LBNF Argon Receiving System
ID: LBNF-357714-JDType: Solicitation
Overview

Buyer

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

NAICS

Industrial Machinery Manufacturing (3332)

PSC

MISCELLANEOUS SPECIAL INDUSTRY MACHINERY (3695)
Timeline
    Description

    The Department of Energy, through Fermi Research Alliance LLC, is soliciting proposals for the engineering, manufacturing, installation, and testing of an Argon Receiving System at the Long-Baseline Neutrino Facility (LBNF) located at the Sanford Underground Research Facility (SURF) in Lead, South Dakota. This system will facilitate the delivery, storage, and vaporization of liquid argon (LAr) for the Deep Underground Neutrino Experiment (DUNE), which is critical for advancing research in neutrino properties and fundamental physics. The project includes the construction of dedicated truck stations for LAr offloading, installation of storage tanks, and necessary interconnecting piping and equipment, with a focus on safety and compliance with stringent quality standards. Proposals are due by January 10, 2025, and interested parties should direct inquiries to Jeremy R. Duncan at jeremyd@fnal.gov or by phone at 865-300-0443.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to Solicitation No. RFP LBNF-357714-JD issued by the Fermi Research Alliance, LLC for the Long-Baseline Neutrino Facility Argon Receiving project. Dated October 14, 2024, it is a response to inquiries related to the project specifications and provides important technical documentation, including available Piping and Instrumentation Diagrams (P&IDs). Offerors are required to acknowledge this addendum for their proposals due on November 12, 2024. Key inquiries addressed pertain to the availability of detailed design documents and instrumentation lists; the P&IDs provided are sufficient for reference, as the final design is to be determined by the subcontractor. The amendment clarifies that the provided 3D model uses certain ball valves solely for illustrative purposes due to the unique requirements of cryogenic applications. Overall, this amendment serves to ensure that potential offerors have the necessary technical information to prepare their proposals accurately while confirming that all other provisions in the solicitation remain unchanged.
    This document is an amendment to the solicitation for the Long-Baseline Neutrino Facility Argon Receiving project (RFP LBNF-357714-JD). Issued on October 14, 2024, it extends the proposal due date to December 3, 2024, and provides responses to various inquiries from potential offerors regarding project specifications and requirements. Key details include clarification on equipment specifications, such as Government Furnished Equipment (two 50 m³ tanks) and the responsibilities of the selected subcontractor for installation and design factors. The amendment emphasizes that the 3D model provided is for reference only and that final design aspects, including valves and tank requirements, will be the responsibility of the subcontractor. It reassures that proposed alternatives to required standards are acceptable, provided they are clearly stated in proposals. The document concludes by reiterating that all other provisions remain unchanged, underscoring the importance of the proposed modifications in ensuring accurate project execution within the specified regulations and standards.
    This document is Amendment No. 3 to Solicitation RFP LBNF-357714-JD for the Long-Baseline Neutrino Facility Argon Receiving. Issued on November 25, 2024, it extends the proposal due date to December 10, 2024, at 5:00 PM CST. The amendment modifies the project scope by removing LSZH from requirements and replacing it with CMP cable. Key responses to offeror questions clarify technical specifications, including confirmation of a valve's function as a strainer, supply responsibilities for flexibles and couplings, and preferences for tank sizes to meet minimum volume requirements. It emphasizes the necessity for maximum automation in the unloading process and specifies that the subcontractor is responsible for supplying compressors. The document concludes by outlining Fermilab's obligations regarding the government-furnished equipment and clarifies that selection of subcontractors lies with the offeror. This amendment aims to ensure all bidders have the updated information needed to submit compliant proposals, aligning with the federal government’s procurement process.
    This document is an amendment to the Request for Proposals (RFP) for the Long-Baseline Neutrino Facility Argon Receiving project (RFP LBNF-357714-JD), originally issued on September 17, 2024. The amendment, dated December 9, 2024, primarily serves to extend the proposal due date to December 18, 2024, at 5:00 PM CST. Offerors are required to acknowledge this amendment before the new deadline through specific methods, including updating their Subcontractor Annual Representations and Certifications or via email. Additionally, if any offeror wishes to modify a previously submitted proposal, they may do so by email, provided they reference the solicitation and amendment numbers clearly. The document confirms that all other provisions of the original solicitation remain unchanged. Overall, this amendment aims to facilitate participation in the procurement process and ensure that interested parties have ample time to prepare their proposals.
    This document is an amendment to Solicitation No. RFP LBNF-357714-JD for the Long-Baseline Neutrino Facility Argon Receiving project. Issued by Fermi Research Alliance, LLC on December 17, 2024, this fifth amendment extends the proposal due date to January 8, 2025, at 5:00 PM Central Standard Time. Offerors are required to acknowledge this amendment through specific methods, including updating submissions via email if necessary. All other provisions of the original solicitation remain unchanged. The contact for this procurement is Jeremy Duncan, a Procurement Specialist from Fermi Research Alliance, located in Batavia, Illinois. This extension aims to provide potential bidders additional time to prepare their proposals, ensuring broader participation and thoroughness in responses. It aligns with the typical procedural adjustments often observed in federal RFPs, reflecting responsiveness to potential contractors’ needs while maintaining transparency and compliance.
