FERMI 2025
ID: SPE60425R0403Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGYFORT BELVOIR, VA, 22060, USA

NAICS

Electric Power Distribution (221122)

PSC

UTILITIES- ELECTRIC (S112)
Timeline
    Description

    The Defense Logistics Agency (DLA Energy) is soliciting proposals for the supply and transmission of retail electricity and ancillary services to the Fermi National Accelerator Laboratory in Batavia, Illinois, for a 36-month period from January 2026 to January 2029. The procurement aims to secure approximately 1,099,392,000 kWh of electricity, with a pricing structure based on fixed-price block purchases and locational marginal pricing adjustments, while ensuring compliance with regulatory requirements and effective management of demand fluctuations. Interested offerors must submit their non-price proposals by March 25, 2025, and ensure they are on the approved list of Retail Electric Providers in Illinois, with active registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact DLA Energy at dlaenergy.eteam@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fermilab Block Procurement Schedule outlines the expected megawatt (MW) requirements for various blocks associated with Accelerator Operations from 2025 to 2028. The document presents a monthly breakdown, indicating planned MW levels for each month, which vary annually. For example, in 2025, the MW requirements are consistently noted at predominantly 10 or 12 MW, while in 2026, no requirements are listed, suggesting that changes in operations or planning may occur. By 2027, MW needs increase significantly, with values escalating to 44 MW in some months. In contrast, 2028 requires steady, lower levels of 3 MW, suggesting a shift in operations or reduced demands. The procurement schedule is critical in planning and allocating resources, potentially guiding future funding requests, grants, or contracts relevant to energy and operational planning within the government framework. This document serves to inform stakeholders about anticipated energy requirements in the context of governmental operations and contracts, with flexibility for adjustments as operational needs evolve.
    The document outlines the proposal requirements for the Fermi 2025 project under the federal RFP. It emphasizes the importance of submitting a complete proposal, which should include documentation such as the Standard Form (SF) 1449, evidence of responsibility, past performance references, technical capability, small business participation, pricing, and required provisions not in SAM.gov. Proposals can be submitted via email, adhering to strict file size limits and security protocols. Key requirements include proving relevant experience, demonstrating the ability to provide necessary electricity services, and a commitment to small business subcontracting. Offerors are expected to outline their technical and management capabilities and provide detailed pricing information in a reverse auction format. The document delineates responsibilities explicitly to ensure compliance with federal regulations and identifies significant criteria an offeror must meet to be eligible for contract awards. The overarching purpose of this document is to guide prospective contractors in crafting proposals that align with government standards for efficiency and competitiveness in electricity supply.
    The Fermi 2025 Amendment 0003 outlines the proposal requirements for offerors submitting bids related to a federal Request for Proposal (RFP) for the supply and transportation of electricity. It emphasizes the importance of a complete submission, including all specified documents such as Standard Form (SF) 1449, evidence of responsibility, past performance records, and a technical capability statement. Offerors may submit proposals via e-mail, with detailed instructions on acceptable formats and requirements to ensure data integrity. Key components include criteria for evidence of responsibility, focusing on prior experience in the electricity market, possession of necessary agreements, and regulatory compliance. The document also addresses past performance references and emphasizes the need for a clear commitment to small business participation. It includes specific instructions for submitting pricing within a reverse auction format and stipulates required provisions outside of the System for Award Management (SAM.gov). Additionally, the proposal must include a subcontracting plan where applicable. Overall, this document serves to guide potential contractors in preparing compliant and competitive proposals, ensuring compliance with federal acquisition regulations while promoting small business opportunities.
    The document provides representations and certifications essential for offerors responding to solicitations, particularly related to telecommunications equipment and services as stipulated under FAR 52.204-24 and FAR 52.212-3. It emphasizes the prohibitions under the John S. McCain National Defense Authorization Act regarding the use of covered telecommunications equipment or services. Offerors must certify whether they will provide such equipment and conduct inquiries about their use in performance. The document includes various definitions and detailed instructions about required disclosures, particularly concerning small business status, compliance with labor laws, and representations regarding prior contracts. Key sections clarify requirements regarding certifications related to foreign end products, compliance with tax obligations, and negative factors affecting eligibility for federal contracts, such as felony convictions or unpaid tax liabilities. Overall, this document serves to ensure transparency and compliance in government contracting by requiring thorough and accurate representations from offerors, aiming to uphold security and integrity in federal procurements.
