Mu2e Target Air Handling and HEPA System Project
ID: ISD-354744-ROType: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

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

    The Department of Energy, through Fermilab, is soliciting proposals for the Mu2e Target Air Handling and HEPA System Project, aimed at enhancing air quality management systems to support experimental activities at Fermilab in Batavia, Illinois. The project involves the installation of a HEPA fan filtration system, exhaust fan, ductwork, and electrical services, with a focus on safety, quality control, and compliance with federal regulations. This procurement is particularly significant as it addresses the management of radioactive particulates generated during experiments, ensuring a safe working environment. Interested small businesses must submit their proposals electronically by October 22, 2024, following a pre-proposal meeting scheduled for October 8, 2024, and can direct inquiries to Ryan O'Sullivan at ryanosul@fnal.gov or by phone at 630-840-2402.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fermi Research Alliance (FRA) has issued a Request for Proposal (RFP) for the Mu2e Target Air Handling and HEPA System Project, inviting submissions from qualified offerors. This RFP is designated as a small business set-aside under the NAICS code 238220 for Plumbing, Heating, and Air Conditioning Contractors. A pre-proposal meeting will occur on October 8, 2024, allowing for clarification of the proposal requirements. Proposals must be submitted by October 22, 2024, following a Lowest Price Technically Acceptable (LPTA) evaluation framework. Offerors must present technical and business management proposals addressing safety, project management qualifications, and experience, with a total of 100 points available across various criteria. A bid guarantee of at least 20% of the bid price, along with required safety documentation, must accompany submissions. Proposals must adhere to specific guidelines regarding the Buy American Act and provide required bonds for contracts exceeding set thresholds. FRA reserves the right to amend or cancel the solicitation as deemed necessary. The RFP outlines strict compliance requirements with safety, insurance, and affirmative action standards for contractors. This procurement reflects the government’s intent to support small businesses and ensure safety and quality in public works projects.
    The document outlines the general requirements for the Mu2e Target Air Handling and HEPA System project at Fermilab, detailing the expectations for subcontractors involved in its execution. It emphasizes the need for subcontractors to adhere to established safety, quality control, and environmental standards, while also ensuring compliance with federal regulations, including the Buy American Act. Key responsibilities include providing all necessary labor, materials, and supervision to ensure a functional HEPA filtration and space pressurization system, as described in the project specifications. The document also specifies logistical details such as site access, equipment transportation, and temporary services that subcontractors must arrange themselves, while noting services provided by FRA, including electrical power and water. A structured construction schedule with defined milestones is included, signifying key completion timelines and quality assurance measures. Moreover, it stipulates documentation requirements, the submittal of Requests for Information (RFIs), and procedures for quality control throughout the project lifecycle. The overall aim is to ensure a well-coordinated, compliant, and safe execution of the construction work, safeguarding the interests of FRA and the government.
    The FRA Environment, Safety, and Health (ES&H) Requirements document outlines stringent health and safety protocols for subcontractors working at the Fermi National Accelerator Laboratory. It emphasizes the highest priority on safety, environmental protection, and compliance with federal, state, and local regulations. Key responsibilities include submitting a Construction Environmental Safety and Health Certification, conducting hazard analyses, and ensuring that all personnel, including lower-tier subcontractors, adhere to these standards. The document specifies requirements for job site orientation, personal protective equipment, and regular job site inspections. Subcontractors must implement safety programs commensurate with the project’s complexity, along with maintaining records of training and safety compliance. It also addresses environmental considerations, such as soil erosion control and waste disposal procedures, ensuring adherence to applicable environmental laws. Notably, the document mandates a drug-free workplace and rigorous training for personnel, particularly around safety and radiological hazards. Permitting processes, including excavation and hot work permits, are detailed, ensuring that work proceeds safely and efficiently. Overall, the guidelines are designed to foster a safe working environment while fulfilling regulatory commitments and standards.