    This document serves as Amendment No. 6 to the Request for Proposals (RFP) LBNF-357714-JD for the Long-Baseline Neutrino Facility Argon Receiving project, initially issued on September 17, 2024. The amendment, dated January 6, 2025, announces an administrative change where the management of Fermilab has shifted from Fermi Research Alliance LLC to Fermi Forward Discovery Group LLC as of January 1, 2025. All references to Fermi Research Alliance in the RFP are replaced with Fermi Forward Discovery Group. Additionally, this amendment introduces updated terms and conditions through revised attachments replacing those related to the previous management. The proposal due date is set for January 10, 2025, at 5:00 PM CST, and it emphasizes that offerors must acknowledge the amendment prior to submission. The key updates include changes in liability clauses and revised insurance requirements specific to the new management entity. This amendment ensures clarity regarding the new contractor's responsibilities and outlines the procedural adjustments necessary for potential offerors moving forward with their proposals.
    The document serves as a detailed Piping and Instrumentation Diagram (P&ID) for the Receiving Facilities at the Fermilab, part of the U.S. Department of Energy's LBNF DUNE project. It outlines various components used in the facility, such as valves, pressure safety valves (PSVs), piping specifications, and air systems, identified by unique codes and designations. Key sections include sections for liquid argon (LAr) pumps, vaporizer systems, and various types of piping, reflecting the complex infrastructure necessary for handling different gases, mechanisms, and safety measures. The purpose of this document is to provide a comprehensive visual representation and guide for engineers, vendors, and project managers involved in the installation, operation, and maintenance of the facility's mechanical systems. It also emphasizes the need for collaboration with vendors regarding instrument air equipment and suggests that updates to the drawing will be provided as required. Overall, this document is critical for ensuring safety compliance and operational efficiency within the lab's environment, underscoring the project's stringent adherence to technical specifications and safety protocols.
    The document comprises a piping and instrumentation diagram from the Fermi National Accelerator Laboratory (FNAL), facilitated by the United States Department of Energy. It details various components and connections related to liquid argon (LAr) systems, outlining protocols for transferring LAr between truck stations, dewars, and other facilities. The diagram encapsulates critical technical specifications including valve types, piping sizes, and instrumentation necessary for the safe and efficient unloading and handling of LAr. Additionally, it includes references to vendor packages and internal project documentation, emphasizing ongoing updates and revisions since its creation in 2012. This illustration serves as a reference for engineers and project managers involved in the LBNF/DUNE project, highlighting FNAL's commitment to operational safety and adherence to engineering standards as part of governmental projects funding advanced research. The structured outline demonstrates a focus on precise engineering practices necessary for handling hazardous materials.
    The document is a technical drawing and inventory for a piping and instrumentation diagram associated with the LBNF/Fermilab project under the U.S. Department of Energy. It outlines various piping configurations, equipment specifications, and detailed annotations for multiple types of valves, pipes, and associated systems, specifically involving liquid argon (LAr) dewar connections. Each section includes notations for designations such as ZSC (zone shut-off control), ZSO (zone shut-off), and SV (safety valves). The drawings serve as reference materials for contractors and engineers in alignment with federal and potentially state/local grants, outlining the scope of work for mechanical and engineering purposes. The document is structured with distinct sections for different components, including construction details and operational notes, all aimed at ensuring precise implementation of project specifications. Safety measures and compliance are critical, guiding contractors in their execution and alignment with government standards and practices.
    The document outlines a detailed Piping and Instrumentation Diagram (P&ID) related to the LBNF Fermilab project, created for the United States Department of Energy. The P&ID identifies various components, including piping layouts, instrument symbols, and valves, categorized within designated codes (e.g., ZSC, ZSO, AIR, PV) that represent specific entities or functions in the system. Each listed item is associated with distinct designations and operational parameters, aiming to facilitate the construction and operational requirements of the project. General notes indicate revisions and flow through the approval process, highlighting engineering practices and compliance with operational standards. The diagram is preparatory material intended for reference during construction phases to ensure proper implementation of systems associated with the major scientific undertakings at Fermilab. Overall, the document serves as a critical technical reference guiding the safe and efficient execution of project goals while adhering to stringent engineering protocols.
    The Fermilab ES&H Manual provides a framework for subcontractors to report injury and illness data, crucial for ensuring workplace safety and compliance with safety regulations. The document includes a questionnaire that requires detailed reporting of workers' compensation insurance data, including experience modification rates for the past three years and information about the workers’ compensation carrier. Employers must also provide injury and illness statistics based on the OSHA 300 log for the previous three years, detailing recordable cases, rates, and any fatalities. The manual emphasizes the importance of proper safety oversight by requiring the designation of a safety responsible individual within the company. Additionally, it includes formulas for calculating total recordable case rates and lost workday case rates, guiding subcontractors on maintaining workplace safety standards. Overall, this document underlines Fermilab's commitment to environmental safety and health standards as part of its operational protocol, contributing to the broader requirements of federal and state government contracts.
