C0 Service Building Renovation
ID: ISD_362164_DAType: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFFERMILAB - DOE CONTRACTORBatavia, IL, 60510, USA

NAICS

Finish Carpentry Contractors (238350)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Energy, through Fermi Research Alliance LLC, is soliciting proposals for the renovation of the C0 Service Building located in Batavia, Illinois, with a focus on small businesses in the finish carpentry sector. The project entails significant upgrades, including the replacement of doors and windows with ENERGY STAR certified options, re-epoxying concrete flooring, and restroom renovations, all aimed at preparing the facility for a new tenant. This renovation is crucial for maintaining compliance with federal energy efficiency standards and ensuring a safe and functional environment for future occupants. Interested contractors must submit their proposals by October 30, 2024, with a pre-proposal meeting scheduled for October 10, 2024; inquiries can be directed to Danielle Amico at damico@fnal.gov.

    Point(s) of Contact
    Danielle Amico
    damico@fnal.gov
    Files
    Title
    Posted
    The Request for Proposal (RFP) ISD_362164_DA issued by Fermi Research Alliance, LLC invites submissions for the renovation of the C0 Service Building, targeting small businesses in the finish carpentry sector. Key components include a pre-proposal meeting on October 10, 2024, and a submission deadline of October 30, 2024. Proposals must be submitted in two parts: a Technical Proposal showcasing relevant experience and qualifications, and a Business Management Proposal detailing pricing and safety documentation. The project requires compliance with Davis-Bacon wage standards, Illinois taxation laws, and a Buy American requirement for construction materials. A bid guarantee of 20% of the proposal price is needed, and contractors must ensure affirmative action compliance in their operations. Additionally, specific insurance and bonding requirements are mandated before commencing work. The RFP emphasizes the need for experienced personnel and a firm commitment to safety and quality standards. This solicitation highlights the federal government's focus on promoting small business participation and compliance with federal regulations, ensuring project execution meets established guidelines and deadlines.
    This Request for Proposal (RFP) pertains to the renovation of the C0 Service Building, issued on September 25, 2024. The document invites contractors to submit proposals for performing all necessary work, which includes providing labor, equipment, materials, and oversight, in strict accordance with accompanying specifications and drawings. Contractors are required to present a total price for their services, written clearly on the price proposal form. The validity of submitted proposals is set for a period of ninety (90) days post-opening, unless a longer period is specified by the offerors. Interested parties must fill out the proposal form completely, including company name, signature, individual’s name and title, and the date of submission. This structured approach ensures clarity in the acceptance process of bids for federal projects, reflecting standard practices in government contracting initiatives.
    This document is an amendment to a Request for Quotation (RFQ) for the C0 Service Building Renovation project, issued by Fermi Research Alliance, LLC (FRA). The amendment, dated October 3, 2024, provides additional exhibit documents required for potential offerors, including proposal certifications, subcontractor representations, and a construction safety certification. Offerors wishing to modify previously submitted proposals must do so via email before the revised proposal deadline of October 30, 2024, at 5:00 PM CT. The solicitation details remain otherwise unchanged, highlighting standard procurement protocols in government contracting. This amendment is part of the federal government's ongoing efforts to ensure compliance and efficiency in project solicitations.
    This document is an amendment to Request for Quotation (RFP) ISD_362164_DA, issued for the renovation of the C0 Service Building, which is due by 5:00 PM CT on October 30, 2024. The amendment, dated October 3, 2024, modifies the initial solicitation by adding essential exhibits, including proposal certifications and environmental safety documents, now available on SAM.gov. Offerors must acknowledge this amendment and may submit changes to their offers via email before the due date. The amendment does not alter any other terms and conditions of the original RFP. The relevant contact for inquiries is Danielle Amico, a procurement specialist at Fermi Research Alliance, LLC, located in Batavia, Illinois. This amendment highlights the federal government's structured procurement process, ensuring compliance and clarity for prospective contractors involved in the project.