    The document, Amendment 0001 to RFP SPE60425R0403, outlines the Representations and Certifications required for potential contractors for the Fermi 2025 project. It emphasizes compliance with the FAR provisions related to telecommunications services and equipment, particularly concerning covered telecommunications outlined in the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Key requirements include representations regarding whether the offeror provides or uses covered telecommunications equipment or services. The document details definitions, prohibitions, and procedures for companies to ensure they do not engage in restricted business operations, particularly concerning child labor and sanction violations related to countries like Iran. Furthermore, the document includes certifications on tax responsibilities and eligibility, outlining representations about business ownership and control, especially for certain types of small businesses (veteran-owned, women-owned, etc.). It is required that offerors also disclose any involvement with sensitive technologies. This thorough documentation is designed to ensure the integrity and security of government contracts by mandating verification of ethical practices and adherence to federal guidelines, thus supporting transparency in the procurement process for federal projects.
    The DLA Energy Small Business Subcontracting Plan, December 2023, outlines a framework for subcontracting opportunities to support small business entities as per federal regulations. The plan specifies the overall contract value, subcontracting goals for large and small business concerns, and detailed projected subcontracts based on past procurement history. A method for tracking potential sourcing and ensuring equitable opportunities for veteran-owned, service-disabled veteran-owned, HUBZone, disadvantaged, and women-owned small businesses is emphasized. The plan includes procedures for program management, reporting requirements, and accountability measures to ensure compliance with established goals. Signatures from various stakeholders, including the contracting officer and small business specialists, are necessitated for approval, ensuring alignment with compliance efforts. This plan underscores the government’s commitment to fostering small business participation in federal contracting, reflecting broader objectives articulated in government RFPs and regulations aimed at enhancing economic opportunities for underrepresented business groups.
    The Fermi 2025 document, part of Federal RFP SPE60425R0403, provides a question-and-answer format addressing critical aspects of the electricity procurement contract related to the Fermi National Accelerator Laboratory. Key points include clarifications on electricity usage forecasts, an anticipated 10% increase over 36 months, and the government's intention for a two-week notice regarding potential facility shutdowns in 2027 and 2028. The document stipulates that the "market-based block price" refers to executable price quotes accepted by the government. It emphasizes that discrepancies between forecasted and actual electricity usage will not be passed through to the government but instead included in the Transaction Fee. The government's payment obligations under the contract depend on the availability of appropriated funds. Furthermore, concerns about load projections exceeding a 10% increase between January 2026 and January 2029 are acknowledged, with the reference to updated language in relevant amendments remaining important throughout the document. Overall, this Q&A attachment clarifies procurement terms and conditions while ensuring that offerors understand their commitments and expectations in the contracting process.
    This document is an amendment to an existing solicitation/modification of a contract, identified by the contract ID SPE60425R0403. The amendment highlights various changes and updates regarding the supply of electricity, particularly focusing on modifications related to pricing, usage projections, and contract administration. Key adjustments include clarifications on historical usage data, significant increases in electricity load anticipated for 2026-2029, and the government's intent to notify contractors before any shutdowns. Additionally, definitions and clauses concerning transaction fees and document attachments have been modified for clarity. The amendment also updates the Government personnel contact detail and adjusts requirements for representations and certifications. Overall, the purpose of this document is to ensure that all parties are informed of necessary changes while maintaining the integrity and enforceability of the contract.