    The Fermi Forward Discovery Group's (FFDG) General Terms & Conditions outline the agreements for subcontracting services and supplies performed at the Sanford Underground Research Facility (SURF). This document includes definitions of key terms, details on subcontract acceptance, payment terms, performance standards, and requirements for licenses and permits. It establishes the subcontractor as an independent contractor and outlines the scope of work under its Prime Contract with the Department of Energy. Key clauses address changes and modifications, indemnification, termination, compliance with laws and regulations, and environmental health and safety standards. Provisions for dispute resolution emphasize collaborative problem-solving, potentially leading to arbitration if unresolved. Furthermore, the document specifies insurance requirements and mandates special government flow-down provisions that must be adhered to. Overall, the terms aim to ensure a structured framework for subcontracting processes, emphasizing compliance with federal regulations and safety protocols while maintaining rights protecting both parties involved. This document is crucial for guiding the management of contracts related to government RFPs and grants.
    The Fermi Research Alliance, LLC (FRA) General Terms and Conditions for Subcontracts at the Sanford Underground Research Facility (SURF) outline essential contractual obligations between FRA and subcontractors performing services and supplying goods. The document emphasizes that subcontractors operate as independent contractors, must meet stringent standards for performance, and must maintain all applicable licenses. Key clauses cover payment procedures, ensuring timely invoicing and adherence to stipulated pricing, as well as detailed processes for handling changes, modifications, and potential disputes. Subcontractors are required to indemnify FRA and the Government from liabilities arising from their work. Furthermore, the document mandates compliance with safety regulations and environmental health standards, while also establishing requirements for insurance and reporting protocols. It stresses the importance of maintaining high-quality standards in all services, including necessary corrective actions in the event of defects. Overall, this framework aims to foster accountability, safety, and regulatory compliance for subcontractors engaged in federally funded projects, reflecting the rigorous standards expected in government contracts. These conditions ensure that all parties understand their rights and responsibilities to maintain project integrity and regulatory adherence.
    The document outlines administrative and procedural requirements for the Long-Baseline Neutrino Facility (LBNF) and Deep Underground Neutrino Experiment (DUNE) project, specifically focusing on Argon Receiving Facilities. It serves to create a comprehensive framework for scheduling and documentation throughout the project lifecycle, detailing essential activities like engineering, manufacturing, installation, and commissioning of cryogenic packages. Key sections include requirements for submitting engineering schedules, manufacturing updates, daily reports, and quality assurance measures. The document specifies the use of the Critical Path Method (CPM) for managing project timelines, delineating responsibilities for subcontractors in terms of submitting, updating, and coordinating schedules. It emphasizes the importance of timely communication and thorough documentation to track project progress and adapt to unforeseen challenges. Overall, this structured approach aims to foster effective project management and collaboration among stakeholders involved in this significant scientific endeavor, aligning with federal protocols and ensuring high standards of quality and accountability.
    This document outlines the insurance requirements for subcontracted work at the Sanford Underground Research Facility (SURF), as mandated by the Fermi Forward Discovery Group, LLC (FFDG) and the South Dakota Science and Technology Authority (SDSTA). It specifies minimum coverage limits the subcontractor must maintain, structured according to Risk Category 3, addressing various types of insurance including General Liability, Automobile Liability, Workers' Compensation, and Pollution Liability with distinct financial thresholds. Key aspects include: a $1 million limit for General Liability with an aggregate of $2 million; a requisite of $10 million for Contractor’s Pollution Liability; and specific supplemental coverages for projects involving hazardous materials. The document also details the responsibility of subcontractors to extend insurance coverage to sub-subcontractors, emphasizing adherence to the same or greater limits. Moreover, it mandates that insurance documents be provided to FFDG and outlines conditions for cancellation and reporting changes in coverage. The overarching goal is to ensure comprehensive risk management and liability protection throughout subcontracted operations at SURF, aligning with federal and state RFPs by safeguarding against potential liabilities associated with construction and operations within the facility.
    The document outlines the insurance requirements for subcontracted work at the Sanford Underground Research Facility (SURF), under the oversight of the Fermi Research Alliance, LLC (FRA) and the South Dakota Science and Technology Authority (SDSTA). It specifies various types of necessary insurance coverage, including general liability, automobile liability, excess liability, worker's compensation, contractor's pollution liability, and professional liability, detailing required limits for each category. Additional coverages may also be mandated, such as aircraft liability and builder's risk insurance. The document establishes obligations for subcontractors to provide proof of insurance, maintain coverage during and after project completion, and ensure that all sub-subcontractors meet specified insurance standards. It sets forth notification requirements for coverage changes, indemnification clauses, and additional insureds — including numerous institutions and agencies involved in the project. These insurance stipulations are critical for safeguarding FRA and other related entities against possible financial liabilities tied to subcontractor operations, enhancing the overall risk management framework for projects at SURF.