    The document outlines the submittal process for project work under FRA contracts, detailing requirements for shop drawings, material samples, and operations maintenance manuals. It establishes the Subcontractor's responsibilities in submitting necessary documents, including shop drawings that must be reviewed and approved by FRA before any material procurement or installation can occur. The Subcontractor must provide six copies of operation manuals and maintain an accurate set of marked-up prints at the job site to document modifications. FRA is responsible for the final approval of all submittals and specifies that the Subcontractor must follow established forms and timelines in the review process. Additionally, it includes stipulations regarding material substitutions, requiring detailed comparisons with specified products. This document serves to standardize submission procedures and ensure compliance with safety and construction standards in federally funded projects.
    The FRA Quality Requirements document outlines the necessary quality control (QC) processes for subcontractors working on projects, particularly at Fermilab. It emphasizes the subcontractor's responsibility to manage, control, and document work to ensure compliance with the subcontract documents. Key components include the requirement for a Corporate Quality Assurance Plan and a Project Quality Control (PQC) Plan, which must detail personnel, procedures, testing protocols, and quality responsibilities for both on-site and off-site operations. The Project Quality Control Manager plays a critical role, coordinating with the Construction Management Office and maintaining quality records. The document mandates that the PQC Plan be submitted for approval within ten working days after contract award, before the notice to proceed. Acceptance is based on the plan's effectiveness and the subcontractor's performance. Additionally, guidance is provided for crafting the Corporate QA Plan, covering aspects such as roles, documentation control, and continuous improvement. Overall, the document serves to ensure that all parties involved in construction meet quality standards, enhancing project integrity and compliance with established regulations.
    The purpose of the Statement of Work (SOW) is to outline the requirements for providing a HEPA fan filtration system for the Production Solenoid Area of the Mu2e experiment at Fermilab. The project aims to manage radioactive particulates created from the interaction of the proton beam with a tungsten target. It includes the installation of a bag-in-bag-out HEPA filtration system, exhaust fan, ductwork, and electrical services, alongside a space pressurization monitoring system. All relevant construction work must follow specific design documents and specifications, and the subcontractor is responsible for quality assurance and project management. The project's timeline includes several milestones, starting with the Notice to Proceed (NTP) to initiate work, followed by deadlines for material submittals, system installations, and finalization of testing and commissioning, culminating in project completion at 84 calendar days. All personnel must comply with security protocols, including identification and safety regulations. The SOW emphasizes the importance of thorough oversight to ensure project compliance and safety, positioning this effort as a critical infrastructure upgrade to support ongoing experimental research at Fermilab. This SOW exemplifies the structured approach typical of government RFPs, ensuring that safety, quality, and regulatory guidelines are met throughout the project's lifecycle.
    The "Mu2e TARGET AIR HANDLING & HEPA SYSTEM" project (Project No. 6-10-29) at Fermi National Acceleratory Laboratory is focused on enhancing the air handling systems to support experimental activities, specifically ensuring air quality through the installation of HEPA filters and related mechanical systems. The document outlines various technical drawings, including mechanical floor plans, elevations, electrical plans, and detailed schematics for the installation and operation of the air handling and HEPA system. It specifies components such as ductwork dimensions, HVAC controls, sampling tube routes, and electrical panel details necessary for the effective operation of the systems. The project emphasizes adherence to safety standards and operational efficiency while navigating complex existing structures. Overall, the document serves as a comprehensive guide for engineers and contractors involved in the project, ensuring that all components are accurately implemented following Federal guidelines for laboratory airflow and environmental safety standards.
    The Fermi Research Alliance, LLC (FRA) has established general terms and conditions for construction subcontracts under their Prime Contract with the U.S. Department of Energy. The document outlines key provisions including definitions, the scope of work, contractor responsibilities, payment processes, and compliance with laws and regulations. Notably, the subcontractor acts as an independent entity and is responsible for the quality and progress of the work, with payment contingent on satisfactory performance. Specific clauses detail procedures for modifications, indemnifications, and warranty obligations. The subcontractor must maintain licenses and permits, adhere to safety regulations, and ensure proper insurance and bonding. In the event of disputes, the document encourages resolution through negotiation and may include arbitration. The terms emphasize adherence to federal laws, including the Davis-Bacon Act, to uphold wage standards. This comprehensive framework ensures compliance, risk management, and clarity in contractual obligations within federal, state, and local contracting environments.