    This document details an amendment to a federal contract solicitation (SPE60425R0403), specifically modifying terms related to electricity purchases under the DLA Energy. Key updates include clarifications in established paragraphs regarding fixed spinning sync reserves, reactive services, and the application of ISO fees. Notably, the amendment introduces a stipulation that ISO Schedule 9 costs will directly pass through to the government without markup, enhancing transparency and accountability. Additionally, references to specific sections have been adjusted to ensure clarity and accuracy in contract specifications. The emphasis is on ensuring that contractors provide exact locations for publicly accessible charges or credits, promoting traceability and oversight. The document reinforces the importance of adhering to the initial terms while integrating necessary administrative changes as specified under relevant federal regulations. Overall, this modification aims to enhance the contractual framework governing electricity procurement, ensuring compliance with established standards and fair pricing for government entities.
    This document is an amendment to a federal solicitation for contract SPE60425R0403, issued by DLA Energy, intended to modify the original terms regarding submission of price offers. It specifies that the initial requirement for bids via a reverse auction at an unspecified date has been replaced. The new timeline sets the auction to commence at 10:00 AM local time (Fort Belvoir, VA) on June 3, 2025. The amendment indicates that all other terms and conditions of the previous documents remain unchanged. Moreover, it outlines procedures for acknowledging this amendment, including that contractors must sign and return copies to the issuing office. The document emphasizes the importance of adhering to the timeline for offer submission to avoid rejection. This solicitation amendment illustrates a procedural update within the context of government procurement processes, ensuring clarity and timely updates for potential contractors involved in bidding for federal grants and contracts.
    The solicitation involves a Request for Proposal (RFP) from DLA Energy for the supply and transmission of electricity, including ancillary services, to the Fermi National Accelerator Laboratory over a 36-month period (January 2026 – January 2029). Offerors must submit their non-price proposals by March 25, 2025, with prices to be submitted later in a reverse auction format. The RFP highlights the estimated electricity load, referencing the Proton Improvement Plan-II which is expected to increase load requirements, subsequently decreasing in 2028 due to planned shutdowns. The contractor is responsible for delivering electricity in accordance with outlined terms, including price structures, estimated quantities, and delivery points. Payment structures involve fixed transaction fees and pass-through charges for capacity and transmission costs. Any regulatory changes impacting tariffs must be reported by the contractor, and the government holds the option to terminate the contract for convenience. The RFP underscores compliance with federal regulations, including small business participation requirements, while ensuring a reliable electricity supply for national laboratory operations.
    The document is a Request for Proposal (RFP) by DLA Energy for supplying electricity and ancillary services to the Fermi National Accelerator Laboratory from January 2026 to January 2029. The RFP outlines the proposal submission requirements, including a due date of March 25, 2025, and the necessity for detailed non-price proposals. Offerors must consider projected increases in electricity demand due to infrastructure upgrades, emphasizing the need for adaptive planning and coordination with local utilities. The proposal specifies the inclusion of fixed price and variable pricing for electricity supply, transaction fees, and other charges, ensuring clarity on billing and service management. The RFP also includes guidelines on how contractors will manage electricity procurement through market-based transactions and regulations imposed by regional authorities. Key responsibilities for the contractor include scheduling, delivery management, and compliance with local electric utility tariffs, as well as maintaining accurate records and invoicing. Overall, the solicitation reflects the government's commitment to acquiring reliable energy solutions while accommodating fluctuations in demand and adhering to regulatory compliance across multiple facets of electricity delivery operations.
    The document outlines a Request for Proposal (RFP) for the procurement of electricity and ancillary services at the Fermi National Accelerator Laboratory by the Department of Defense (DLA Energy). The proposal invites offers for a 36-month delivery period commencing in January 2026, detailing the estimated electricity requirements. Key specifications include pricing structure based on fixed-price block purchases and locational marginal price adjustments, with monthly consumption data shared for transparency. Contractors are responsible for managing supply logistics and coordinating with local utilities, ensuring compliance with regulatory requirements. The RFP establishes strict invoicing protocols to maintain accountability, including dual billing and detailed documentation requirements for energy usage, costs, and credits. Additionally, the proposal incorporates relevant clauses from the Federal Acquisition Regulation (FAR) to ensure adherence to federal and state contracting guidelines. Overall, this solicitation represents an effort to secure reliable energy supply while emphasizing accountability, regulatory compliance, and effective management of demand fluctuations.