    The document titled "Attachment J-3 Subcontract 692857" outlines a specific subcontract agreement related to federal government RFPs (Requests for Proposals) and grants. The primary focus is on detailing the responsibilities and terms under which the subcontractor will provide services or deliverables as stipulated by the larger contract. Key components include the scope of work, project timelines, compliance requirements with federal regulations, performance metrics, and payment terms. It emphasizes adherence to quality standards and timelines to fulfill the expectations set forth in the main contract. Additionally, provisions for reporting progress, addressing potential changes in project scope, and quality assurance measures are highlighted. The document serves as a foundational reference for both the prime contractor and the subcontractor, ensuring clarity and accountability in the execution of government-funded projects. Through these mechanisms, the subcontract is designed to foster efficient collaboration, maintain compliance with federal guidelines, and support project success.
    The document outlines the operational parameters and specifications for various gaseous and liquid argon (LAr and GAr) delivery systems, primarily concerning their flow rates, pressure ratings, and temperature conditions. It details the delivery methods from argon truck stations and dewars, focusing on contamination rejection processes and gas output to different systems, including purity monitors and cryostats. Each entry specifies maximum allowable pressures, temperatures, and mass flow rates, emphasizing the critical role of vacuum insulation in maintaining system integrity. Key processes include the delivery from two argon truck stations at a nominal flow of 30 tons/hour and the management of contaminated LAr. The document also notes that values may be revised automatically based on linked data sources. Additional notes mention that flow rates may differ due to system design, including manifolds and branches. Overall, this technical file serves as a reference for personnel involved in the operation and maintenance of the argon delivery systems, ensuring compliance with maximum operational safety and efficiency. It is key for federal and state agencies managing gases and equipment related to scientific and industrial applications, reflecting adherence to standardized procedures in governmental grants and RFP processes.
    The LITS3 LG-Standard datasheet from Linde AG provides comprehensive technical details about vacuum-insulated cryogenic storage vessels suitable for various applications, including oxygen storage. It outlines general specifications such as design codes, temperature limits, pressure ratings, materials used, and safety features. The document is structured into sections detailing technical data, instrumentation, connections, insulation, and corrosion protection. Significant highlights include the cryogenic vessel's ability to handle temperatures from -196°C to +50°C and design pressures ranging from 18 to 36 bar. It specifies induction for construction materials like stainless steel for inner vessels and carbon steel for outer jackets. Safety mechanisms and compliance with European directives are emphasized. The datasheet also addresses options for customization, such as additional instrumentation and fittings, and it provides guidelines for installation and operational requirements, including optional accessories and features for safety in oxygen service. Overall, the document serves as a reference for stakeholders seeking to obtain or specify Linde AG's cryogenic storage solutions, ensuring safety, compliance, and efficiency in operation. This is particularly relevant in the context of RFPs and public grants that prioritize technological specifications and safety standards.
    The document pertains to the Request for Proposal (RFP) LBNF-357714-JD, specifically regarding the Argon Receiving System. Due to the large size of relevant files, the Statement of Work (SOW) Appendix A is provided as a compressed zip file available for download via a specified Fermilab OneDrive portal. The document highlights instructions for accessing this file and directs users to the link. If security measures prevent direct access, an alternative URL is provided for manual entry into a web browser. This approach is designed to facilitate the procurement process while ensuring secure access to additional information essential for potential applicants. The focus is on compliance with security protocols while promoting transparency in the RFP process.
    The document details the Scope of Work for the Argon Receiving Facilities associated with the Long-Baseline Neutrino Facility (LBNF) and the Deep Underground Neutrino Experiment (DUNE) in the United States. It outlines requirements for the engineering, manufacturing, installation, and operation of facilities designed to receive, store, and vaporize liquid argon (LAr) for the LBNF project at the Sanford Underground Research Facility (SURF). The subcontractor will manage everything from design to the performance of acceptance tests while ensuring compliance with applicable codes and standards. Key aspects include the construction of two truck stations for LAr delivery, storage tanks, and vaporizers critical for transferring argon underground. The receiving facilities aim to automate the testing of incoming argon purity, with strict contamination thresholds. The document emphasizes rigorous safety standards and mandates extensive testing and quality control throughout the supply chain, incorporating ongoing regulatory compliance overseeing materials and operational protocols. Overall, this document serves as a comprehensive guide for bidders, establishing stringent expectations to align with the ambitious goals of the LBNF/DUNE initiative, which aims to explore fundamental physics questions.
    The document outlines the subcontractor requirements and safety protocols for work at the Sanford Underground Research Facility (SURF) under the Fermi Research Alliance, LLC (FRA). It mandates specific training for personnel, including Environment, Safety, and Health (ES&H) orientation and Underground guide training. Personal Protective Equipment (PPE) requirements are defined, including hard hats, safety glasses, and self-rescuers for underground work. The subcontractor is required to submit a site-specific ES&H plan and appoint a dedicated ES&H representative with significant experience. The document emphasizes compliance with federal regulations, including 10 CFR 851, and outlines processes for incident reporting, emergency response, and training to ensure safety and environmental protection. It details site conditions, such as access protocols, required permits for operations, and the handling of hazardous materials. Moreover, it elaborates on various safety aspects, including confined workspaces, radiation protection, and drug-free workplace policies. This comprehensive guide serves to ensure the safety and health of subcontractor employees and the public during project execution while adhering to stringent federal safety standards and guidelines. Such documentation is essential for compliance with government RFPs and grants, facilitating safe operations in federally-controlled facilities.