    The document outlines the insurance requirements for construction subcontractors at the Fermi National Accelerator Laboratory (Fermilab). It mandates subcontractors to obtain specified insurance coverages before commencing work, with minimum limits for commercial general liability, automobile liability, excess liability, workers' compensation, contractor's pollution liability, and professional liability. Subcontractors must ensure coverage is maintained for a minimum period after project completion and that all policies include Fermi Research Alliance and other specified entities as additional insureds. The document also details exclusions and terms not allowed in commercial general liability insurance, the necessity for evidence of insurance, and the requirement for sub-subcontractors to meet similar insurance standards. Additionally, it emphasizes the subcontractor's responsibility to indemnify FRA for non-compliance with these insurance requirements. Overall, the document serves to protect the interests of Fermilab and its affiliates by establishing comprehensive insurance coverage standards that subcontractors and their sub-subcontractors must adhere to while executing construction work. This aligns with typical government practices in managing risk and liability in federally funded projects.
    The Fermilab ES&H Manual outlines a Subcontractor Injury & Illness Data Questionnaire, which is crucial for assessing safety performance within subcontracting companies. It requires detailed information on the company's past three years of workers' compensation experience, injuries, and illnesses, aligned with OSHA standards. Key data points include the interstate experience modification rate, Workers’ Compensation carrier details, and injury statistics from the OSHA 300 log. Companies must provide averages for recordable case rates and lost workday case rates, emphasizing safety accountability. Additionally, the questionnaire mandates identifying a safety responsible individual within the company, alongside their qualifications. The document emphasizes the importance of accurate safety reporting and compliance with the regulatory framework, playing a significant role in the context of federal and local Requests for Proposals (RFPs) and grants, where safety records can influence contracting decisions. Ultimately, the questionnaire is a vital tool for ensuring that safety performance is documented and assessed effectively in line with federal safety regulations.
    The document outlines the requirements and procedures for a bid bond related to a federal contracting opportunity with Fermi Research Alliance, LLC. It seeks to ensure that the principal—a bidding organization—provides a financial guarantee for the acceptance of their bid and the subsequent execution of contractual obligations. The bond stipulates the penal sum, which can be a percentage of the bid amount, and details the obligations of the principal and sureties involved. Key points include: the necessity for the principal to execute further contractual documents within specified time frames upon bid acceptance, and the surety's agreement not to be released from liability due to acceptance extensions of up to sixty days. The document also requires that corporate sureties must be approved by the Department of the Treasury and emphasizes the need for proper signatures and seals on the bond form, including the provision for individual sureties to submit additional documentation. Overall, this document serves to facilitate compliance with federal regulations when submitting proposals for government contracts while protecting both the bidder and the contracting agency by ensuring financial accountability.
    The document outlines a Request for Proposal (RFP) from Fermi Research Alliance, LLC for the Mu2e Target Air Handling and HEPA System Project at Fermilab, Illinois. The RFP, referenced as ISD-354744-RO, invites bidders to submit proposals with fixed pricing related to labor, equipment, and other costs required for the project's execution. Proposals must be received electronically by October 22, 2024, and must include a completed pricing evaluation form with a lump sum cost for the entire project and a detailed pricing breakdown for evaluation purposes. The RFP establishes a 90-day response validity period, during which the offer can be accepted, unless specified otherwise by the bidder. Enclosed with the bid is a guarantee that necessitates inclusion of the bidder's full name, business address, employer identification number, and signatures. The overall project focuses on adherence to safety and quality control measures in line with specified solicitation documents. This process reflects the federal government's structured approach to procurement, ensuring thorough evaluation of proposals in compliance with regulatory standards.
