services that involve call centers or public interaction.
    The government file details an inventory of 5996 computing devices, categorized into Desktop Computers (1405), Servers (2616), Tablets (149), and Laptop Computers (1826). The bulk of the file provides a comprehensive list of individual Desktop Computers, identifying their specific model names and manufacturers. DELL is the predominant manufacturer for Desktop Computers, followed by LENOVO, INTEL, APPLE COMPUTER INC, AVA, BSI, ASUS, CORSAIR, KOI COMPUTERS INC., AVADIRECT, ACE COMPUTERS, CASCADE MICROTECH, and FNAPCF. Other manufacturers like HP (HEWLETT-PACKARD) and SUN MS (SUN MICROSYSTEMS) also appear. This document is likely part of an asset management or procurement record for federal, state, or local government operations, detailing the types and brands of computing hardware in use.
    This government file details a comprehensive inventory of server and storage hardware, primarily from HP, Dell, KOI Computers, Sun Microsystems, and Hitachi. The document lists various models of CPU boxes and disk drives, including specific configurations like Intel Xeon processors (E5-2620, E5-2650V2, E5-2640V3, E5-2620V4, E5-2680V4, 6142, Gold 5218, 4215, 4214, 4210, Gold 6230) across different rackmount units (1U, 2U, 3U, 4U). It also includes older Sun Microsystems Sparcstations (S5, S20) and associated storage. Each item is accompanied by a unique system identifier, a support program (Next Day or 7x24x4), and a quantity of one. The file represents a record of IT infrastructure assets, potentially for procurement, inventory management, or support contract tracking within a government entity, ensuring operational continuity and maintenance through specified support levels.
    The provided government file is an inventory of various equipment, primarily printers, located in Batavia, IL. The document details equipment IDs, serial numbers, end meter readings (presumably page counts), printer models, and specific locations within Batavia. The file also includes a summary of color and mono page counts for 2023, 2024, and January-August 2025, indicating usage trends. This inventory serves as a record of assets and their operational statistics, likely for management, maintenance, or procurement purposes within a federal, state, or local government entity.
    This document, "Appendix 8 - Fermilab Holidays," outlines the official holiday schedule for Fermilab for late 2024, 2025, and early 2026. The list specifies both full-day and half-day observances, including federal holidays such as New Year's Day, Martin Luther King, Jr. Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day. It also includes the day after Thanksgiving, Christmas Eve (half-day), and New Year's Eve (half-day), along with New Year's Day 2026. This appendix serves as a clear reference for scheduled non-working days at the facility.
    This document, "Attachment B General Contract Requirements Managed Services and Support," outlines the comprehensive requirements for sellers providing managed IT services to Fermilab, a federal government entity. It details general seller requirements including subcontractor approval, staff identification, safety protocols, and mandatory technical and management certifications (e.g., CompTIA A+, ITIL Foundation). Sellers must comply with Fermilab's computing policies, maintain the Fermilab Runbook, provide their own vehicles and standard tools, and adhere to ISO 20000 standards. Fermilab will provide necessary resources such as computers, office space, and access to its service management systems. The document also specifies detailed Service Level Agreement (SLA) requirements for incident response and resolution across various priority levels, with a focus on continuous service improvement and rigorous governance. Key performance indicators (KPIs) and quality assurance processes are defined to ensure high service quality and customer satisfaction, with regular reviews and mitigation plans for unmet SLAs.
    This document is a sample subcontract (xxxxxx) between Fermi Forward Discovery Group, LLC (FFDG) and a Subcontractor for IT Managed Services and Support. Issued under a prime contract with the U.S. Government/Department of Energy for the Fermi National Accelerator Laboratory, the subcontract outlines terms for services like managed services and enhanced server support with firm-fixed prices. The period of performance spans from March 2027 to March 2029, with two one-year options contingent on fund availability. Key sections cover pricing, scope of work, performance standards, technical reporting, and employee conduct, referencing a Statement of Work (SOW). It details subcontract administration, invoice requirements (emailing apinvoices@fnal.gov), and specifies no travel expense reimbursement. Special requirements include a Small Business Subcontracting Plan, FFDG-furnished government property, insurance, key personnel, and the limitation of FFDG's financial obligation to available funds. The document incorporates various attachments for general terms and conditions, insurance, and the SOW.