    The document outlines the General Requirements for the installation of the Argon Receiving Facilities at the Sanford Underground Research Facility (SURF) in Lead, South Dakota. Its primary purpose is to establish standards for safety, quality, and operational procedures for subcontractors involved in the project. It includes detailed sections on project scope, safety requirements, and coordination obligations between FRA (Fermi Research Alliance) and subcontractors. Key points include the obligation for subcontractors to provide all necessary labor, materials, and supervision while adhering to environmental, safety, and health standards. Specific project locations, including utility access and the provisions of services such as drinking water and toilet facilities, are defined. The document also outlines the sequencing of work, including installation, commissioning, and quality control processes, ensuring alignment with the outlined project expectations, submission protocols for any material substitutions, and documentation required for project milestones. Furthermore, the document stresses the importance of communication, coordination with ongoing operations at SURF, and the management of waste and recycling protocols. Overall, it serves as a framework for ensuring successful project completion compliant with industry standards, regulatory requirements, and FRA expectations in the context of federal grants and RFPs.
    This document outlines the procedures and requirements for project submittals related to the construction of Argon Receiving Facilities, as part of the Long Baseline Neutrino Facility (LBNF). It specifies the purpose and regulations for both action and informational submittals, detailing how submittals will be categorized, scheduled, and formatted. The document emphasizes the importance of thorough coordination among various subcontractors and timely processing of submittals to ensure compliance with the subcontract documents. Key details include requirements for electronic submissions, the necessary information to be provided in each submittal, and the timeline for reviews and resubmissions by the subcontractor and FRA (Federal Railroad Administration). The guidelines focus on maintaining high quality and creative design integrity throughout the construction process while establishing procedures for the approval and distribution of submittals to ensure successful project execution and compliance with regulatory standards.
    The document outlines the Quality Requirements for the LBNF Argon Receiving Facilities project, specifying the responsibilities and expectations for subcontractors regarding quality assurance (QA) and quality control (QC). The subcontractor must develop and submit a tailored QA Plan that adheres to internationally recognized standards, detailing their QA/QC organization, in-process testing, inspections, and certifications necessary for compliance with the subcontract. Responsibilities of the QA Manager and on-site personnel are emphasized, including maintaining inspection records, coordinating submittal actions, and overseeing compliance during all project phases. Regular QA meetings are mandated for communication and progress reporting, and specific procedures are established for testing, documenting results, and addressing non-conformances. In addition, strict protocols for the management of suspect and counterfeit items (S/CIs) are required to prevent their introduction into the project. Overall, the document underscores the importance of thorough quality management to ensure project integrity and safety throughout the lifecycle of the work.
    The RFP LBNF-357714-JD mandates a site visit for proposal participants. To facilitate this, offerors must register attendees who will participate in a pre-proposal meeting and site visit, providing personal details such as names, job titles, citizenship, email, and phone numbers. The registration also includes requests for personal protective equipment (PPE) sizing, specifically belt, vest, and boot sizes, to ensure proper fitting gear is available for all involved. Furthermore, it emphasizes compliance with Real-ID requirements for all subcontractor employees and sub-tier subcontractors accessing Fermilab and South Dakota Department of Energy leased sites, directing them to additional information online. This RFP illustrates the procedural requirements and safety measures in place for those seeking to engage in federally related projects, underscoring the importance of safety and regulatory compliance in the government procurement landscape.
    The Proposal Certifications document (PUR-466) outlines the compliance requirements and certifications required from offerors submitting proposals to the Fermi Research Alliance, LLC, particularly for contracts involving federal grants, RFPs, or federal-funded projects. Key sections cover export/import controls, adherence to the Buy American Act, certification regarding independent pricing, and responsibility matters, which are progressively more stringent based on the proposal amount. For proposals greater than $10,000, offerors must disclose export compliance details and confirm whether materials meet Buy American requirements. Additional certifications are mandated for proposals exceeding $150,000 and $500,000, focusing on price determination integrity and combating trafficking in persons, respectively. The document emphasizes legal compliance, ethical business practices, and the necessity for offerors to ensure truthful certifications to avoid penalties. The structured approach facilitates the federal procurement process, ensuring accountability and adherence to government standards while supporting domestic production and ethical employment practices.
    The Request for Proposals (RFP) LBNF-357714-JD by Fermi Research Alliance LLC is aimed at acquiring an Argon Receiving System for the Long-Baseline Neutrino Facility/Deep Underground Neutrino Experiment. The document includes a detailed structure with sections outlining the subcontract's terms, specifications, and conditions. Proposals must be submitted by November 12, 2024, and inquiries should be directed to Jeremy Duncan by October 29, 2024. The RFP calls for a firm fixed-price subcontract for the engineering, manufacture, installation, and testing of an Argon Receiving system, involving liquid argon (LAr) offloading and storage. It specifies requirements for quality, safety, and environmental standards, including an emphasis on insurance and key personnel. Subcontractors are to provide comprehensive proposals demonstrating their capacity to meet technical requirements while detailing their past experience and safety track records. Evaluation factors will consider the technical merit, experience, job safety, and quality assurance programs. The proposal process encourages thoroughness to ensure selections reflect the best value and performance capabilities. This RFP illustrates the process of federal contracting for specialized scientific projects, emphasizing rigorous performance standards and contractor accountability in complex research environments.
