Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B
ID: 375108-CDType: Solicitation
Overview

Buyer

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

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

MAINTENANCE OF OTHER NON-BUILDING FACILITIES (Z1PZ)

Set Aside

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

    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the installation of 15KV cables as part of the Main Ring Electrical P-F3 to P-F4 15KV Cable Installation project (FESS Project 3-7-103B) in Batavia, Illinois. The selected subcontractor will be responsible for providing all necessary labor, materials, equipment, and supervision to complete the installation, which includes tasks such as cable pulling, terminations, splices, and testing, adhering to strict safety and quality control standards. This project is significant for maintaining the electrical infrastructure at Fermilab, ensuring reliable power distribution for ongoing scientific research. Proposals are due by December 11, 2025, at 4:00 PM CT, and interested parties should contact Chris Daley at cdaley@fnal.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Proposal (RFP) 375108-CD outlines the requirements for the Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, a small business set-aside project with NAICS code 237130. The Fermi Forward Discovery Group, LLC (FFDG) invites proposals for a firm fixed-price subcontract. Key dates include a Pre-Proposal Meeting/Site Visit on November 25, 2025, a deadline for written questions by December 2, 2025, and proposals due by 4:00 PM Central Time on December 11, 2025. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) method, requiring separate technical and business/management submissions. The scope of work involves furnishing labor, materials, and equipment for 15KV cable installation, with a 90-calendar-day completion target from Notice to Proceed. Specific requirements include extensive experience in medium voltage power utility installation, key personnel qualifications, bonding capacity, adherence to the Davis-Bacon Act, Buy American requirements for construction materials, and various insurance and safety documentation.
    AMENDMENT 01 to RFP 375108-CD addresses questions from prospective offerors regarding the Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B at Fermilab. The amendment clarifies details such as the dimensions and weight of Fermilab-furnished cable reels (9’ Dia, 5’-4” Width, ~12,500 lbs, ~1,700ft Tri-plexed cable). It specifies that the subcontractor is responsible for the complete installation of cable and equipment, including splices, terminations, two new 15kV dead front switchgear, and all cable testing. The project includes the installation of 19 half-inch Heliax cables and two 36-strand fiber optic cables, with Fermilab providing climate-controlled storage for cable reels. Revised drawings (E-1A, E-5, E-10) clarify communication cabling pathways, switchgear locations, and the installation of two FFDG-furnished 15kV Air Switches. Subcontractors are to leave cable coils at building entry points, with no further interior work required.
    The provided government file outlines a project for the United States Department of Energy's Fermi National Accelerator Laboratory (FNAL) involving the installation and replacement of communications and power cables. The project, designated "P-F3 TO P-F4 15KV CABLE INSTALLATION," includes diagrams for "Communications Single Line Diagram," "FEEDER 48 INSTALLATION SINGLE LINE DIAGRAM," and "FEEDER 46A INSTALLATION SINGLE LINE DIAGRAM." Key tasks for the subcontractor include installing communications cables (supplied by FFDG, which will also terminate them), providing slack coils of cable, and installing specific quantities of 15KV air switches, 750MCM cable, and in-line splices. FNAL will supply critical components like fiber optic cables, innerduct, Heliax cables, and 750MCM cables, while the subcontractor is responsible for air switch terminations. The document emphasizes the need for subcontractors to verify all distances between manholes and includes revision dates and proposal issuance dates.
    The Fermi National Accelerator Laboratory (Fermilab) is issuing Request for Proposal No. 375108-CD for the "Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B." The project, located in Batavia, Illinois, requires a firm fixed price proposal for all labor, materials, transportation, overhead, bonding, safety, quality control, supervision, and equipment to install 15KV cables and communications cables between manholes F-3 and F-4. The scope includes mobilization, manhole cleaning, dewatering ductbanks, cable pulling, 3-phase terminations and splices, and testing. An optional bid item involves installing owner-furnished 15KV air switches and associated cable work. Proposals are due by December 11, 2025, at 4:00 p.m. Local Prevailing Time, and must be submitted electronically to cdaley@fnal.gov. Offers are valid for 90 calendar days.