    The RFP 374590 seeks IT Managed Services and Support for Fermilab, focusing on various ITIL domains like incident, change, and problem management, along with asset tracking, endpoint management, and SLA documentation. The government will award a single vendor for both Argonne and Fermi laboratories. Key aspects include confirming the existence of a knowledge base, the use of AI-based operational augmentation, and the clarification of experience requirements (10 years relevant experience). The RFP also addresses pricing template accuracy, clarification of contract end dates, and the submission of various forms. Fermilab is open to AI-based augmentation and the use of COTS solutions. Hybrid/remote staffing is acceptable, though some onsite presence is required, particularly in South Dakota, with a liaison coordinating activities. The contract involves a 90-day transition period for Fermilab. While the RFP does not specify small business goals, DOE goals are applicable. Certifications like CompTIA A+ and ITIL Foundation are desirable. The current incumbent is NTT. The RFP emphasizes adherence to ITIL processes and continuous improvement initiatives. Specific details on key personnel roles for Fermilab are TBD based on proposed staffing. Pricing is a fixed bundle for required services, excluding Enhanced Server Support and Managed Print, which have individual fixed pricing.
    This memorandum, dated November 13, 2025, addresses questions and answers related to Request for Proposal (RFP) No. CR-374590 for End User Support. Issued by Ryan Hairston, Procurement Specialist IV, the document includes "Memorandum No. One (1)" and directs offerors to "Appendix A – Clarifications and Offeror Questions" for detailed clarifications and answers. Offerors are required to acknowledge receipt of this memorandum by signing and returning a copy via email to hairston@fnal.gov. This ensures all potential bidders receive the necessary information to prepare their proposals, maintaining transparency and fairness in the procurement process.
    The Request for Proposal (RFP) No. 6-B162-P-00001-00 from Argonne National Laboratory seeks financial management and procurement services, specifically for End User Support. The RFP, issued on October 20, 2025, invites proposals for computing hardware, software, maintenance, support, and installation services. Proposals will be evaluated using a Best Value/Trade-Off methodology. The submission requires three separate parts: Technical, Business Management, and Cost/Price Proposals. Key evaluation criteria include the technical approach, management approach, transition plan, and past performance, with a strong emphasis on experience with U.S. Department of Energy entities. Offerors must also submit financial statements, agree to a 150-day acceptance period, and disclose any organizational conflicts of interest. All proposals must be emailed, and an active SAM.gov registration is mandatory for award consideration.
    This government purchase order (Contract No. DE-AC02-06CH11357) outlines an agreement between UCHICAGO ARGONNE, LLC, operator of Argonne National Laboratory, and a Contractor for "End User Support" services. The contract, effective from June 1, 2026, to May 31, 2029, with two one-year extension options, requires the Contractor to provide firm fixed-price (FFP) managed services (Service Desk, Desktop Support, AV/VTC Support + 65 Events, Process Support) and time-and-materials (T&M) premium services. Key provisions include payment terms with electronic invoicing to ap@anl.gov, strict guidelines on organizational conflicts of interest to prevent bias and unfair competitive advantage, and requirements for personal identity verification of Contractor personnel. The document also specifies that only the Laboratory Procurement Official, Jeremy J. Sladetz, can authorize changes to the scope of work or price.
    The Argonne Terms and Conditions for Commercial Goods and Services, updated February 13, 2023, outlines the contractual obligations for contractors working with Argonne National Laboratory. This document defines key terms like "Argonne National Laboratory" and "Government," and sets thresholds for micro-purchases ($10,000) and simplified acquisitions ($250,000). It covers a wide array of clauses, including acceptance, assignment, bankruptcy notification, changes, employee conduct, environmental protection, excusable delays, export license agreements, information technology acquisitions, inspection, integration, site access, compliance with laws and DOE directives, limitation of liability, and specific requirements for refrigeration equipment and air conditioners, especially regarding ozone-depleting substances and high global warming potential hydrofluorocarbons. Other important clauses address payments, REAL ID site entry, risk of loss, state and local taxes, suspect counterfeit parts, termination for cause or convenience, title transfer, and warranties for services and supplies. Additionally, the document incorporates numerous Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses by reference, covering areas such as whistleblower protection, export control, sustainable acquisition, property, small business utilization, labor standards, combating human trafficking, and privacy. These terms ensure compliance with federal regulations and laboratory-specific policies.