    The document is a Proposal Certifications form (PUR-466) intended for offerors submitting proposals to the Fermi Research Alliance, LLC, particularly for contracts equal to or exceeding specified financial thresholds. It emphasizes compliance with various federal regulations concerning export controls, the Buy American Act, data rights, patent rights, and anti-kickback provisions. Offerors must provide specific certifications based on the proposal value—$10,000, $150,000, and $500,000 thresholds—with details on export compliance and domestic product usage. Key sections require offerors to declare the status of items under military or space applications, confirm compliance with the Buy American provisions, and certify independent price determination. Higher-value proposals also necessitate certification regarding lobbying activities and responsibility matters. Overall, the document ensures that offerors affirm adherence to legal and regulatory requirements while proposing for federal funding or contracts, thus underscoring the importance of transparency and ethical conduct in government procurement. Failure to meet these certifications could result in disqualification from contract awards.
    The Fermi Research Alliance, LLC's Subcontractor Annual Representations & Certifications (SARC) form outlines compliance requirements for subcontractors engaged in U.S. Government contracts. The document collects critical information, including business ownership, structure, and executive compensation, alongside necessary certifications related to equal opportunity, export/import regulations, and affirmative action. Each subcontractor must verify their business status, accounting system adequacy, and treatment of employees according to U.S. laws. They are required to report any changes in status within 15 days and maintain confidentiality regarding FRA information exchanged. This process ensures prime contractors, subcontractors, and suppliers meet legal and ethical standards necessary for federal engagements, thereby aiming to enhance accountability and transparency within federal procurement practices. The SARC must be completed and submitted accurately to facilitate continued operational compliance within government contracting frameworks.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Turbo Station for MI60 Shop
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the procurement of a Pfeiffer pump, specifically the HiCube 80 Neo and related components, as part of its operations under prime contract No. DE AC02 07CH11359. This procurement is critical for maintaining high-precision equipment necessary for scientific research and operations at Fermilab, located in Batavia, Illinois. Proposals must be submitted by October 13, 2024, and should include compliance with required certifications, including the SARC and PUR-466 forms, particularly if the proposal exceeds $10,000. Interested vendors can direct inquiries to Spencer Keske at skeske@fnal.gov for further details.
    RFP#361946KMW - Heat Exchangers
    Active
    Energy, Department Of
    The Department of Energy, through Fermi Research Alliance, LLC, is soliciting proposals for the fabrication of twenty heat exchangers, specifically SSR2, SS1, and LB650 types, under Request for Proposal (RFP) 361946. The procurement aims to secure high-quality heat exchangers that meet stringent industry standards, with a focus on technical and business management proposals that demonstrate relevant experience and capabilities. These heat exchangers are critical components for the PIP-II linear accelerator complex at Fermi National Accelerator Laboratory, ensuring efficient operation and compliance with safety regulations. Interested offerors must submit their proposals by October 18, 2024, and can direct inquiries to Kody M. Whittington at kwhittin@fnal.gov or by phone at 630-840-6898.
    RFP-362658-CMR
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory, is soliciting proposals for the procurement of various technical items, including turbo drives and related components, under the Request for Proposal (RFP-362658-CMR). Interested firms are required to submit firm-fixed price proposals by 4 pm CT on October 10, 2024, with all submissions directed to Procurement Specialist Crystal Momon-Reed via email. The procurement process will utilize a best value source selection approach, emphasizing the lowest price of technically acceptable proposals, and all items will be shipped to the Fermilab Receiving Warehouse in Batavia, Illinois. For further details, including compliance requirements and general terms applicable to the contract, interested parties can contact Crystal Momon-Reed at cmomreed@fnal.gov.
    RFP#361279KMW - Neutron Detector Beam Loss Monitors
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is seeking proposals for the procurement of Neutron Detector Beam Loss Monitors (RFP361279KMW) to be utilized in the PIP-II superconducting H- linear accelerator. The project requires the design and fabrication of neutron detectors that meet specific technical requirements, including a photomultiplier/scintillator-based design and precise measurement capabilities for neutron flux. This procurement is critical for enhancing the operational efficiency of the accelerator, which plays a significant role in advancing scientific research. Interested contractors must submit their proposals by October 10, 2024, at 6:00 pm CT, and can direct inquiries to Procurement Specialist Kody M. Whittington at kwhittin@fnal.gov or by phone at 630-840-6898.