    Amendment 01 to Solicitation No. 375108-CD, issued December 4, 2025, revises the Request for Proposal (RFP) for the "Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B." The amendment updates the Proposal Close Date to December 11, 2025, at 4:00 PM CT. Key changes include replacing the original Exhibit R- Proposal Form and Drawings No.'s 3-7-103-B_E-1A, 3-7-103-B_E-5, and 3-7-103-B_E-10 with revised versions. Additionally, the amendment provides responses to questions from prospective offerors. All other terms and conditions of the original RFP remain unchanged. Offerors must acknowledge this amendment via email, by returning a signed copy, or within their proposal letter before the due date.
    The Statement of Work for ISD PROJECT 3-7-103B outlines the installation of 15 KV cable in DuPage and Kane Counties. This project involves qualified electrical workers installing 15,000 feet of 15KV medium voltage power cables and 5,800 feet of communication cable into an existing underground electrical duct bank system in the F3 to F4 area of the Main Ring. The subcontractor is responsible for all work required to complete the construction according to drawings and specifications. The provided quantities and descriptions are general and intended to describe the scope's complexity, not as a basis for cost proposals. Proposals must be based on the Offeror's estimates from drawings, specifications, and site examination.
    This government file, issued by the United States Department of Energy's Fermi National Accelerator Laboratory (Fermilab), outlines Project 3-7-103B for the installation of 15KV feeder cables, specifically for the P-F3 to P-F4 15KV Cable Installation. The project involves replacing existing 15KV feeders and installing associated communication cables. Fermilab will supply 15KV splice kits, 15KV power cable, 1/2" Heliax communications cable, and 36-strand fiber optic communications cable. The subcontractor is responsible for all other labor, equipment, and materials, including cable identification, installation of 15KV, 750MCM aluminum cables in concrete-encased electrical duct systems, and transporting unused materials. Subcontractors must also provide as-built drawings, a Hazard Analysis for confined spaces and energized conductors, all safety equipment, and undergo Fermilab orientation and badging. All 15KV circuit breaker and disconnect switching will be performed by Fermilab, with subcontractors adhering to lock-out and tag-out procedures. Work may occur in manholes with energized conductors, requiring IR gun surveys and blast blankets from the subcontractor. All traffic and work must follow Illinois Rules of the Road and Illinois Department of Transportation standards for temporary traffic control. Various single-line diagrams detail specific feeder installations (94/95-1, 94/95-2, 48, 46B, 21/22, 45, 24, and 46A) and manhole details, with specific instructions for cable work and feeder identification.
    This document outlines the general electrical requirements for the P-F3 to P-F4 15KV Cable Installation project at Fermilab. It details the scope of work, emphasizing that specifications govern in case of conflicts, and requires authorization for deviations. Key related work includes 15KV Cable Installation, Grounding and Bonding, and Testing Electrical Systems. The document references applicable standards from ANSI, ICEA, IEEE, NEMA, NETA, NFPA (including NFPA 70 National Electrical Code), OSHA, and UL. Submittals for equipment and materials are required, along with operation and maintenance manuals. Quality assurance, including Fermilab's final acceptance and a performance guarantee, is mandated. The subcontractor is responsible for furnishing all necessary items, coordinating with other trades, and protecting equipment. Detailed electrical installation, testing, and preparation for energization procedures are provided, with strict safety protocols for working on energized systems. Special systems, such as nameplates and calibration, are also covered.
    This specification details the requirements for 15 kV medium voltage cable installation, suitable for 13.8 kV, 60 hertz, solidly grounded systems. The cable, provided by FFGD and installed by an Electrical Contractor, must meet standards from AEIC, ANSI, ASTM, ICEA, NEMA, NFPA 70, and The Wire Association International. Key material specifications include 15 kV rated cable with aluminum alloy 1350 conductors, ethylene propylene-rubber insulation, and concentric neutral copper conductors, all encased in a low-density polyethylene jacket. Cables must be continuously unspliced and clearly identified. Stringent factory testing, including insulation shield stripping, AC voltage, partial discharge, and water penetration tests, is required for each reel, with results provided to FFGD. A minimum 40-year life expectancy is mandated, with the subcontractor responsible for warranty coverage and replacement costs for manufacturing defects. In case of failure, FFGD will send the faulted segment to an independent lab for analysis, and if a manufacturing defect is confirmed, the manufacturer must replace the entire segment, covering all associated costs.