    The Argonne National Laboratory (ANL) has released its comprehensive Terms and Conditions (ANL-528, April 24, 2024) for Labor Hour and Time and Materials Contracts. This document outlines the contractual obligations and responsibilities for contractors working with ANL, UChicago Argonne, LLC, and the U.S. Department of Energy. Key provisions cover applicable law (Illinois), assignment, employee conduct, data breach protocols, environmental protection, and site access requirements, including specific rules for non-U.S. nationals. The terms detail allowable costs for labor, materials, travel, subcontracts, and consultants. It also addresses property management, public information release, export control, and various FAR/DEAR clauses incorporated by reference, covering topics from whistleblower protection to sustainable acquisition and anti-kickback procedures. The document emphasizes compliance with federal and local regulations, safety, and ethical conduct, with specific stipulations for information technology security and the management of ozone-depleting substances and high global warming potential hydrofluorocarbons.
    Argonne National Laboratory seeks a Managed Service Provider (MSP) for comprehensive End User Support, encompassing Service Desk, Desktop Support, and Audio Visual/Video Teleconference (AV/VTC) services. This Statement of Work (SOW) outlines requirements for a hybrid solution, combining on-premise and off-site resources, to provide 24/7 scalable support to over 4,500 employees and thousands of annual guest users. Key responsibilities include managing IT incidents, requests, changes, and problems in alignment with ITIL principles, ensuring cyber security compliance, and maintaining device lifecycles. The MSP will also manage IT assets, provide training, and integrate with Argonne’s ITSM tools (currently transitioning from ServiceNow to Freshworks). The goal is to enhance user experience and bring industry best practices to Argonne’s complex IT environment, with a strong emphasis on quality, safety, and adherence to Argonne's core values and DOE policies.
    The Argonne National Laboratory report outlines service level targets for various IT metrics from September 2024 to August 2025. Key metrics include Average Speed of Answer (target ≥90% within 45 seconds), Abandonment Rate (target <10% of calls), First Level Resolution (Net) (target >70%), and Incident Response/Resolution for critical, high, medium, and low priority incidents with specific time-based targets. End User Satisfaction has a target of ≥3.5. These service levels are to be adhered to for the contract's first year, with subsequent years re-baselined based on performance and executive approval. Reporting is currently done in ServiceNow and may migrate to Power BI or Freshworks, with the contractor responsible for migration. Measurements are monthly and reported to stakeholders, with adjustments made within 30 days for inaccuracies.
    The Argonne National Laboratory's "Endpoint Device Overview" dated September 24, 2025, details the supported endpoint devices at the lab. This document clarifies that the list is not exhaustive but represents devices managed by the BIS division. It also indicates that this list is expected to expand as the lab consolidates support and desktop management functions. The overview serves as an informational appendix, likely for internal reference or as part of a larger document related to IT infrastructure and management within a federal government entity.
    The Argonne National Laboratory provides a comprehensive overview of its IT environment, detailing common support tools, software titles, and application support for contractors. The document outlines cyber toolsets like BitLocker, Splunk, and CrowdStrike Falcon, alongside desktop management tools such as Microsoft SCCM and Intune. Remote support is facilitated by Bomgar and RDP. A broad range of supported software includes operating systems (Windows, macOS, Linux), Adobe, Microsoft Office 365, and various cloud services like Zoom and ServiceNow. Key definitions for Service Level Agreements (SLA), Organizational Level Agreements (OLA), Key Performance Indicators (KPI), and Service Level Targets (SLT) are also provided. A detailed chart lists numerous applications, their user counts, purposes, manufacturers, and installation types (cloud or on-premise), including ADP Vantage, ALMA, Archibus, and My Health. The contractor is expected to support all named and unnamed software products and applications within this environment.
    This government file, ANL-562 IP, outlines intellectual property provisions for commercial supplies and services requiring data delivery, focusing on the Department of Energy (DOE) context. It defines key terms like "computer software," "data," "limited rights," and "unlimited rights," establishing the government's rights to use, disclose, and reproduce data produced under contract. The document specifies conditions for contractor copyright assertion and the government's acquisition of licenses for copyrighted materials. It details procedures for handling unauthorized or omitted data markings and the protection of limited rights data and restricted computer software, including specific notices for each. The file also covers additional data requirements, allowing the DOE to order data post-contract, and grants the government unlimited rights to technical data in proposals. Overall, it ensures government access and use of necessary data while protecting proprietary information under defined circumstances.
    This document outlines supplemental conditions for low-risk on-site federal government contracts at Argonne National Laboratory (ANL), operated by UChicago Argonne, LLC. It details requirements for contractor approval, indemnity against loss or damage (including environmental), and strict insurance coverage for general liability, automobile liability, professional liability, and workers' compensation. A significant portion addresses Environment, Safety, and Health (ES&H), mandating compliance with various federal regulations (e.g., 10 CFR 851, OSHA) and ANL-specific safety protocols, including Job Safety Analyses (JSAs), incident reporting, and a comprehensive disciplinary program for safety violations. The document also incorporates FAR and DEAR clauses concerning personal identity verification, pollution prevention, and access to and ownership of records, emphasizing the flow-down of these requirements to subcontractors. It aims to ensure contractor and subcontractor adherence to stringent safety, environmental, and administrative standards during performance at the facility.
