Fermilab -Replacement of EOL water-cooled HVAC system
ID: RK-365984-ISDType: Solicitation
Overview

Buyer

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

NAICS

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

PSC

AIR CONDITIONING EQUIPMENT (4120)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fermi Forward Discovery Group, LLC, has issued a Request for Proposal (RFP) for the replacement of an end-of-life water-cooled HVAC system at PW7. This solicitation is set aside for small businesses, categorized under the NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors, with a size standard of $16.5 million. A pre-proposal meeting and site visit are scheduled for March 5, 2025, where potential contractors can seek clarifications. The RFP outlines detailed work requirements including mobilization, removal of the old unit, installation of a new 20-ton system, and other necessary tasks. Proposals should be submitted in two parts: a Technical Proposal and a Business/Management Proposal, evaluated on a Lowest Price Technically Acceptable basis. Interested offerors must also comply with federal labor standards, including the Davis-Bacon Act, submit necessary safety documentation, and adhere to reporting requirements through the LCPTracker system. Proposals are due by April 4, 2025, and offerors must be prepared to provide bid guarantees and performance bonds based on the project cost.
    The Fermi Forward Discovery Group (FFDG) General Terms and Conditions for Construction outlines the framework and obligations for subcontractors involved in projects at the Fermi National Accelerator Laboratory. The document serves as a legal guide detailing essential clauses such as definitions, scope of subcontract, payment criteria, changes and modifications, indemnification, and compliance with laws. Key provisions emphasize that subcontractors are independent entities responsible for site investigation, ensuring safety, and obtaining necessary permits. Payments are structured as progress payments with specific requirements for documentation and certification, aiming for transparency in financial transactions. Additionally, terms regarding insurance, bonds, and wage standards under the Davis-Bacon Act reflect federal regulatory expectations. FFDG reserves the right to make changes and suspend work as necessary. This comprehensive outline helps ensure legal compliance, risk management, and project accountability, distinctly aligning with the terms often found in federal requests for proposals and grants, thereby facilitating structured collaboration between FFDG and subcontractors in governmental construction projects.
    The document outlines the insurance requirements for construction subcontracts at the Fermi National Accelerator Laboratory. It specifies that subcontractors must obtain and maintain various insurance coverages, including commercial general liability, automobile liability, workers' compensation, and contractor's pollution liability, with defined minimum coverage limits. Additionally, supplemental coverages may be required, such as builders' risk and broad form cargo insurance. All policies should name Fermi Forward Discovery Group, LLC and associated entities as additional insureds, ensuring liability coverage extends to them. The document emphasizes the need for compliance and the consequences of failing to meet these insurance requirements, including indemnification provisions for FFDG. Furthermore, it mandates that subcontractors impose similar insurance standards on sub-subcontractors. The comprehensive, detailed nature of the requirements reflects prudent risk management practices essential for federally funded projects. Overall, this document is critical for establishing solid insurance protocols to safeguard against potential liabilities associated with construction activities at Fermilab.
    This document is a standard payment bond form, specifically Standard Form 25A, authorized for use by Fermi Forward Discovery Group, LLC, as part of federal contracting processes. It outlines the legal obligations of the Principal (contractor) and Surety(ies) in ensuring the payment of labor and material costs incurred under a specified contract. The bond guarantees that should the Principal fail to meet payment obligations, the Surety(ies) will cover the penal sum indicated, protecting those who supply labor or materials. The form requires legal identification of the Principal, types of organization, state of incorporation, contract date, and details of Surety(ies), including names, addresses, and liability limits. It mandates corporate seals for corporate signatories and adherence to Department of the Treasury standards for approved sureties. Additionally, specific instructions guide the completion of the form to ensure compliance and transparency in the bonding process. Overall, this payment bond facilitates the accountability of contractors in government projects, assuring that all parties involved in a contract are protected financially, thereby promoting a smoother operation of federal, state, and local RFPs and grants.
    The document outlines the requirements for a bid bond in the context of federal government contracts, specifically for submissions to Fermi Research Alliance, LLC. It starts by detailing the principal’s information, including the type of organization and state of incorporation. The bond secures the obligation of the principal and their sureties to fulfill the contractual terms should their bid be accepted. Key conditions stipulate that the obligation becomes void upon acceptance of the bid and the subsequent execution of the required contracts and bonds within specified timeframes. The form demands signatures from both the principal and sureties, asserting liability in the event of non-compliance. Instructions provided stress adherence to the form's structure and legal requirements, including the necessity for corporate seals and surety qualifications. This document serves as a crucial component for compliance within federal contracting processes, ensuring financial assurances in government projects.