    This government file, "P-F3 TO P-F4 15KV CABLE INSTALLATION," outlines the comprehensive requirements for installing a 15kV cable system and related components. The subcontractor is responsible for furnishing materials, installation, terminating, splicing, and testing, adhering to specifications and drawings. Key aspects include the provision and installation of 15kV switches, connection of ground conductors, and compliance with various standards such as ANSI, IEEE, NEMA, and OSHA. The document details quality assurance, material specifications for terminal lugs, termination kits, cable splice kits, raceways, and grounding materials. It also covers crucial execution procedures for cable movement, storage, placement, pulling, testing, terminations, supports, lacing, grounding, and identification. The FFGD will provide the 15kV cable and splice kits, and all work is subject to FFGD approval and inspection, with strict adherence to safety and quality control measures. Damaged or excess cable and reels must be disposed of according to FFGD instructions.
    This document, "GROUNDING AND BONDING" (Section 16450), outlines the requirements for grounding and bonding electrical systems and equipment, particularly for the P-F3 to P-F4 15KV cable installation. It specifies quality assurance standards, including compliance with OSHA, NFPA 70, UL 467, and IEEE/ANSI C2, and mandates the use of qualified testing agencies. Submittals include product data for ground rods and field test reports detailing procedures, results, and corrective actions. The document details product specifications for grounding conductors (copper, stranded, bare, tinned for underground use), connectors (UL 467 compliant, exothermic-welded), and ground rods (copper-clad steel, 3/4" x 120"). Execution guidelines cover connection methods to minimize galvanic action, installation practices for grounding conductors, and specific grounding requirements for underground distribution systems, including manholes, handholes, and pad-mounted switches. Field quality control involves inspecting connections, measuring ground resistance post-installation, and ensuring compliance with specified resistance levels (5 ohms for pad-mounted equipment, 10 ohms for manhole grounds). The document concludes with requirements for restoring disturbed surface features, including vegetation and paving.
    This government file, Section 16950, outlines the mandatory field testing and inspection requirements for electrical systems, particularly for the P-F3 to P-F4 15KV Cable Installation project. It emphasizes adherence to industry standards like ANSI, IEEE, NEMA, and NETA, and specifies that medium voltage cable testing must be performed by an independent subcontractor. The document details comprehensive execution guidelines, including the necessity of a detailed plan, qualified personnel, and strict safety protocols such as lockout/tagout procedures. All inspection and test activities, along with any identified damages or faults, must be meticulously documented on provided Quality Control Forms and submitted to the FRA Construction Coordinator. The file also includes numerous inspection checklists and test records for various electrical components, such as underground conduits, cable pulling, insulation resistance, cable terminations, and grounding systems, ensuring thorough quality control and compliance throughout the project.
    The Fermi Forward Discovery Group, LLC (FFDG) General Requirements document outlines the project-specific requirements for the P-F3 to P-F4 15KV Cable Installation at the Fermi National Accelerator Laboratory (Fermilab) in Illinois. This RFP details the subcontractor's responsibilities for providing all labor, materials, equipment, and supervision to complete the cable installation, adhering to industry standards, regulatory requirements, and FFDG's General Terms and Conditions. Key aspects include site location, description of work, materials furnished by FFDG, Buy American Act compliance, FFDG-furnished services (or lack thereof, e.g., power, water, toilets), work planning considerations (e.g., waste disposal, ongoing operations), electronic drawings, parking, site access, transportation, temporary services, Fermilab closure dates, material substitution procedures, and extensive documentation requirements, including RFI protocols and as-built drawings. The document also specifies a construction schedule with milestones and details quality control, punch list, and final acceptance procedures.