    The “Nondisplacement of Qualified Workers” clause ensures that successor contractors on service contracts offer a right of first refusal for employment to service employees from the predecessor contract whose jobs are terminated due to the new award. Contractors must make a bona fide offer, allowing employees at least 10 days to accept, and base qualification decisions on education and experience, particularly on the predecessor contract. Exceptions include employees who worked for the successor for at least three months, those not considered “service employees” under the Service Contract Act, or those with documented poor performance. HUBZone small businesses must balance these requirements with their program obligations. Contractors must provide certified lists of service employees to the Authorized Laboratory Procurement Official 30 days before contract completion, with updates 10 days prior if changes occur. The official then provides this list to the successor contractor and ensures predecessor employees are notified of their rights. Contractors must maintain records of compliance for three years, including employment offers and exemption justifications. Disputes are resolved by the Department of Labor, and non-compliance can result in sanctions, withholding of funds, and other remedies.
    This document, PD-150, outlines the mandatory requirements for contractors to control government-owned personal property acquired for contract performance. It defines various property types, including accountable, administratively controlled, capital, equipment, excess, government-owned, high-risk, and sensitive property, based on value, lifespan, and risk. Contractors must document acquisitions using Form ANL-661, detailing sources, costs, and identification. All government property, regardless of cost, must be marked as U.S. Government Property, with specific tagging for items over $5,000 and sensitive items. Detailed records, including acquisition, cost, location, and disposition, are required for all property categories. Annual and closeout physical inventories, submitted via Form ANL-550 with photos for high-value items, are mandatory. Contractors must also follow specific procedures for property disposition and establish a comprehensive management system to ensure compliance, proper care, and accountability for all government assets, including those lost, damaged, or requiring special handling.
    The Argonne National Laboratory's Government Property Acquisition Record (ANL-661) is a form used by contractors to declare whether an invoice includes purchases of personal or sensitive personal property/equipment. Personal property is defined as items with a unit acquisition cost greater than $5000 and a service life of over two years. Sensitive personal property, regardless of dollar value, requires special control and accountability due to risk of loss, theft, misuse, national security, or export control considerations. Examples of sensitive property include communications equipment, cameras, drones, personal computer equipment, video equipment, explosives, information technology with memory capabilities, external hard drives, and controlled substances. The form requires detailed listing of any such items, including property description, manufacturer, model, serial number, acquisition date, and cost. This document ensures proper tracking and accountability of government-owned property by contractors, aligning with federal regulations for asset management in contracts like DE-AC02-06CH11357.
    The U.S. Department of Labor's Wage and Hour Division outlines employee rights under the Service Contract Act (SCA) and the Public Contracts Act (PCA), which apply to government contractors. These acts establish minimum wage, overtime pay, child labor restrictions, and safety and health standards. The SCA mandates prevailing wages and fringe benefits for contracts over $2,500, while the PCA, applicable to contracts exceeding $10,000 for materials or equipment, requires the federal minimum wage. Both acts generally require time-and-a-half for hours worked over 40 weekly and prohibit unsanitary or hazardous working conditions. The Wage and Hour Division administers most provisions, while OSHA handles safety and health. Contractors must post notices of employee rights, and prime contractors are responsible for violations by secondary contractors. Additional information is available from the Wage and Hour Division and OSHA.
    This government file outlines a Request for Proposal (RFP) for a construction project involving mechanical, electrical, and plumbing (MEP) systems, along with related architectural and structural work. The project encompasses various tasks, including assessments, demolition, installation, and upgrades of building systems. Key components include HVAC, plumbing, electrical distribution, fire suppression, and communication infrastructure. The document specifies requirements for design, materials, and compliance with federal and local regulations. It also details procedures for project management, safety protocols, and quality control. The RFP emphasizes a comprehensive approach to modernizing facilities, ensuring functionality, safety, and adherence to all applicable standards for a federal government agency.
    The provided document outlines a comprehensive pricing structure for core services over a five-year period, comprising three base years and two option years. It details monthly and annual costs for Service Desk, Desktop Support, AV/VTC Support (including 65 events), and Process Support. Each service is priced individually per month, culminating in a total core services cost for each of the 60 months. The document serves as a sample payment schedule (CLIN 1) for a government Request for Proposal (RFP) or similar contractual agreement, demonstrating a clear breakdown of costs associated with IT and technical support services over an extended contract duration.