    This document serves as a guide for business visitors attending a Pre-Proposal Meeting and Site Visit scheduled for October 10, 2024, at Aspen East and C0 Service Building. Attendees must register using an Access Request form at least seven days in advance, ideally being U.S. citizens, as access is contingent on citizenship status. Directions to both locations are provided, with specific entry points noted for visitors arriving via the West and East Gates. Upon arrival, attendees must present a valid REAL ID and a QR code received via email, along with a visitor badge obtained at the Fermilab Welcome and Access Center. For non-U.S. citizens, additional verification through the Foreign National Access Program is required, and they will receive a formal invitation letter for potential visa use. The document outlines information necessary for the Access Request form, including personal details and purpose of visit, emphasizing adherence to security protocols. This process reflects the government's emphasis on compliance, security, and regulation within federal procurement activities.
    The document outlines a Statement of Work (SOW) for the minor renovation of the C0 building, intended to prepare it for a new tenant. The project involves several key tasks, including replacing double and single doors with ENERGY STAR certified options, upgrading 11 windows to double-pane, re-epoxying 500 square feet of concrete flooring, and replacing fixtures in the restroom. Additionally, a large sink is to be installed, with the sink already available on site. The renovations are scheduled to start on September 23, 2024, and conclude by August 29, 2025. The project's location is the C0 Service Building, located on Main Ring Road in DuPage County. The document emphasizes compliance with ENERGY STAR standards and outlines responsibilities regarding government-furnished property, ensuring the space meets necessary conditions for occupancy. This SOW serves as a foundational document to guide the renovation project within the framework of federal and local contracting procedures.
    The document outlines the General Requirements for the C0 Service Building Renovation at Fermilab, detailing the responsibilities and expectations for subcontractors engaged in the project. It emphasizes the necessity for compliance with established industry standards, safety regulations, and quality control measures. The subcontractor is responsible for providing all labor, materials, and equipment, while adhering to guidelines set forth by the Fermi Research Alliance (FRA). Key elements of the work include specific renovations such as door and window replacements, restroom upgrades, and concrete flooring refinishing. The document also outlines site access, transportation logistics, and the importance of following safety protocols. Further, it stipulates requirements for the notification procedures regarding project milestones, quality assurance, and the submittal of documentation, including requests for information and punch lists. It reinforces the need for adherence to the Buy American Act and FRA's preference for domestic materials. Overall, the document serves as a comprehensive guide to ensure project completion that meets regulatory standards, safety, and quality expectations, facilitating a successful collaboration between subcontractors and the FRA.
    The FRA Environment, Safety, and Health (ES&H) Requirements document outlines stringent safety and environmental protocols for subcontractors engaged in projects at Fermilab. It prioritizes the protection of health and the environment, holding subcontractors accountable for compliance with applicable federal, state, and local regulations. Key elements include the need for a Construction Environmental Safety and Health Certification, job site orientation, hazard analysis, and the provision of personal protective equipment (PPE). The document details specific responsibilities regarding training requirements, enforcement mechanisms, and procedures for incident reporting and emergency response. It emphasizes the necessity of workers' safety training and the monitoring of hazardous materials. Environmental considerations, notably waste disposal and pollution prevention, are also addressed, requiring subcontractors to ensure minimal environmental impact while maintaining regulatory compliance. Overall, this comprehensive framework serves to maintain high safety standards, protect the welfare of workers and the public, and sustain environmental integrity throughout the construction process at Fermilab. Compliance is mandatory, with penalties established for non-adherence, integrating safety management into the core operations of construction activities.
    The FRA General Terms & Conditions for Construction outlines the contractual obligations, rights, and responsibilities of the Fermi Research Alliance, LLC (FRA) and subcontractors engaged in construction projects at Fermilab. Key provisions include defining the subcontract's scope, ensuring compliance with federal laws, and stipulating payment terms and conditions, including progress payments and retainage. Subcontractors must maintain suitable licenses, provide necessary insurance and bonds, supervise work effectively, and adhere to specific environmental, safety, and health regulations. The document emphasizes the need for indemnification, risk management until final acceptance, and established methods for addressing disputes through negotiations, mediation, or arbitration. Importantly, it requires compliance with the Davis-Bacon Act for wage standards and mandates the incorporation of certain FAR and DEAR clauses into subcontracts. The terms aim to ensure project quality, contractor accountability, and alignment with government contracting standards, reflecting the rigorous nature of federal RFP processes and grants.