    The Fermi Forward Discovery Group (FFDG) ES&H Requirements document, updated April 2025, outlines the comprehensive Environment, Safety, and Health (ES&H) protocols for subcontractors working at Fermilab or DOE-leased sites. It details FFDG's commitment to safety, applicable federal and state regulations (including 10 CFR Parts 851 and 835), and defines key ES&H terms. The document mandates pre-award and post-award submittals, including a Construction Environmental Safety and Health Certification (CESHC) and Site-Specific ES&H Plans (SSECP). It also specifies extensive training requirements for all personnel, emphasizing hazard-specific instruction. Subcontractors must establish robust ES&H programs covering incident reporting, occupational medicine, hazard communication, and integrated safety management principals. The document also addresses safe work execution, specific hazards, work planning, permitting, and emergency procedures, ensuring strict compliance and proactive hazard mitigation.
    The Fermi Forward Discovery Group, LLC (FFDG) Submittals document outlines general methods and requirements for project work-related submittals, including shop drawings, material samples, and operation/maintenance manuals. Subcontractors must use the “Submittal for Review Transmittal” form and provide six hard copies or an electronic PDF of manuals. As-built drawings are required, with subcontractors maintaining daily red-lined prints on-site for FFDG inspection. FFDG will review submittals within 10 working days, providing responses such as “No Exception Taken,” “Revise & Resubmit – Fabrication May Proceed,” “Make Corrections & Proceed,” “Rejected,” or “For Information Only.” Material substitutions are allowed but require comprehensive comparative information and must not incur additional costs for FFDG. The document also details FFDG's role in providing conformed drawings and technical specifications to subcontractors.
    FermiForward's "Quality Requirements" document (014100) outlines essential quality control measures for subcontractors. It mandates a Corporate Quality Assurance (QA) Plan with the bid and a Project Quality Control (PQC) Plan within 10 days of award. The PQC Plan must detail personnel, procedures, and testing specific to the project, including a Project Quality Control Manager responsible for implementation, records, and inspections. Key elements include control and acceptance testing, tracking of control phases, and a list of definable features of work. The document stresses that PQC Plan acceptance is conditional on performance and FermiForward reserves the right to require modifications. Appendices provide comprehensive guidance for both Corporate QA and Project QC Plans, with a template for subcontractors lacking their own QA Plan.
    The Fermi Forward Discovery Group, LLC (FFDG) General Terms & Conditions for Construction (08/2025) outlines the contractual framework for construction subcontracts under FFDG's prime contract with the U.S. Department of Energy. This document defines key terms, sets the scope of work, and establishes the subcontractor as an independent contractor. It details payment procedures, including progress payments, retainage, and final payment conditions, emphasizing certification and proper substantiation. The terms cover essential aspects like subcontractor superintendence, licensing, permits, and a comprehensive change and modification process requiring written orders and price breakdowns. Crucially, it addresses indemnification, assumption of risk, theft, and a one-year warranty on workmanship and materials. The document also includes clauses on termination, dispute resolution (escalating from negotiations to mediation and potentially binding arbitration), compliance with laws and regulations (including federal, state, and DOE requirements), and strict controls on information release and notifications. Site access and investigation requirements are specified, along with stringent environmental, safety, and health (ES&H) protocols, including stop-work orders. Finally, it mandates insurance, performance and payment bonds based on subcontract value, Davis-Bacon Act compliance, and incorporates numerous Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses by reference, detailing their applicability based on subcontract value and specific conditions.