    This document details the performance bond required for the Fermi Research Alliance, LLC, as part of subcontracting agreements with the federal government. It establishes the obligations of the principal (contractor) and surety(ies) to guarantee the completion of the subcontract and payment of associated taxes. The bond ensures that the principal will fulfill all terms and conditions of the subcontract and any authorized modifications. If these obligations are met, the bond becomes void. The document outlines necessary elements such as the type of organization of the principal, the penal sum of the bond, and details regarding the sureties. Additionally, it specifies the proper execution of the bond, requiring signatures, corporate seals, and evidence of authority when applicable. Lastly, it emphasizes the requirement for sureties to be listed on the Department of the Treasury's approved list, ensuring that the bonding process complies with federal regulations. This bond is a standard requirement in federal contracts, aimed at protecting the government and ensuring accountability in subcontractor performance.
    The Statement of Work (SOW) outlines the requirements for replacing the water-cooled HVAC unit at Proton West 7 (PW7) within the Fermilab facility in Batavia, Illinois. Managed by the Fermi Forward Discovery Group (FFDG), the project entails the removal of the old York E#1922 unit and the installation of a new 20-ton system. The subcontractor is responsible for all aspects of the installation process, including labor, materials, equipment, and testing. Key tasks include isolating and disconnecting existing water and electrical lines, installing a new system equipped with vibration pads, a refrigeration valve, and appropriate electrical connections. Additionally, the contractor must supply ductwork and install a thermostat provided by FFDG. Proper startup procedures must be followed to ensure operational efficiency, along with a thorough final cleanup and demobilization, encapsulating the project’s completion requirements. This document exemplifies the structured approach typical of federal RFPs, emphasizing the need for expertise and meticulous compliance with specific operational protocols in a government-managed facility.
    The Fermilab ES&H Manual outlines the requirements for subcontractors to provide comprehensive injury and illness data, critical for maintaining safety and compliance in federal projects. Contractors must submit historical injury and illness statistics using the OSHA 300 log for the past three years, including total recordable cases, case rates, and fatalities. Additionally, subcontractors are required to disclose their Workers' Compensation Insurance details. An emphasis is placed on the experience modification rates for the last three years to assess safety performance. Calculations of total recordable case rates and lost work day case rates are mandated for demonstrating safety outcomes. The manual insists that the individual filling out the questionnaire should be familiar with safety protocols and is responsible for safety training within the company. This document serves to ensure that all contractors meet regulatory safety standards, which is paramount in the context of government RFP processes, federal grants, and state and local proposals, emphasizing the government’s commitment to safety in contracted projects.
    This document serves as a Statement and Acknowledgment related to a subcontract awarded under a prime contract, adhering to federal requirements set by the OMB Control Number 9000-0066. It includes crucial details such as the prime contract number, subcontract number, contractor names, and project specifics. The primary focus is on the subcontractor, Fermi Forward Discovery Group LLC, which is responsible for replacing an HVAC unit at Fermilab in Illinois. The document outlines the scope of work, including mobilization, removal of the existing unit, and related safety protocols such as lockout/tagout procedures. Additionally, it indicates compliance with labor standards under the Contract Work Hours and Safety Standards Act, including clauses regarding payroll and construction wage rates. It emphasizes the need for adherence to various labor-related regulations impacting subcontractors. This acknowledgment ensures that all parties understand their obligations and the terms outlined in the prime contract. The comprehensive nature of this documentation reflects its role in maintaining accountability and compliance with federal contracting standards.
    The document outlines the Proposal Certifications required by the Fermi Research Alliance (FRA) for submitting proposals, particularly for government contracts. It specifies that certifications are categorized based on proposal amounts, starting at $10,000. Key elements include compliance with export/import controls, Buy American Act requirements, and certifications regarding pricing integrity and lobbying activities. Specific clauses, such as the need for independent price determination and assurance of compliance with anti-kickback procedures, are detailed. Additional certifications apply to proposals above $150,000 and $500,000, addressing matters like responsibility of the offeror and combating trafficking in persons. The document emphasizes accurate completion and submission of these certifications as essential for proposal consideration. This structured approach reflects FRA's adherence to federal procurement guidelines, ensuring transparency and accountability in awarding contracts.
    The Form SARC (Subcontractor Annual Representations & Certifications) from Fermi Research Alliance, LLC is a crucial document for compliance in federal contracting. It outlines the representations and certifications required from subcontractors, addressing necessary business information, ownership types, and classifications such as small or large businesses. Offerors must indicate their registration status in SAM.gov and provide details about their accounting systems along with executive compensation when applicable. Sections mandate compliance with U.S. export/import control laws, affirmative action, and limitations on pass-through charges. The form emphasizes the importance of notifying FRA of any status changes within a specified timeframe. Certification at the end confirms the accuracy of the information and acknowledges adherence to government contracting regulations. Overall, this document serves as a comprehensive tool for ensuring that subcontractors meet federal procurement standards and maintain accountability in their operations.