    The document outlines the insurance requirements for construction subcontracts at the Fermi National Accelerator Laboratory (Fermilab), as mandated by Fermi Research Alliance, LLC (FRA). It specifies the minimum coverage necessary before commencing work, including general liability, automobile liability, worker’s compensation, contractor’s pollution liability, and professional liability, with limits ranging from $1 million to $5 million depending on the contract value. Additional required coverages may include aircraft liability, builder’s risk insurance, and broad form cargo insurance. All policies must list FRA, the University of Chicago, and the U.S. Government as additional insureds, ensuring comprehensive protection against various liabilities. The subcontractor is responsible for delivering evidence of compliance and must also ensure that all sub-subcontractors meet equivalent insurance standards. Failure to comply will result in indemnification obligations towards FRA. This documentation serves to safeguard all involved parties and uphold standards for risk management within federally funded construction projects.
    The document outlines the requirements for a bid bond in the context of government requests for proposals (RFPs). It specifies the Principal's legal name and business address, organizational type, and the necessity for a bid bond executed on or before the bid opening date. The bond serves as an assurance to the United States and Fermi Research Alliance, LLC, ensuring that the Principal will enter into a contract if their bid is accepted. The conditions under which the obligation becomes void are also detailed, such as executing further contractual documents and required bonds within specified time frames. Additionally, the document provides instructions for filling out the form, including the obligations of sureties, the requirement for corporate seals, and information regarding liability limits. The form must be completed in specific ways to comply with federal regulations, including provisions concerning individual and corporate sureties. This bid bond form plays a crucial role in enabling government entities to ensure bid compliance and financial security in contractual agreements.
    The document is a Payment Bond form utilized under 40 USC Chapter 31, ensuring the protection of individuals providing labor and materials for a subcontract. It outlines the obligations of the Principal and Surety towards the United States government and Fermi Research Alliance, LLC, stating that the bond is void if the Principal duly compensates all relevant parties related to the subcontract. The form requires the identification of the Principal, type of organization, Surety details, and includes a statement on the estimated time for completion as per the Paperwork Reduction Act. It stipulates the rules for execution, including corporate seals for corporations and provisions for individual Sureties. This document facilitates compliance with legal and regulatory obligations in federal contracts, ensuring financial protection for subcontractors. The structured format includes multiple fields for identification and execution, emphasizing thoroughness to prevent liability and ensure successful project outcomes. Overall, it serves as a crucial safeguard in public procurement endeavors, addressing the necessity of securing payments within government-funded projects.
    The Fermilab ES&H Manual includes a questionnaire for subcontractors regarding their injury and illness data over the past three years. This document requires companies to submit their experience modification rates, details about their workers' compensation provider, and OSHA 300 log summaries reflecting injury statistics. The required data includes total recordable cases, case rates, and the name of the safety officer responsible for overseeing safety practices within the company. It emphasizes the importance of accurate reporting and the necessity for the individual completing the form to be knowledgeable about the information. Calculations for recordable case rates and days away restriction transfer case rates are detailed, using formulas based on the provided data. This manual aids in assessing subcontractor safety performance, ensuring compliance with federal safety standards. Overall, the intent of this document aligns with the federal government’s focus on safety in contractors' operations, forming a critical part of the procurement process through requests for proposals (RFPs) and grants, emphasizing accountability and transparency in safety practices.
    The document is a Statement and Acknowledgment related to a federal subcontract awarded under prime contract number DE-AC02-07CH11359 for a project titled "C0 Minor Building Renovation" at the Fermilab site in Batavia, Illinois. The prime contractor, Fermi Research Alliance LLC, has detailed the subcontract process, specifying that a subcontractor will provide all necessary labor, materials, and oversight for the project as outlined in the Statement of Work dated August 19, 2024. The agreement includes adherence to various labor standards as mandated by federal regulations, including the Contract Work Hours and Safety Standards Act. Significantly, it outlines the responsibilities of both the prime contractor and subcontractor, as well as the acknowledgment of any intermediate subcontractors. Overall, the document emphasizes compliance with labor laws and clear delineation of project responsibilities, ensuring that all parties are aware of their obligations under the subcontract agreement. This format aligns with federal procurement practices, reflecting transparency and accountability in government contracting processes.