    The Argonne Managed Services Pricing Proposal outlines guidelines for vendors to submit pricing for various services, including Service Desk, Desktop Support, AV/VTC Support (with scalable pricing for events over 65), and Process Support. The proposal requests pricing for a base term and two one-year options, spanning from June 2026 to May 2031. Vendors must use attached spreadsheets, noting any assumptions. They are also required to provide cost savings estimates, year-over-year, for Argonne based on shared services with Fermi proposals, demonstrated in dollars for the contract's life. Additional potential savings from service maturity or alignment between campuses may be included separately, though these estimates will not impact scoring. The document includes detailed pricing matrices for centralized services, AV event bands, premium services hourly rates, and daily rates for premium service hardware. Furthermore, it provides growth forecasts for centralized services (Data Center) across Main Frame, AS400, Unix, and Wintel platforms over five years, detailing metrics like MIPS, DASD, tape mounts, batch jobs, and print images.
    RFP No. 6-B162-P-00001-00 outlines the evaluation criteria for the End User Support contract, emphasizing a Best Value award approach that prioritizes the Technical Proposal over Cost/Price. Proposals must include a Technical, Business/Management, and Price Proposal, each evaluated independently. The preliminary evaluation involves a pass/fail Contractor Responsibility Determination, followed by a final evaluation of technical and price criteria. Technical proposals are rated adjectivally (Outstanding to Unacceptable) based on technical requirements, qualitative scoring (Technical Factors, Management Factors, Transition, and Past Performance), and adherence to service area descriptions in the Statement of Work. The Cost/Price Proposal is assessed for realism and probable cost. Contractor Responsibility is determined by financial condition, proposal acceptance period, authorized representatives, pre-award information (SAM registration), and exceptions/deviations. The final award will be granted to the responsible offeror whose proposal represents the best value, balancing technical superiority with cost-effectiveness.
    The Argonne National Laboratory's "Reps & Certs" document (ANL-70B Long Version), updated January 13, 2025, serves as a comprehensive guide for entities seeking to do business with the laboratory. It outlines mandatory representations and certifications required for federal government RFPs and contracts. The document is structured into parts based on contract value thresholds, covering general information such as legal entity details, Unique Entity ID (UEI), business type, NAICS codes, and various contact points. Key certifications include adherence to Laboratory Terms and Conditions, prohibitions on suspect/counterfeit parts, personal conflict of interest disclosures, and representations concerning limited rights data and restricted computer software. As contract values increase, additional certifications become applicable, covering aspects like service contract labor standards, affirmative action compliance, equal opportunity, the Buy American Act, executive compensation reporting, debarment and suspension, child labor, payments to influence federal transactions, veteran's employment reporting, independent price determination, covenant against contingent fees, combating trafficking in persons, and Cost Accounting Standards. The document emphasizes the importance of accurate and truthful certifications, with penalties for false statements, and requires authorized signatures to validate submissions.
    The document "6-B162-P-00001-00" appears to be a unique identifier or reference number for a government file, likely associated with a federal government RFP, federal grant, or a state/local RFP. Without additional context or content, it is not possible to determine the specific subject matter, purpose, or key details of the file. This identifier serves as a tracking or cataloging number within a larger system of government documentation.
    Argonne National Laboratory and Fermi National Accelerator Laboratory, under contract with the U.S. Department of Energy, issued a Request for Proposal (RFP) for End User Support services. This RFP consists of two separate proposal requests, one for each laboratory (Argonne: 6-B162-P-00001-00; Fermi: CR-374590). Offerors must submit individual responses to each request separately, and responsiveness to both is required for consideration. Proposals will be evaluated independently using the Best Value/Trade-Off methodology, with a single Offeror jointly selected for separate awards. Explanations of the RFP must be requested via email by November 3, 2025, 3:00 PM CST. Offers must be submitted via email to both jsladetz@anl.gov and hairston@fnal.gov by November 24, 2025, 4:00 PM CST. Facsimile, hand-delivered, or mailed offers will not be accepted. The laboratories reserve the right to accept or reject any proposals and may make awards without discussion. Costs incurred in preparing proposals will not be reimbursed.