    Ion Pumps
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for the procurement of two specific ion pump assemblies (Agilent Varian 300-St-SHV-8-CFF) essential for ongoing research and operational needs. Proposals must include detailed pricing, compliance with technical specifications, and transportation costs, with a selection process favoring the lowest priced compliant submissions based on a "best value" approach. Interested suppliers are required to submit their proposals by 5 PM CDT on October 8, 2024, and must include necessary certification forms (SARC and PUR-466) to ensure compliance with federal contracting standards. For further inquiries, potential offerors can contact Rhiannon Patterson at rhiannon@fnal.gov or by phone at 605-431-2905.
    Fermilab LBNF NSCF Construction - Beamline Complex RFP
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance (FRA), is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Beamline Complex in Batavia, Illinois. The project aims to select a subcontractor to provide comprehensive construction services, including labor, materials, and site infrastructure necessary for the Beamline Complex, which supports significant neutrino physics research. This initiative is crucial for advancing scientific infrastructure and enhancing capabilities in fundamental physics research. Interested contractors must attend a mandatory Pre-Proposal Conference on July 11, 2024, and submit their proposals by December 18, 2024. For further inquiries, contact Brian Quinn at bquinn@fnal.gov or 630-840-5777.
    Fermilab LBNF NSCF Construction - Near Detector Complex RFP
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance (FRA), is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Near Detector Complex in Batavia, Illinois. The selected subcontractor will be responsible for comprehensive construction services, including the development of a service building, shafts, a detector cavern, and site improvements, all under a Firm Fixed Price contract. This project is critical for advancing neutrino physics research, necessitating adherence to high standards of safety, quality, and environmental compliance throughout the construction process. Proposals are due by December 13, 2024, with a mandatory pre-proposal conference scheduled for July 10, 2024; interested parties should direct inquiries to Brian Quinn at bquinn@fnal.gov or Craig Schmitz at schmitzc@fnal.gov.
    Fermilab - Removal and replacement of roofing systems
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the removal and replacement of roofing systems at the Site 40 Low Level Waste Handling Building in Batavia, Illinois. The project involves comprehensive work, including the complete tear-off of existing roofing down to the decking, installation of new SBS Asphalt roofing systems, and the relocation of existing roof equipment, all while adhering to strict safety and environmental standards. This procurement is critical for maintaining the integrity and functionality of Fermilab's infrastructure, ensuring compliance with federal regulations, including the Davis-Bacon Act for labor wages. Proposals are due by November 15, 2024, and interested contractors should contact Richard Konan at rkonan@fnal.gov for further details.
    C0 Service Building Renovation
    Active
    Energy, Department Of
    The Department of Energy, through Fermi Research Alliance LLC, is soliciting proposals for the renovation of the C0 Service Building located in Batavia, Illinois, with a focus on small businesses in the finish carpentry sector. The project entails significant upgrades, including the replacement of doors and windows with ENERGY STAR certified options, re-epoxying concrete flooring, and restroom renovations, all aimed at preparing the facility for a new tenant. This renovation is crucial for maintaining compliance with federal energy efficiency standards and ensuring a safe and functional environment for future occupants. Interested contractors must submit their proposals by October 30, 2024, with a pre-proposal meeting scheduled for October 10, 2024; inquiries can be directed to Danielle Amico at damico@fnal.gov.
    VARIABLE FREQUENCY DRIVE
    Active
    Energy, Department Of
    The Department of Energy, through Fermi Research Alliance, LLC (FRA), is seeking fixed-price quotations for variable frequency drives and related modules, specifically three units of the PS220 400HP drive and three Modbus RTU FSCA-01 modules, or equivalent products. This procurement is essential for supporting operations at Fermilab in Batavia, Illinois, and aligns with federal standards for equipment used in scientific research and energy projects. Interested suppliers must submit their quotations by October 7, 2024, ensuring compliance with the required Proposal Certifications (PUR-466) and the General Terms and Conditions for Commercial Products and Services. For inquiries, contact Brian Nielsen at bnielsen@fnal.gov or call 630-840-3554.