    The Proposal Certifications document (PUR-466) outlines the requirements for offerors submitting proposals for contracts with the Fermi Research Alliance, LLC, specifically detailing certifications based on the proposal's dollar value. All proposals over $10,000 must indicate compliance with export/import controls and Buy American provisions. Offerors must confirm the domestic or foreign status of materials proposed and complete several certifications, including compliance with applicable laws regarding independent pricing, lobbying, veteran employment reports, and anti-kickback measures. For proposals of $150,000 or greater, additional certifications regarding price determinations and responsibility matters are required. Proposals exceeding $500,000 necessitate compliance plans concerning human trafficking. The document emphasizes accountability and transparency, requiring detailed disclosures and certifications from offerors to mitigate risks associated with federal contracting. The structured approach across multiple value thresholds ensures the integrity of the procurement process and compliance with federal regulations while maintaining a focus on domestic material usage.
    The Fermi Research Alliance, LLC (FRA) has issued a Subcontractor Annual Representations & Certifications (SARC) form to ensure compliance with federal contracting requirements. This extensive document gathers essential business information about the offeror, including their corporate structure, ownership status, registration in federal systems, and employee details. It emphasizes the need for accurate representations concerning the offeror's financial capabilities and ethical practices, particularly regarding executive compensation and responsible business conduct. Sections cover the offeror’s classification as a business entity, their accounting system's approval status, and their compliance with regulations such as E-Verify and export control laws. The form requires timely updates for any changes affecting the information provided, reinforcing the continuous obligation to report status changes promptly. The SARC aims to facilitate adherence to federal procurement policies, ensuring transparency and accountability in subcontractor practices. Ultimately, the form serves a critical role within the context of government RFPs and grants by ensuring that all contractors meet the necessary legal and ethical standards required for federal contracts.
    The Construction Environmental, Safety & Health Certification (CESHC) is a required document for all construction projects at the Department of Energy's Fermi National Accelerator Laboratory (Fermilab). This certification helps subcontractors outline project-specific hazards and controls while ensuring compliance with safety regulations, particularly Title 10 CFR Part 851 on Worker Safety and Health. Subcontractors must either follow the CESHC provided by their prime contractor or submit their own for review by Fermilab's Procurement Office and Project Management teams. The CESHC serves as a living document, necessitating updates as project conditions evolve. Subcontractors are responsible for completing all sections and must acknowledge their understanding of 10 CFR 851, including occupational health requirements. A critical aspect of compliance includes providing information about medical surveillance, especially for employees engaged for a specified duration or in monitoring programs. Subcontractors must designate medical facilities for required health evaluations and specify any necessary task-specific medical testing. This document underscores the federal government’s commitment to safety and health in construction projects, particularly within DOE sites, and ensures that contractors are aware of and adhere to stringent regulatory frameworks throughout the project lifecycle.
    The document is a comprehensive guide detailing various federal and state funding opportunities, emphasizing the importance of Requests for Proposals (RFPs) and federal grants. It outlines the processes for submission, eligibility criteria, and key objectives candidates must meet to secure funding for projects. Central themes include collaboration among governmental agencies, adherence to budgetary constraints, and a focus on enhancing community welfare through funded initiatives. It elaborates on specific funding priorities such as infrastructure improvements, community health initiatives, and innovation in local governance. The document serves as a crucial resource for organizations seeking to apply for government grants and RFPs, highlighting the necessary documentation, timelines, and evaluation criteria required for successful applications. The intent is to foster transparency, encourage competitive bidding, and ultimately support projects that align with social and economic development goals outlined by federal and state authorities. By emphasizing these critical elements, the document positions itself as an essential tool for navigating the complexities of attaining governmental funding, ensuring that potential applicants are well-informed about the requirements and process for submitting their requests.
    The document outlines a firm fixed-price subcontract between Fermi Research Alliance LLC (FRA) and a subcontractor for a construction project involving the Minor Building Renovation at the C0 Service Building of the Fermi National Accelerator Laboratory in Batavia, Illinois. The subcontract is established under Prime Contract No. DE-AC02-07CH11359 with the Department of Energy, ensuring compliance with federal regulations. Key components include a detailed scope of work encompassing labor, materials, and safety oversight, a specified period of performance, and a firm fixed price for the project. Invoicing and payment mechanisms are also defined, including a retention of 10% until project completion and requirements for monthly progress payments. Additionally, the subcontract discusses administrative procedures: notices, technical representation, report submissions, and incorporated documents such as the Statement of Work and various compliance requirements. This contract aims to ensure the successful execution of the renovation project while maintaining high-quality performance standards and compliance with federal regulations, thus highlighting the structured and regulatory nature of federal RFPs and grants.