    Exhibit A outlines the Environment, Safety, and Health (ES&H) requirements for subcontractors engaged in Managed Services and Support at Fermilab, ensuring compliance with federal and state regulations, including 10 CFR 851 and 835. Key aspects include the submission of a comprehensive ES&H program, Job Hazard Analyses (JHAs), and adherence to specific site conditions. The document details responsibilities for FFDG personnel (Point of Contact, Service Coordinator, Task Manager, ES&H Coordinator) and subcontractors regarding safety practices, emergency response, and training. It covers a wide range of work site conditions, from site access and permits to hazardous materials, fall protection, electrical work, radiation, and environmental protection. Specific guidance on silica exposure, high-hazard work, and required certifications are also included. The goal is to establish a safe working environment and ensure regulatory compliance for all subcontractor activities.
    This government file outlines the Environment, Safety, and Health (ES&H) requirements for subcontractors working at the Sanford Underground Research Facility (SURF). It details responsibilities for maintaining a safe work environment, complying with federal and state regulations (e.g., 10 CFR 851, OSHA), and submitting an ES&H program. The document covers coordination with facility points of contact, emergency response, training, and specific worksite conditions, including permits, hazardous material handling, and personal protective equipment. High-hazard work activities are defined, requiring specific protocols and approvals. The file emphasizes adherence to safety standards to avoid penalties and ensures a drug and alcohol-free workplace, underscoring a commitment to worker safety and environmental protection.
    The Fermi Forward Discovery Group, LLC (FFDG) General Terms and Conditions document outlines the contractual obligations for commercial products or services with FFDG, which operates Fermi National Accelerator Laboratory under a Department of Energy (DOE) Prime Contract. Key aspects include definitions, subcontractor independence, assignment restrictions, performance standards, payment terms, and inspection rights. It details provisions for changes, modifications, indemnification, warranties for genuine and compliant products/services (including energy-efficient and IPv6 IT), and liability limitations. The document also addresses excusable delays, termination, dispute resolution (escalation to mediation and binding arbitration at FFDG's option), applicable law (Illinois), and information release. Strict adherence to environmental, safety, health, and security requirements is mandated, especially for site access and foreign national personnel. The document incorporates numerous Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses, with specific applicability thresholds based on subcontract value and type of service, emphasizing compliance with federal regulations.
    The FL-55 (Rev. 6/23) document outlines the requirements for small business subcontracting plans for federal government subcontracts. It defines key terms such as Alaska Native Corporation (ANC), commercial item, commercial plan, Electronic Subcontracting Reporting System (eSRS), Indian tribe, individual contract plan, master plan, and sub-subcontract. The document mandates that subcontract-offerors submit and negotiate subcontracting plans with the FRA, detailing goals for various small business categories including veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned concerns. Plans must include planned subcontracting dollars, types of supplies and services, goal development methods, and efforts to identify and outreach to small businesses. The document also specifies reporting requirements via eSRS, outlines administrative duties, and details record-keeping procedures. Non-compliance can lead to a material breach of subcontract. It also distinguishes between individual contract, master, and commercial plans, providing specific reporting instructions for each.
    The FL-57A form, "Organizational Conflicts of Interest Disclosure-Advisory and Assistance Services," outlines requirements for offerors to disclose potential conflicts of interest when providing advisory and assistance services to Fermilab or the Government. An organizational conflict of interest is defined as a situation where an individual's objectivity or ability to provide impartial advice is impaired due to other activities or relationships, or if they have an unfair competitive advantage. Apparent successful offerors must submit a statement detailing any past (within 12 months), present, or planned financial, contractual, organizational, or other interests related to the statement of work. This includes information on clients, services rendered, financial interests, and any entities involved. The statement must also affirm that no actual or potential conflict of interest or unfair competitive advantage exists, or disclose any that do. Failure to provide the required statement may lead to ineligibility for award, and misrepresentation or failure to report facts can result in legal penalties.
    This document outlines the mandatory insurance requirements for subcontractors performing onsite non-professional services at Fermi National Accelerator Laboratory (Fermilab). Subcontractors must maintain specific coverage limits for General Liability ($1M per occurrence, $2M aggregate), Automobile Liability ($1M combined single limit), Excess/Umbrella Liability ($1M or $5M depending on subcontract value), and Workers' Compensation/Employer's Liability (statutory limits for WC, $1M for EL). Additional coverages like Aircraft Liability, Builder's Risk, Broad Form Cargo, and Installation Floater may also be required. Fermi Forward Discovery Group, LLC (FFDG), the University of Chicago, Universities Research Association, Inc., and the U.S. Government must be named as additional insureds with waivers of subrogation. Certain exclusions and provisions regarding defense costs are prohibited in Commercial General Liability policies. Subcontractors must provide evidence of insurance within ten days of signing the subcontract and ensure sub-subcontractors also comply with appropriate insurance requirements.