    This document outlines the mandatory insurance requirements for construction subcontracts at Fermi National Accelerator Laboratory (Fermilab), incorporating Fermi Forward Discovery Group, LLC (FFDG) standards. Subcontractors must maintain specific minimum coverages, including Commercial General Liability, Automobile Liability, Excess Liability, Workers’ Compensation, Contractor’s Pollution Liability, and Professional Liability (if applicable). All insurers must have an A.M. Best rating of A, VII or higher. Supplemental coverages like Aircraft Liability, Builder’s Risk, Broad Form Cargo, and Installation Floater may also be required. FFDG, the University of Chicago, Universities Research Association, Inc., and the U.S. Government must be named as additional insureds on most policies, with waivers of subrogation. The document also specifies exclusions not allowed in Commercial General Liability policies, requirements for providing evidence of insurance, notice of cancellation, and the application of these insurance requirements to sub-subcontractors. Subcontractors are responsible for indemnifying FFDG for any non-compliance.
    The Standard Form 24 (SF 24) is a bid bond form required for federal government contracts, particularly for construction, supplies, or services, where a bid guaranty is mandated. The form ensures that a principal (bidder) is bound to the United States of America and Fermi Forward Discovery Group, LLC for a specified penal sum. If the principal's bid is accepted, they must execute further contractual documents and provide required bonds within a specified timeframe (60 days for acceptance, 10 days for bond execution). Failure to do so obligates the principal to pay Fermi Forward Discovery Group, LLC for any costs exceeding the bid amount. The bond also outlines conditions for corporate and individual sureties, including requirements for being on the Department of the Treasury's approved list for corporations and submitting an Affidavit of Individual Surety (SF 28) for individuals. The form includes instructions on how to complete it, emphasizing the need for authorized signatures, proper identification of sureties, and adherence to liability limits. It also clarifies that
    Standard Form 25A (SF 25A) is a payment bond used in connection with Fermi Forward Discovery Group, LLC subcontracts, ensuring that all persons furnishing labor, material, or both for contract work are promptly paid. The form outlines the obligations of the Principal and Surety(ies) to the United States of America and Fermi Forward Discovery Group, LLC for a specified penal sum. It details conditions for voiding the obligation, which requires prompt payment to all involved parties, including subcontractors. Instructions for completing the form specify requirements for Principals, corporate sureties (including appearing on the Department of the Treasury's approved list and liability limits), and individual sureties (requiring Standard Form 28). The document emphasizes proper execution with seals and typed names and titles, and states that no deviations from the form are allowed. This form is essential for ensuring financial security and compliance in federal contracting.
    The provided document, Standard Form 25 (REV. 10/2023) and FermiForward Form FL-40 (1/7/2025), is a Performance Bond used in connection with Fermi Forward Discovery Group, LLC contracts. It establishes a binding agreement between a Principal, Surety(ies), the United States of America, and Fermi Forward Discovery Group, LLC, ensuring the Principal's fulfillment of contract obligations. The bond becomes void if the Principal performs all terms, conditions, and agreements of the contract, including extensions and modifications, and pays all government taxes related to wages under the contract. The form details the legal and financial responsibilities of the Principal and Surety(ies), including co-surety arrangements and individual surety requirements. Instructions cover proper execution, corporate seals, and the listing of corporate sureties approved by the Department of the Treasury. The document also includes a Paperwork Reduction Act Statement, indicating its OMB control number and estimated completion time.
    Standard Form 1413, titled "Statement And Acknowledgment," is a federal document with OMB Control Number 9000-0066, expiring on 5/31/2025. This form is prescribed by GSA/FAR and is used to document prime contractor and subcontractor information for federal contracts. Part I requires the prime contractor to provide details such as the prime contract number, subcontract award date, subcontractor's name and address (e.g., Fermi Forward Discovery Group, LLC, Kirk Road and Wilson Street, Batavia, IL 60510), and a description of the work. It also specifies whether the prime contract includes the "Contract Work Hours and Safety Standards Act -- Overtime Compensation" clause. Part II is an acknowledgment by the subcontractor, confirming the inclusion of various labor standards clauses in the subcontract, such as "Payrolls and Basic Records," "Withholding of Funds," and "Construction Wage Rate Requirements." The form also includes a Paperwork Reduction Act Statement, estimating a .05-hour burden for completion.