    The document provides an overview of various public access areas in a geographical region, focusing on lakes, ponds, and trails. It includes a map highlighting public access points, buildings, parking lots, bicycle paths, streams, and roads, aimed at promoting local outdoor recreational opportunities. The publication date is noted as April 3, 2017. This resource is likely part of efforts by government agencies to facilitate engagement with natural spaces and ensure public awareness of available amenities. By outlining critical access locations, the document emphasizes accessibility and encourages community and ecological interaction, aligning with broader government objectives regarding federal grants and local RFPs aimed at enhancing public infrastructure and promoting environmental stewardship. The visual representation and layout of the map serve to clearly delineate key areas for public enjoyment and utilize existing bodies of water and trails.
    The document outlines the solicitation requirements for a federal Request for Proposal (RFP) related to construction services. It is divided into two main parts: the Technical Proposal and the Business Proposal. In the Technical Proposal, offerors must demonstrate relevant experience in carpentry and painting, provide examples of at least three similar projects completed in the last ten years, and detail the qualifications of key personnel, including Project Manager, Project Superintendent, and Safety Coordinator, each requiring a minimum of five years of experience and relevant certifications. The Business Proposal details the pricing structure, requiring a firm fixed price and a bid guarantee of at least 20% of the proposal price, along with various certifications and forms. Subcontractor annual representations and certifications must be submitted, and additional documentation related to safety, insurance, and health data is also mandated. This solicitation emphasizes the importance of technical capabilities, project experience, personnel qualifications, and strict adherence to safety and financial compliance, reflecting standard practices in government contracts to ensure quality in service provision and regulatory compliance.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    ISD-341872-DH - Renovations of Fermilab’s Dorm 4 in “The Village”
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the renovation of Dorm 4 in "The Village" at Fermilab, under the reference number ISD-341872-DH. The project entails comprehensive upgrades, including the installation of new ceilings, lighting, flooring, and fixtures, as well as necessary asbestos and mold abatement, all while adhering to the Davis-Bacon Act wage standards. This renovation is crucial for maintaining the facility's operational standards and enhancing the living conditions for its occupants. Proposals are due by October 23, 2024, with a mandatory site visit scheduled for October 4, 2024. Interested contractors should direct inquiries to Procurement Specialist Dustin Hansrote at hansrote@fnal.gov.
    Fermilab - Removal and replacement of roofing systems
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the removal and replacement of roofing systems at the Site 40 Low Level Waste Handling Building in Batavia, Illinois. The project involves comprehensive work, including the complete tear-off of existing roofing down to the decking, installation of new SBS Asphalt roofing systems, and the relocation of existing roof equipment, all while adhering to strict safety and environmental standards. This procurement is critical for maintaining the integrity and functionality of Fermilab's infrastructure, ensuring compliance with federal regulations, including the Davis-Bacon Act for labor wages. Proposals are due by November 15, 2024, and interested contractors should contact Richard Konan at rkonan@fnal.gov for further details.
    Fermilab LBNF NSCF Construction - Beamline Complex RFP
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance (FRA), is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Beamline Complex in Batavia, Illinois. The project aims to select a subcontractor to provide comprehensive construction services, including labor, materials, and site infrastructure necessary for the Beamline Complex, which supports significant neutrino physics research. This initiative is crucial for advancing scientific infrastructure and enhancing capabilities in fundamental physics research. Interested contractors must attend a mandatory Pre-Proposal Conference on July 11, 2024, and submit their proposals by December 18, 2024. For further inquiries, contact Brian Quinn at bquinn@fnal.gov or 630-840-5777.
    Fermilab LBNF NSCF Construction - Near Detector Complex RFP
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance (FRA), is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Near Detector Complex in Batavia, Illinois. The selected subcontractor will be responsible for comprehensive construction services, including the development of a service building, shafts, a detector cavern, and site improvements, all under a Firm Fixed Price contract. This project is critical for advancing neutrino physics research, necessitating adherence to high standards of safety, quality, and environmental compliance throughout the construction process. Proposals are due by December 13, 2024, with a mandatory pre-proposal conference scheduled for July 10, 2024; interested parties should direct inquiries to Brian Quinn at bquinn@fnal.gov or Craig Schmitz at schmitzc@fnal.gov.