    RFP CR-374590, issued by Fermilab, outlines guidelines for a Managed Services Pricing Matrix, requesting pricing for a base term and two one-year options. The base term spans from March 12, 2027, to May 31, 2029, followed by options extending to May 31, 2031. The RFP requires vendors to use provided spreadsheets to ensure consistent data capture. Services are categorized as "Required Services" (e.g., Managed Print Services, Enhanced Server Support) and "Optional Services" (Combined Services for Fermilab and Argonne). Vendors must clearly state assumptions made during pricing. The document also includes detailed server platform growth forecasts for Mainframe, AS400, Unix, and Wintel systems across various metrics for five years, indicating expected increases or decreases in MIPS, DASD, tape mounts, and job/image processing. This RFP aims to standardize cost proposals for managed services and provide clear projections for infrastructure growth.
    The document "Proposal Certifications Document PUR-466" outlines mandatory certifications for offerors submitting proposals to Fermi Forward Discovery Group, LLC (FFDG). These certifications are categorized by proposal dollar value. For proposals ≥ $10,000, certifications cover Export/Import Control, including details on military, space, or dual-use items, and the “Buy American – Construction Materials” clause (FAR 52.225-9), which establishes preferences for domestic construction materials with specific component cost thresholds and outlines exceptions. Additionally, clauses on Rights to Proposal Data and Patent Rights are applicable. For proposals ≥ $150,000, further certifications include Independent Price Determination (FAR 52.203-2), Payments to Influence Certain Federal Transactions (FAR 52.203-11), Responsibility Matters (FAR 52.209-5), Employment Reports on Veterans (FAR 52.222-37), and Anti-Kickback Procedures (FAR 52.203-7). Proposals ≥ $550,000 require certifications related to Combatting Trafficking in Persons (FAR 52.222-50) and a corresponding compliance plan (FAR 52.222-56). The document emphasizes the importance of accurate certifications, with penalties for false statements, and provides a signature block for company officials to acknowledge completion and accuracy.
    The Fermi Forward Discovery Group, LLC Subcontractor Annual Representations & Certifications (SARC) form is a crucial document for subcontractors engaging with U.S. Government contracts. It requires offerors to provide detailed business information, including ownership structure, operational type, and size (e.g., small or large business, diversity classifications). The form also mandates disclosure of executive compensation for certain high-revenue federal contractors, adherence to accounting system standards, and affirmation of responsible business practices, including anti-human trafficking policies and E-Verify compliance. Furthermore, it outlines certifications related to export/import control laws, equal opportunity, affirmative action, and limitations on pass-through charges. The document emphasizes the offeror's commitment to compliance with federal regulations and requires prompt notification of any changes to the provided information.
    This document is a Wage Determination for service contracts in Cook, Du Page, and McHenry Counties, Illinois, issued by the U.S. Department of Labor. It outlines minimum wage rates for various occupations, including administrative support, automotive, food service, health, and IT. The determination specifies that contracts are subject to Executive Orders 14026 or 13658, requiring minimum hourly wages of $17.75 or $13.30, respectively, for 2025, with annual adjustments. It details fringe benefits, including health and welfare rates ($5.55 or $5.09 per hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and twelve paid holidays. The document also provides guidelines for computer employees and air traffic controllers regarding exemptions and night/Sunday pay, hazardous pay differentials, and uniform allowances. A conformance process for unlisted occupations, utilizing SF-1444, is described to ensure fair compensation consistent with listed classifications.
    This government wage determination document, number 2015-5377 Revision 29, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract employees in specific South Dakota counties as of July 8, 2025. It details varying minimum wage requirements based on contract award dates and applicable Executive Orders (EO 14026 at $17.75/hour or EO 13658 at $13.30/hour), which are adjusted annually. The document lists numerous occupational codes with corresponding hourly rates for administrative, automotive, health, IT, and other sectors. It also specifies benefits such as health and welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks), and eleven paid holidays. Special provisions include paid sick leave under EO 13706, hazardous pay differentials (4-8%), and uniform allowances. A conformance process is outlined for unlisted job classifications, emphasizing adherence to the Service Contract Act Directory of Occupations.