    The document outlines technical specifications and design requirements for the construction and installation of cryogenic equipment at the Long-Baseline Neutrino Facility. It details the integration of various systems, such as pumps, vaporizers, and transformers, within a defined construction plan. The layout includes below-grade piping in trenches, drainage systems with heat trace, and specific structural considerations for equipment pads and luminaries. The referenced documents provide additional guidance regarding mechanical and electrical components, site drainage strategies, and performance requirements necessary for operational efficiency. The project adheres to architectural standards and involves collaboration between multiple contractors, ensuring compliance with industry regulations and site-specific needs. Overall, this document serves as a crucial component in the broader framework of federal RFPs and grants aimed at enhancing scientific infrastructure and capabilities.
    This document outlines the architectural and engineering specifications for the Purity Check Building at Fermilab's Long-Baseline Neutrino Facility. The focus is on constructing a facility that will support specific environmental conditions, maintain safety standards, and incorporate energy-efficient systems. Key design elements include maintaining indoor temperatures between 60°F and 80°F without humidity control, using a multi-zone heating and cooling system, and ensuring ample ventilation through operable windows. Structural details highlight the need for a standing seam metal roof, insulated metal sandwich panels for external cladding, and thermal insulation compliant with energy codes. The building’s design adheres to the 2018 International Building Code, requires comprehensive utility coordination, and is intended for a minimum lifespan of 30 years. Moreover, the design includes detailed specifications for electrical systems, mechanical components, and structural integrity considering local snow and wind loads. Overall, the document serves as a critical guide for contractors in executing plans in alignment with governmental standards for safety, sustainability, and longevity of the facility. The submission indicates the progress of the project, underscoring the collaborative efforts of architects, engineers, and contractors to meet regulatory compliance and project specifications.
    The document outlines plans for site grading and drainage related to the Ross Dry Complex, emphasizing environmental compliance and infrastructure integrity. Key elements include existing and proposed grading elevations, construction limits, and installation specifications for drainage systems. Specific notations detail the existing materials and structures, such as asphalt, concrete, rail track, and various grades, alongside precise elevation markers. The plan denotes requirements for surface slopes to facilitate drainage, protection measures against erosion at new drainage inlets, and the need for exact matching of existing grades across multiple site areas. It references architectural and engineering drawings for detailed specifications related to stormwater management, utility connections, and downspout placements. Keynotes highlight the importance of adhering to existing infrastructure—especially concerning water mains—ensuring minimal disruption to current operations. The document exhibits a comprehensive approach to managing the site's civil aspects while aligning with federal and state regulatory mandates for construction and environmental protection. This is crucial for ongoing projects funded through government grants and RFPs, underscoring the commitment to infrastructure modernization and safety protocols.
    The document outlines key details of engineering drawings and specifications related to the Long-Baseline Neutrino Facility (LBNF) project, focusing on various structural components such as culverts and trench boxes. It includes the contact information for TSP, Inc. and Arup USA Inc., highlighting their roles in the project's design and construction phases. The file showcases several updates to design submissions, specifying revisions made from 2019 to 2023, indicating a progression from initial drafts to finalized documents ready for construction. Various details on scale and profiles for culverts and construction elements are provided, presenting guidelines for implementation. The ongoing updates suggest a focus on compliance and precision essential for federally funded projects, ensuring that all aspects meet the required standards. This document serves as a comprehensive resource for contractors and engineers involved in the project, facilitating coordination and adherence to specifications.
    The document pertains to the design and construction requirements for the Long-Baseline Neutrino Facility (LBNF) in Lead, South Dakota, emphasizing essential structural and engineering guidelines. It outlines key design parameters such as loading specifications for liquid argon tanks, transformers, and various live loads, alongside environmental considerations like snow and wind loads. The document specifies materials to be used, including concrete types and steel specifications per relevant ASTM standards, and mandates adherence to the International Building Code 2018 and local regulations. Additional detailed notes stress the importance of field verification, testing services, and proper drainage to maintain structural integrity. Special inspection requirements under the IBC are listed for various construction components, such as steel and concrete works, demonstrating a commitment to safety and quality control. Overall, the document serves as a comprehensive technical guide ensuring structural compliance and safety protocols for future construction phases.
    The document outlines structural specifications for the foundation plan of the Long-Baseline Neutrino Facility (LBNF) project. Key elements include a 24-inch thick mat foundation reinforced with steel rebar, topped with 3-inch rigid insulation extending beyond the edges. It specifies a 12-inch thick concrete transformer pad and the need for coordination with electrical contractors to meet equipment pad requirements. Additionally, exterior supports for mechanical piping are highlighted, and a concrete-encased electrical ground electrode must be installed according to the National Electrical Code. The contractor is advised to verify all existing dimensions and alignments with suppliers and coordinators. The document is significant within the context of federal construction projects, ensuring adherence to structural and safety regulations. The file serves as a vital reference in the contracting process, illustrating design requirements essential for the safe and effective execution of the facility's infrastructure.