    The Fermilab Subcontractor Injury & Illness Data Questionnaire (Fermilab ES&H Manual 7010-F1-1) is a critical document for federal government RFPs, requiring subcontractors to provide comprehensive injury and illness data for the past three years. This questionnaire mandates the submission of interstate experience modification rates, workers' compensation carrier details, and OSHA 300 log information, including total recordable cases, cases with days away/restricted/job transferred, employee hours worked, and fatalities. It also requires the calculation of three-year average total recordable case rates and lost work day case rates using provided formulas. Additionally, the form requests the name, phone number, years of service, and safety training/qualifications of the individual responsible for safety within the company, emphasizing that this person should ideally complete the form. This rigorous data collection ensures that subcontractors meet Fermilab's safety and health standards, aligning with federal compliance requirements for contractors.
    The Subcontractor Annual Representations & Certifications (SARC) Form SARC (Rev.4) is a mandatory document for offerors working with Fermi Forward Discovery Group, LLC, particularly for U.S. Government contracts. This form requires detailed business information, including ownership, operational structure (e.g., corporation, LLC, non-profit), and classification as a large, small, or foreign business, with further breakdowns for small disadvantaged, woman-owned, veteran-owned, and HUB Zone businesses. It also addresses executive compensation reporting requirements based on federal revenue thresholds. The form outlines offeror responsibility requirements, including accounting system adequacy, compliance with anti-human trafficking policies, and E-Verify enrollment. Additionally, it mandates certifications regarding U.S. export/import control laws, Equal Opportunity (FAR 52.222-26 or 52.222-27), Affirmative Action (FAR 52.222-25), and Limitations on Pass-Through Charges (FAR 52.215-23). The certifications are valid for 12 months, with a requirement to promptly report any changes. The document ensures compliance with various federal statutes and regulations.
    The "Proposal Certifications Document PUR-466" outlines mandatory certifications for offerors submitting proposals to Fermi Forward Discovery Group, LLC (FFDG). These certifications vary based on the proposal's dollar value. For proposals ≥ $10,000, offerors must provide export/import control information and adhere to the "Buy American – Construction Materials" clause (FAR 52.225-9), which defines domestic construction material requirements and exceptions. Additionally, sections on "Rights to Proposal Data (Technical)" (FAR 52.227-23, FAR 52.227-14) and patent rights (DEAR 952.227-11, DEAR 952.227-13) are included. For proposals ≥ $150,000, additional certifications include "Certificate of Independent Price Determination" (FAR 52.203-2), "Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions" (FAR 52.203-11), "Certification Regarding Responsibility Matters" (FAR 52.209-5), "Employment Reports on Veterans" (FAR 52.222-37), and "Anti-Kickback Procedures" (FAR 52.203-7). Proposals ≥ $550,000 require certifications related to "Combatting Trafficking in Persons" (FAR 52.222-50) and a "Trafficking in Persons Compliance Plan" (FAR 52.222-56). The document emphasizes compliance with federal acquisition regulations and outlines processes for requesting exceptions, particularly for the Buy American Act. Offerors must complete and sign these certifications as part of their proposal submission.
    This document, Wage Determination IL20250008, outlines prevailing wage rates for Building and Residential construction projects in Illinois, specifically for Du Page, Grundy, Kane, Kendall, Lake, McHenry, and Will Counties. It includes wage rates for various crafts like asbestos workers, boilermakers, bricklayers, carpenters, electricians, elevator mechanics, power equipment operators, ironworkers, laborers, painters, plasterers, plumbers, roofers, sprinkler fitters, sheet metal workers, and truck drivers. The document also details compliance requirements for Executive Orders 14026 and 13706, which mandate minimum wage and paid sick leave for federal contractors, respectively. It provides information on the appeals process for wage determinations, including contacts for initial decisions, reconsideration, and appeals to the Administrative Review Board. The file also includes a history of modifications to this specific wage determination, with the latest revision being Modification #13 on September 26, 2025.