    The document is a Request for Proposal (RFP) issued by DLA Energy, seeking offers for the supply and transmission of electricity and ancillary services to Fermi National Accelerator Laboratory. The RFP outlines the estimated electricity consumption of approximately 1.1 billion kWh over a three-year period, running from January 2026 to January 2029. It includes detailed requirements for contract obligations, pricing mechanisms based on locational marginal pricing, and block purchasing strategies. The solicitation specifies that suppliers must provide a range of services including procurement of fixed-price blocks of electricity, management of consumption discrepancies between contracted and actual use, and compliance with regulatory requirements from the PJM region and local utility commissions. Contractors are responsible for invoicing, coordination with utility providers, and ensuring reliable electricity delivery at designated service points. The document stipulates payment terms, conditions for contract changes, and guidelines for responding to tariff changes. The RFP aims to secure reliable, cost-effective electricity supply while accommodating anticipated future demand fluctuations resulting from infrastructure upgrades. Overall, this initiative demonstrates the government’s need for efficient energy management to support ongoing research operations at the laboratory.
    This government document is a Request for Proposal (RFP) for the supply and transmission of electricity, intended for the Fermi National Accelerator Laboratory from January 2026 to January 2029. It details the government’s solicitation for offers related to electricity for specified locations, with projected consumption anticipated to increase due to the Proton Improvement Plan-II project. The contract includes requirements for estimates based on historical data, fixed-price procurement of electricity blocks, ancillary services, invoicing protocols, and the contractor's responsibilities in managing supply, scheduling, and coordination of electricity delivery. Additionally, it outlines terms regarding pricing adjustments linked to regulatory changes and the inclusion of various components such as transaction fees and market charges. Key personnel contacts for the administration of this contract are provided, and compliance with federal regulations is emphasized throughout the document. The RFP aims to facilitate a structured procurement process while ensuring accountability, efficiency, and adherence to regulatory requirements within the energy market.
    Lifecycle
    Title
    Type
    FERMI 2025
    Currently viewing
    Solicitation
    Presolicitation
    Similar Opportunities
    Giese Road Substation Feeder 24 Backfeed
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the Giese Road Substation Feeder 24 Backfeed project, which involves electrical medium voltage construction services in Batavia, Illinois. The project requires the installation of overhead feeders, underground duct banks, and the pulling and testing of 15kV power cables, with all work to be completed by February 1, 2026. This opportunity is set aside for small businesses under NAICS code 238210, emphasizing the importance of compliance with safety and quality standards, including the Davis-Bacon Act wage rates and Buy American requirements. Interested contractors must submit their proposals by December 24, 2025, and direct any inquiries to Gina M. Kern at ginakern@fnal.gov.
    Electrical Steel Coils
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of Non-Grain Oriented Electrical Steel (NGOES) Coils, specifically requiring a total of 35,175 pounds of this material. The NGOES is critical for the fabrication of PIP-II ORBUMP magnet cores, necessitating compliance with stringent specifications regarding chemical and magnetic properties, as outlined in the associated technical documents. Proposals must be submitted by December 23, 2025, at 1:00 PM CT, with the contract period extending through December 1, 2026. Interested vendors should direct inquiries to Sharon Duchaj at sduchaj@fnal.gov or call 630-840-8693 for further details.
    Renewable Energy Certificates (RECs) - Basic Ordering Agreement
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking contractors to establish Basic Ordering Agreements (BOAs) for the supply and delivery of Renewable Energy Certificates (RECs) across the Continental United States. The objective of this procurement is to support compliance with federal energy requirements as outlined in various legislative acts, including the Energy Policy Act and the Energy Act of 2020, while facilitating a streamlined contracting process for authorized agencies through Purchase Orders. This initiative is crucial for promoting renewable energy use within government operations, with an estimated requirement of 2.5 million megawatt-hours of renewable energy over the five-year agreement period. Interested vendors should direct inquiries to Jessica Mayeaux at jessica.g.mayeaux@dla.mil, and the solicitation will remain open until April 28, 2027.