    This document details construction specifications for housekeeping pads and concrete slab reinforcement as part of the Long-Baseline Neutrino Facility project at Fermilab. It outlines the dimensions, materials, and structural requirements, including the placement of dowel bars and control joints. Key instructions include cleaning the concrete surface before casting, coordinating the pads' size and location with mechanical and electrical drawings, and using specific construction techniques and materials, such as the Hilti HIT-HY 200 system for anchorage. The document incorporates various technical drawings and revisions leading up to its issuance for construction on November 10, 2023. It is designed for contractors to follow precise engineering standards, ensuring quality and compliance throughout the construction process.
    The document outlines engineering details for the construction of equipment mat foundations and related infrastructure at Fermilab's Long-Baseline Neutrino Facility, aimed at ensuring structural integrity and compliance with engineering standards. Key specifications include the coordination of utility sleeves, proper compaction of subgrade soils, and the installation of rigid insulation and drainage layers. The mat foundations are designed to accommodate equipment anchorage and address frost protection concerns, as well as detailing the use of reinforced concrete and specific materials such as galvanized steel. Various structural components, including bollards and pipe supports, are also addressed, specifying installation heights, connections, and reinforcement needs. The overall purpose of this document is to provide precise construction guidelines necessary for maintaining safety and operational functionality during the facility's development, integrating standards for both federal and state-level compliance. The comprehensive references to construction plans and technical notes highlight critical aspects of the engineering process essential for the successful execution of the project, illustrating a commitment to meticulous planning and execution in government-funded infrastructure initiatives.
    The Form SARC (Subcontractor Annual Representations & Certifications) by Fermi Research Alliance, LLC (FRA) establishes the necessary qualifications and compliance certifications required from subcontractors for U.S. government contracts. It outlines that subcontractors must provide detailed information regarding their business structure, ownership, registration in SAM.gov, and various regulatory compliance aspects, including export controls and executive compensation. The document necessitates a thorough completion of multiple sections pertaining to business status, accounting system adequacy, responsibility criteria, and affirmative action commitments. Compliance with the Federal Acquisition Regulation (FAR) is emphasized, particularly around equal opportunity and employment eligibility verification through E-Verify. Additionally, it is crucial for subcontractors to maintain up-to-date records and promptly inform FRA of any changes in status. This form serves as an essential tool ensuring that subcontractors meet government standards while fostering transparency and accountability in federal procurement processes.
    The document is a template for a Small Business Subcontracting Plan, essential for federal contracts as per FAR 52.219-9. It outlines necessary components for contractors to develop plans that ensure subcontracting goals are met with various small business categories, such as Small Business, Veteran-Owned, and Women-Owned businesses. Key sections include establishing subcontracting goals stated in percentages and dollar amounts, methods used to identify potential subcontractors, and requirements for reporting and maintaining records. The contractor is expected to make a good faith effort to utilize small businesses and ensure compliance with related regulations. Additionally, it mandates periodic reporting to monitor adherence to the plan, including an explanation of any failures to meet subcontracting goals. This template serves as a guideline to facilitate the inclusion of small businesses in federal contracting opportunities, supporting equitable business practices within government procurement processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    20 Ton Carry Deck Mobile Crane
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of a 20 Ton Carry Deck Mobile Crane equipped with a diesel engine. This procurement is essential for supporting the Deep Underground Neutrino Experiment (DUNE) at the Sanford Underground Research Facility, where the crane will facilitate the lifting and assembly of various project components. Proposals must be submitted by March 11, 2025, with an expected delivery timeline extending until April 1, 2027, and must adhere to the Low Price Technically Acceptable source selection method. Interested vendors should direct inquiries to Sharon Duchaj at sduchaj@fnal.gov or call 630-840-8693 for further information.
    35 Ton Mobile Crawler Crane
    Buyer not available
    The Department of Energy, through Fermilab, is seeking proposals for the procurement of a 35 Ton Mobile Crawler Crane to be utilized at the Sanford Underground Research Facility in Lead, South Dakota. The procurement aims to support construction activities for the Long-Baseline Neutrino Facility and Deep Underground Neutrino Experiment, which are critical for advancing research in neutrino physics. Interested vendors must submit fixed-price quotations by March 11, 2025, at 1:00 PM CT, with the contract awarded based on a Low Price Technically Acceptable selection method. For further inquiries, potential offerors can contact Sharon Duchaj at sduchaj@fnal.gov or by phone at 630-840-8693.
    Fermilab LBNF NSCF Construction - Beamline Complex RFP
    Buyer not available
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Near Site Conventional Facilities Beamline Complex in Batavia, Illinois. This project encompasses a wide range of construction services, including site preparation, structural work, and the installation of various systems essential for advanced neutrino research. The selected contractor will be responsible for adhering to stringent safety, quality, and environmental standards throughout the construction process, with an initial funding amount of up to $12 million and additional funds anticipated in subsequent years. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Craig Schmitz at schmitzc@fnal.gov or Sharlene Horton at shorton@fnal.gov.