    This government solicitation outlines the requirements for contractors bidding on a project involving medium voltage power utilities. Bidders must submit a technical proposal addressing corporate capabilities, including a minimum of ten years of construction industry experience in underground medium voltage power utility installation, familiarity with confined space entry, and NFPA 70E compliance. The proposal also requires details on at least four similar past projects completed within the last decade, focusing on specific tasks like cable installation, removal, splicing, and termination. Key personnel, including Project Manager, Project Superintendent, and Safety Engineer, must demonstrate relevant experience and certifications. Additionally, offerors need to provide a business management and price proposal, including a firm fixed price, a bid guarantee of at least 20% of the proposal price (not exceeding $3 million), and various safety and quality documents such as the Fermilab Subcontractor Injury & Illness Data Questionnaire and OSHA 300 A Form logs. The Offeror must also show capacity to obtain performance and payment bonds for the full project cost.
    Fermi Forward Discovery Group, LLC (FFDG) has issued Request for Proposal (RFP) No. 375108-CD for the Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B, at Fermi National Accelerator Laboratory (Fermilab) in Batavia, Illinois. Proposals are due by December 11, 2025, at 4:00 p.m. Local Prevailing Time, and must be submitted electronically to cdaley@fnal.gov. The project involves the installation of Main Ring 15KV Feeders, including cables from manholes F-3 to F-4 and CUB air switches. The RFP requires a firm fixed price for all labor, materials, transportation, overhead, bonding, safety and quality control oversight, supervision, and equipment. Offerors must provide a total firm fixed price in both words and numbers, along with a pricing breakdown for evaluation purposes. The offer must remain open for ninety calendar days after the opening date, and the Subcontractor Annual Representations & Certifications (SARC) are part of the subcontract.
    This document outlines a firm fixed-price subcontract between Fermi Forward Discovery Group, LLC (FFDG) and a Subcontractor for construction work at the Fermi National Accelerator Laboratory in Batavia, Illinois. The subcontract, issued under a prime contract with the U.S. Department of Energy, details the scope of work including labor, materials, and equipment as per the Statement of Work. It specifies a performance period of a set number of calendar days from the Notice-to-Proceed, and a firm fixed-price compensation. Invoicing procedures involve monthly progress payments with a 10% retention, clearly itemized invoices submitted via email, and a final invoice due within 60 days of completion. FFDG reserves the right to withhold payments for reasons such as defective work or failure to adhere to the contract. The document also covers subcontract administration, including communication with the FFDG Procurement Representative, reporting requirements such as monthly progress reports, and a list of incorporated documents like general terms and conditions, insurance requirements, and wage rates.
    Similar Opportunities
    Purchase of Spare 3000 KVA Process Power Transformer
    Buyer not available
    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the purchase of a spare 3000 KVA Process Power Transformer and associated breaker assemblies for the Proton Improvement Plan II (PIP-II) project at the Fermi National Accelerator Laboratory in Illinois. This procurement aims to ensure a reliable power infrastructure, with the selected subcontractor responsible for all aspects of the project, including supervision, labor, materials, and transportation, while adhering to specific technical specifications and quality assurance standards. Proposals are due by 2:00 P.M. CST on December 11, 2025, with questions accepted until December 4, 2025; interested parties should contact Michele Reynolds at micheler@fnal.gov for further information.
    RFP - Corrective Repair and Preventative Maintenance Overhead Door Services
    Buyer not available
    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.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.
    LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory operated by Stanford University, is soliciting proposals for the LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation project. This procurement involves the installation of conduit and waveguide bundles as part of a significant upgrade to the Linac Coherent Light Source II, aimed at enhancing the electron beam energy. The project is critical for advancing research capabilities in particle physics and related fields, with work scheduled to occur during a long downtime period in early 2026. Proposals must be submitted by December 4, 2025, at 5:00 PM Pacific Time, and interested parties should direct inquiries to Perry Rostrata at rostrata@slac.stanford.edu.
    Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for construction services related to the Integrated Engineering and Research Center (IERC) CCD Space Humidification project. The selected subcontractor will be responsible for providing all necessary supervision, labor, materials, tools, and associated costs to install two humidification units, which are critical for maintaining precise humidity control in the lab environment. This project is particularly important for the manufacturing of sensitive experimental components, ensuring compliance with safety and quality standards throughout the construction process. Interested small businesses must submit their proposals by January 7, 2026, including a technical and business management section, following a mandatory pre-proposal meeting on December 18, 2025. For further inquiries, contact Dasia Guthrie at dguthrie@fnal.gov or call 630-840-2494.