    Fermilab - Daycare Center Crawl Space Supports
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for the removal and replacement of crawl space jack posts and the installation of new footings at the Daycare Center building located in Batavia, Illinois. The project involves demolition of existing concrete footings and the installation of new ones, as the current infrastructure is deteriorating and insufficient. This construction work is critical for maintaining the structural integrity of the facility, ensuring a safe environment for daycare operations. Interested subcontractors must submit their proposals by October 11, 2024, and can contact Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835 for further details.
    Mu2e Target Air Handling and HEPA System Project
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for the Mu2e Target Air Handling and HEPA System Project, aimed at enhancing air quality management systems to support experimental activities at Fermilab in Batavia, Illinois. The project involves the installation of a HEPA fan filtration system, exhaust fan, ductwork, and electrical services, with a focus on safety, quality control, and compliance with federal regulations. This procurement is particularly significant as it addresses the management of radioactive particulates generated during experiments, ensuring a safe working environment. Interested small businesses must submit their proposals electronically by October 22, 2024, following a pre-proposal meeting scheduled for October 8, 2024, and can direct inquiries to Ryan O'Sullivan at ryanosul@fnal.gov or by phone at 630-840-2402.
    Nation Renewable Energy Lab, RFP-2024-24045, Exterior Insulation and Finish Systems (EIFS) Repair
    Active
    Energy, Department Of
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the repair and restoration of Exterior Insulation and Finish Systems (EIFS) at its facilities in Golden, Colorado, under Request for Proposals (RFP) RFP-2024-24045. The selected subcontractor will be responsible for providing all necessary personnel, materials, and services to ensure timely and professional EIFS repairs, adhering to specified guidelines and manufacturer recommendations. This procurement is a total small business set-aside, emphasizing compliance with federal regulations and safety standards, with proposals due by October 11, 2024. Interested parties must submit a Notice of Intent to Propose by September 20, 2024, and can contact Steve Cummock at steve.cummock@nrel.gov or 303-275-2958 for further information.
    VARIABLE FREQUENCY DRIVE
    Active
    Energy, Department Of
    The Department of Energy, through Fermi Research Alliance, LLC (FRA), is seeking fixed-price quotations for variable frequency drives and related modules, specifically three units of the PS220 400HP drive and three Modbus RTU FSCA-01 modules, or equivalent products. This procurement is essential for supporting operations at Fermilab in Batavia, Illinois, and aligns with federal standards for equipment used in scientific research and energy projects. Interested suppliers must submit their quotations by October 7, 2024, ensuring compliance with the required Proposal Certifications (PUR-466) and the General Terms and Conditions for Commercial Products and Services. For inquiries, contact Brian Nielsen at bnielsen@fnal.gov or call 630-840-3554.
    Intrumentation Cable
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance, LLC, is issuing a Request for Quote (RFQ) for the procurement of instrumentation cable required for a cryo process control system at the Fermi National Accelerator Laboratory in Batavia, Illinois. This procurement falls under NAICS Code 33592 and is intended for a Firm Fixed Price (FFP) contract, with the award planned for Mars Electric Company without full competition. The instrumentation cable is critical for supporting the laboratory's scientific missions, ensuring reliable operation of essential equipment. Interested vendors must submit their qualifications, including the required Subcontractor Annual Reps & Certs (SARC) and Proposal Certifications (PUR-466), by October 8, 2024, at 4:00 p.m. Central Standard Time, to Cathleen Stadler Frazier at cstadler@fnal.gov.
    DWS Loop Feed
    Active
    Energy, Department Of
    The Department of Energy, specifically Fermilab, is seeking qualified contractors for the DWS Loop Feed project, which involves the removal and installation of various water and sewer infrastructure components in Batavia, Illinois. The project scope includes the removal of DI DWS pipe and HDPE storm sewer, as well as the installation of PVC C900 pipe, storm sewer, DWS valves, valve boxes, valve vaults, and a flushing hydrant, along with landscape restoration. This procurement is designated as a Total Small Business Set-Aside and will follow a Lowest Price Technically Acceptable evaluation process, with key deadlines including a pre-proposal meeting on October 9, 2024, and proposal submissions due by October 25, 2024. Interested parties can contact Robert Ropos at rropos@fnal.gov or by phone at 630-840-5249 for further information.