    RFP - Corrective Repair and Preventative Maintenance Overhead Door Services
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for corrective repair and preventative maintenance services for overhead doors, revolving doors, automatic pedestrian doors, fire doors, and dock levelers at its Batavia, Illinois campus. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Firm-Fixed-Price (FFP) and Firm-Fixed Unit Price (FFUP) rates, requiring the selected contractor to provide all necessary labor, materials, tools, and equipment while adhering to strict environmental, safety, and health regulations. Proposals are due by December 17, 2025, with questions accepted until December 10, 2025; interested parties should contact Brittany Hopkins at bhopkins@fnal.gov or 630-840-3708 for further information.
    61--Radio Power Supply
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking suppliers for a potential five-year Long Term Contract (LTC) for various radio power supply items under the National Stock Numbers (NSNs) listed in the accompanying spreadsheet. This Sources Sought Notice aims to gather market research data to inform the acquisition strategy, including company information, pricing data, and delivery capabilities for items classified under the 6130 Federal Supply Class (FSC) for Power Supplies. The goods are critical for military operations, ensuring reliable power supply for various defense applications. Interested parties are encouraged to respond within 10 business days to Patrick Laugherty at patrick.laugherty@dla.mil or by phone at 614-693-1133 to facilitate the procurement process.
    DLA Energy FY26 Annual Procurement Forecast of Petroleum Acquisitions
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is announcing its annual procurement forecast for petroleum acquisitions for fiscal year 2026. The forecast outlines the anticipated procurement of approximately 80.535 million barrels of various petroleum products, including bulk and PCS, intro-plane, bunkers, and non-contract fuel. These acquisitions are crucial for supporting military operations and ensuring the availability of essential fuel supplies. Interested vendors should contact Allison Rodgers at Allison.Rodgers@dla.mil or Kurtiss Beach at kurtiss.beach@dla.mil for further details, and they are advised to refer to individual solicitations for precise quantities as the procurement process progresses.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is soliciting proposals for the procurement of power supply units, specifically categorized under the NAICS code 335931 for Current-Carrying Wiring Device Manufacturing. The contract will require compliance with various inspection and acceptance standards, including fixed-price terms, and is set aside for small businesses, emphasizing the importance of unique identification and valuation of the items supplied. This procurement is critical for national defense and energy program use, with all contractual documents considered issued upon transmission by electronic means. Interested vendors should contact Dillon Hippensteel at 445-737-9314 or via email at DILLON.HIPPENSTEEL@DLA.MIL for further details and to ensure they receive notifications regarding the solicitation process.
    Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for the privatization of the Electric Utility System at Norfolk Naval Shipyard, Virginia. This initiative involves transferring ownership and operational responsibilities of the electric distribution utility system to a contractor, who will be tasked with maintaining reliable service, ensuring environmental compliance, and managing all associated costs and capital investments over a potential 50-year contract. The privatization is governed by 10 U.S.C. §2688 and aims to enhance the efficiency and reliability of utility services provided to the Government. Interested parties must register for a virtual pre-proposal conference scheduled for September 17, 2025, and submit proposals by the specified deadlines, with contact inquiries directed to Andrew Urben at andrew.urben@dla.mil or Brandon Moses at brandon.moses@dla.mil.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the annual bulk petroleum purchase for the Atlantic, Europe, and Mediterranean (AEM) region, specifically targeting various fuel types including Naval Distillate (F-76), Aviation Turbine Fuels (JP5, JP8, and Jet A-1). This procurement aims to secure essential fuel supplies to support military operations across multiple locations within the AEM geographic area, with a contract period extending from the date of award through June 30, 2026. Interested vendors must utilize the Bulk Offer Entry Tool (OET) for submissions, ensuring compliance with federal procurement standards, and are encouraged to register with the System for Award Management (SAM) at no cost. The solicitation closing date is set for January 14, 2025, at 3 PM EST, and inquiries can be directed to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.mil.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of a power supply, identified by NSN 6130014947973. This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000, and is set aside for small businesses under the SBA guidelines. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting the importance of reliable power supply equipment for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.