    FERMI 2025
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the supply and transmission of electricity to the Fermi National Accelerator Laboratory over a 36-month period from January 2026 to January 2029. The procurement aims to meet the electricity needs associated with the Proton Improvement Plan-II, which is expected to increase load requirements, while also accommodating planned shutdowns in 2028. Offerors are required to submit non-price proposals by March 25, 2025, with pricing to follow in a reverse auction format, ensuring compliance with federal regulations and promoting small business participation. Interested parties can reach out to DLA Energy at dlaenergy.eteam@dla.mil for further inquiries.
    Sideloading Forklift
    Buyer not available
    The Department of Energy, through Fermilab, is seeking proposals for the procurement of a COMBILIFT Model C17300 forklift with a capacity of 17,300 lbs and a diesel engine. This procurement is essential for supporting operations at Fermilab, emphasizing the need for reliable and efficient material handling equipment. The Request for Proposal (RFP) was issued on March 6, 2025, with a submission deadline of March 26, 2025, at 4:00 PM CT, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) criterion. Interested suppliers must provide detailed quotes, including pricing and required certifications, and can contact Cathleen Stadler at cstadler@fnal.gov or 630-840-2763 for further inquiries.
    COPPER SHEET
    Buyer not available
    The Department of Energy, through Fermilab - DOE Contractor, is soliciting proposals for the procurement of copper sheets necessary for the construction of a High Granularity Calorimeter (HGCAL) sub-detector at CERN's Compact Muon Solenoid experiment. The copper sheets must meet specific material standards, including thickness, size specifications, and tolerances for flatness, and are critical for cooling detector components to mitigate radiation damage. Proposals are due by April 4, 2025, at 1:00 PM CT, with the contract expected to commence upon purchase order receipt and continue through July 1, 2026. Interested parties should direct inquiries to Sharon Duchaj at sduchaj@fnal.gov or call 630-840-8693 for further details.
    Design and fabricate PS/BTM/PSS assemblies for 3 beamlines
    Buyer not available
    The Department of Energy, through the Berkeley National Laboratory (LBNL), is seeking information from qualified vendors for the design and fabrication of Personnel Safety Shutter (PSS), Photon Shutter (PS), and Burn Through Monitor (BTM) systems for its Advanced Light Source Upgrade (ALS-U) project. The objective is to gather technical specifications, budgetary quotations, and schedule estimates for fully integrated shutter systems that adhere to new radiation safety policies, with a budget of approximately $300,000. These systems are critical for ensuring safety and efficiency in x-ray applications, requiring precise dimensions, water-cooling capabilities, and high heat flux handling. Interested parties must submit their responses by March 22, 2025, to assist LBNL in evaluating potential vendors ahead of the expected delivery timeframe of 2026 to 2027. For further inquiries, contact Janet Schlock at JSchlock@lbl.gov or call 510-486-5314.
    Pressure transmitters, Mu2e gas tracker
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for the procurement of pressure transmitters as part of the Mu2e gas tracker project. This Request for Proposal (RFP) 366609RLP seeks firm-fixed price proposals for specific assemblies necessary for Fermilab's scientific operations, emphasizing compliance with federal regulations and guidelines. The selected vendors will play a crucial role in supporting Fermilab's research initiatives, with proposals due by March 19, 2025, and shipments to be made to Fermilab's Receiving Warehouse in Batavia, Illinois. Interested parties should contact Rhiannon Patterson at rhiannon@fnal.gov or call 605-431-2905 for further details.
    Fermilab -Replacement of EOL water-cooled HVAC system
    Buyer not available
    The Department of Energy, through Fermilab, is seeking qualified contractors for the replacement of an end-of-life water-cooled HVAC system at the Proton West 7 facility in Batavia, Illinois. The project involves the removal of the existing unit and installation of a new 20-ton system, requiring comprehensive compliance with federal safety and quality standards, including the submission of detailed proposals and adherence to the Davis-Bacon Act. This procurement is critical for maintaining operational efficiency and safety at Fermilab, ensuring that the facility meets its environmental and operational requirements. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835.
    Inductively Coupled Plasma Optical Emission Spectroscopy
    Buyer not available
    The Department of Energy, through Argonne National Laboratory, is seeking qualified contractors to provide an Inductively Coupled Plasma Optical Emission Spectroscopy (ICP-OES) system for its Metallic Project in Lemont, Illinois. The procurement includes the engineering, manufacturing, and assembly of the ICP-OES system, which must meet specific technical requirements such as a dual torch design and advanced CID Optical Detector technology for precise elemental analysis. This sophisticated analytical equipment is crucial for advancing scientific research and ensuring accurate data collection in various applications. Interested vendors must submit their quotations by March 13, 2025, and direct inquiries to Molly Murtaugh at mmurtaugh@anl.gov or by phone at 630-252-3094.