    Similar Opportunities
    Argonne Research Project Management System RFI
    Buyer not available
    The Department of Energy's Argonne National Laboratory is seeking information for a Research Project Management System (RPMS) to enhance its project management capabilities. The RPMS aims to standardize and automate workflows, improve risk evaluation processes, and provide robust oversight for research projects, addressing current inefficiencies in Argonne's fragmented processes. This initiative is crucial for ensuring compliance with federal regulations and institutional policies while supporting a user base of 300-600 individuals across 10-30 distinct workflows. Interested vendors must submit their responses by December 10, 2025, at 5:00 PM Central Time, and can direct inquiries to primary contact Jack Patton at jpatton@anl.gov or secondary contact Sandy Smith at sweso@anl.gov.
    Purchase of Spare 3000 KVA Process Power Transformer
    Buyer not available
    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the purchase of a spare 3000 KVA Process Power Transformer and associated breaker assemblies for the Proton Improvement Plan II (PIP-II) project at the Fermi National Accelerator Laboratory in Illinois. This procurement aims to ensure a reliable power infrastructure, with the selected subcontractor responsible for all aspects of the project, including supervision, labor, materials, and transportation, while adhering to specific technical specifications and quality assurance standards. Proposals are due by 2:00 P.M. CST on December 11, 2025, with questions accepted until December 4, 2025; interested parties should contact Michele Reynolds at micheler@fnal.gov for further information.
    HD Coldboxes Fabrication
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the fabrication of two high-density (HD) coldbox structures, with an option for a third unit, to support the Long-Baseline Neutrino Facility/Deep Underground Neutrino Experiment (DUNE-US) project. The procurement involves detailed specifications for stainless steel (SS 304) coldboxes designed to house active detectors for cold testing in cryogenic conditions, with strict adherence to quality control measures and compliance with national standards. Proposals must be submitted by 5 PM Central on December 19, 2025, and should include completed SARC and PUR-466 forms for proposals exceeding $10,000. Interested parties can direct inquiries to Spencer Keske at skeske@fnal.gov.
    Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the installation of 15KV cable between manholes F-3 and F-4 as part of the Main Ring Electrical P-F3 to P-F4 15KV Cable Installation project (FESS Project 3-7-103B) in Batavia, Illinois. The procurement requires a firm fixed price for all labor, materials, transportation, overhead, bonding, safety oversight, and equipment necessary to complete the installation, which includes extensive tasks such as cable pulling, terminations, and splices, as well as the installation of air switches. This project is significant for enhancing the electrical infrastructure at Fermilab, ensuring reliable power distribution for ongoing research activities. Proposals are due by December 11, 2025, at 4:00 PM CT, and interested subcontractors should contact Chris Daley at cdaley@fnal.gov for further details.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Buyer not available
    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.
    Interim Information Technology Support Services
    Buyer not available
    The Department of Energy, specifically the National Energy Technology Laboratory, is seeking interim Information Technology Support Services through a federal contract. This procurement aims to provide essential IT management support services, as outlined in the attached justification document. These services are critical for maintaining operational efficiency and supporting the laboratory's ongoing projects and initiatives. Interested vendors can reach out to Amanda J. Lopez at amanda.lopez@netl.doe.gov for further details regarding the opportunity.
    Argonne Prism Replacement System RFI
    Buyer not available
    The Department of Energy, through UChicago Argonne, LLC, is seeking information on commercial-off-the-shelf (COTS) solutions for the Prism Replacement System, aimed at enhancing the management of assessments and performance improvement programs at Argonne National Laboratory. The new system must be comprehensive and centralized, capable of integrating with existing applications to streamline operations, reduce technical debt, and improve user experience. This system is critical for ensuring that Argonne's programs meet customer expectations and regulatory requirements, while also safeguarding personal identifiable information (PII). Interested vendors should submit their responses by December 11, 2025, and direct any questions to Jack Patton at jpatton@anl.gov or by phone at 630-252-6356.
    LBNF Liquid Argon LAr Circulation Equipment
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for the engineering, manufacturing, and delivery of Liquid Argon (LAr) Circulation Equipment for the Long-Baseline Neutrino Facility (LBNF) project in South Dakota. The procurement involves the design and construction of a vacuum jacketed pump valve box, associated piping, valves, instrumentation, and protective structures for cryogenic equipment, all essential for the efficient transfer of liquid argon within the facility. This project is critical for advancing particle physics research and ensuring the operational integrity of the LAr Circulation System, which plays a vital role in the LBNF/DUNE initiative. Proposals are due by January 5, 2026, with technical questions accepted until December 8, 2025; interested vendors should contact Jeremy Duncan at jeremyd@fnal.gov for further details.
    25-ID KB Mirror System
    Buyer not available
    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.
    Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
    Buyer not available
    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.