    LBNF Liquid Argon LAr Circulation Equipment
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for the engineering, manufacturing, and delivery of Liquid Argon (LAr) Circulation Equipment for the Long-Baseline Neutrino Facility (LBNF) project in South Dakota. The procurement involves the design and construction of a vacuum jacketed pump valve box, associated piping, valves, instrumentation, and protective structures for cryogenic equipment, all essential for the efficient transfer of liquid argon within the facility. This project is critical for advancing particle physics research and ensuring the operational integrity of the LAr Circulation System, which plays a vital role in the LBNF/DUNE initiative. Proposals are due by January 5, 2026, with technical questions accepted until December 8, 2025; interested vendors should contact Jeremy Duncan at jeremyd@fnal.gov for further details.
    Bi-2212 Superconducting Magnet Wire
    Buyer not available
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for the acquisition of Bi-2212 superconducting magnet wire, with a requirement for two or three 10 kg billets. The wire must meet specific technical specifications, including a bare wire diameter of 1.0 mm, a Bi-2212 “521” powder composition, and a minimum piece length of over 50 meters, among other criteria. This procurement is crucial for advancing research and applications in superconductivity, which plays a significant role in various scientific and industrial fields. Proposals are due by December 19, 2025, and interested parties should contact Brian Zatkow at bzatkow@lbl.gov or 510-495-2547 for further details.
    Request for Information - Housing, Transportation and Parking
    Buyer not available
    The Department of Energy, through Fermilab, is seeking qualified firms to provide housing management/sourcing, transportation, and parking services for the Long-Baseline Neutrino Facility (LBNF) and Deep Underground Neutrino Experiment (DUNE) in Lead, South Dakota. The procurement aims to establish a comprehensive solution for housing approximately 10-80 personnel from early 2026 through 2031, with specific requirements for fully furnished units that include utilities, cleaning, and internet access, all located within 30 miles of the Sanford Underground Research Facility. This Request for Information (RFI) is intended for market research purposes only, and no contracts will be awarded directly as a result of this RFI; responses are due by December 5, 2025. Interested parties can contact Caroline Jones at cjones@fnal.gov or 303-916-9897, or Latasha Johnson at lbouldin@fnal.gov or 630-840-3501 for further inquiries.
    Manual Bus Transfer (MBT) Cables
    Buyer not available
    The Department of Defense, through the Department of the Navy, is soliciting proposals for the manufacture and delivery of various Manual Bus Transfer (MBT) cables for the Naval Submarine Support Facility (NSSF) in Groton, Connecticut. The procurement includes the production of six 50-foot, 400-amp three-phase cables, as well as multiple single-phase cables of varying lengths and specifications, all of which must adhere to military standards and include specific connectors. These cables are critical for ensuring reliable electrical connections in naval operations, highlighting their importance in supporting submarine maintenance and operations. Proposals are due by 5:00 PM EST on January 5, 2026, and interested contractors should submit their offers electronically to the designated contacts, Roland Parrilla and Stephanie Neale, at the provided email addresses.
    Installation of Electrical Base Feeds & Power Whips
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the installation of electrical base feeds and power whips at the Headquarters United States Military Entrance Processing Command (USMEPCOM) in North Chicago, Illinois. The project requires the contractor to install 32 new 120V electrical base feeds and 6 power whips, ensuring compliance with various electrical codes and standards while coordinating with furniture installers and providing necessary documentation upon completion. This procurement is a total small business set-aside, with an anticipated firm-fixed-price contract value of up to $19 million, and offers are due by December 8, 2025, at 11:00 AM EST. Interested parties should contact Adam Buchert at adam.p.buchert.civ@army.mil for further details and must be registered in the System for Award Management (SAM) to submit a bid.