    The FermiForward General Requirements document outlines specifics for the replacement of an end-of-life water-cooled HVAC system at the Fermilab site, project ID193417. It details the responsibilities of the subcontractor, including the provision of labor, materials, equipment, and oversight to deliver a fully functional system in compliance with safety and industry standards. Key sections cover project purpose, site location, required materials, and the sequence of installation activities such as the removal of the existing unit and installation of the new 20-ton system. The document emphasizes adherence to safety regulations and outlines requirements for documentation, quality control, and the submission of Requests for Information (RFIs) for clarifications. It also delineates the project schedule, milestones, and the importance of maintaining clear communication between subcontractors and FermiForward personnel. Additional considerations include adherence to the Buy American Act, provision of temporary facilities and services, and procedures related to site access and hauling materials. This document serves as a comprehensive guide to ensure the efficient execution and management of the HVAC replacement project at Fermilab, adhering to federal and local guidelines.
    The FermiForward Environmental, Safety, and Health (ES&H) Requirements document outlines comprehensive protocols and responsibilities for subcontractors engaged in construction activities at Fermilab. Highlighting the importance of environment and safety, FermiForward mandates adherence to applicable federal, state, and local regulations, particularly emphasizing compliance with Title 10 CFR Parts 851 and 835 regarding worker safety and radiation protection. The document is organized into multiple sections, detailing pre-award and post-award requirements, including necessary submittals, worker training, hazard analyses, and specific safety programs tailored to the construction environment. Key areas cover incident reporting, occupational health measures, and the implementation of safety protocols and controls. Subcontractors are required to maintain rigorous safety training records, and cooperate closely with FermiForward representatives to ensure compliance. Emphasizing integrated safety and environment management principles, the document mandates the continuous assessment and improvement of safety measures, including personal protective equipment (PPE) usage and onsite safety inspections. This document ultimately seeks to ensure the safety of all personnel, protect the environment, and maintain compliance with stringent regulatory standards throughout the construction process at Fermilab.
    The document outlines the submittal requirements for project work under the Federal Railroad Administration (FRA). It specifies the procedures, responsibilities, and documentation necessary for subcontractors to submit their shop drawings, material samples, and operation and maintenance manuals. Subcontractors are required to submit six copies of manuals prior to project acceptance and maintain a set of as-built drawings on site. The FRA is responsible for reviewing these submissions within ten working days and may respond with various statuses, including approval or requests for revisions. Additionally, it addresses the conditions for material substitutions, emphasizing that any changes must incur no additional cost to the FRA. The attachment includes a "Submittal for Review Transmittal" template for formal submissions, ensuring all parties have a clear understanding of project compliance and accountability. This document is crucial for ensuring that project specifications and safety standards are met throughout the construction process, reinforcing the FRA's role in overseeing project integrity and quality control.
    This subcontract outlines a fixed price agreement between Fermi Forward Discovery Group LLC (FFDG) and a designated subcontractor for the replacement of two pedestrian gates with access-controlled gates at the Fermi National Accelerator Laboratory in Batavia, Illinois. The subcontract details the scope of work, including the responsibility for all labor, materials, and oversight necessary to complete construction as described in the provided technical specifications. The project must be completed within a stipulated number of calendar days after receiving a Notice-to-Proceed. Payment terms specify monthly progress payments contingent on FFDG’s approval of submitted invoices, which must include comprehensive supporting documentation. Retained amounts until project completion and specific conditions under which payment may be withheld are also detailed. The subcontract also contains sections on administration, requiring all modifications and notices to be submitted to the designated procurement representative, as well as guidelines for project reporting and key personnel retention. Incorporated documents include various forms and requirements relevant to construction and safety standards. Overall, this subcontract serves to formalize the agreement and stipulate obligations between FFDG and the subcontractor while ensuring compliance with federal standards and protocols.
    The document is a Request for Proposal (RFP) from Fermi Research Alliance, LLC, outlining the terms for a project aimed at replacing two pedestrian gates with access-controlled gates. Dated January 2, 2025, the RFP specifies that submissions must be completed by March 31, 2025, at 3:00 P.M. Central Time, and sent to Richard Konan via Oracle Cloud Service or email. Bidders must provide a firm fixed price for the project, along with their bid guarantee and other required information such as name, business address, and employer ID number. The acceptance period for offers is 90 days from the opening date unless extended by the offeror. The SARC (Subcontractor Annual Representations & Certifications) is integrated into the subcontracting agreement. This RFP is part of standard federal processes for securing competitive bids for government contracts and ensuring compliance with budgetary and regulatory frameworks.
    The FRA Quality Requirements document outlines the responsibilities of subcontractors regarding quality control in construction projects, specifically at Fermilab. It mandates that subcontractors develop and implement a Quality Control (QC) Program to ensure compliance with subcontract documents. Key elements of the program include the submission of a Corporate Quality Assurance Plan with the bid, followed by a detailed Project Quality Control (PQC) Plan within 10 working days of award. The PQC Plan must define personnel roles, procedures, testing protocols, and a method for documenting compliance across all construction operations. The Project Quality Control Manager plays a crucial role, overseeing the implementation of the PQC Plan, maintaining quality records, and actively participating in construction meetings and inspections. The document emphasizes the need for continuous revision of the PQC Plan in response to project changes and stresses that acceptance of the plan is necessary before work begins. Failure to meet the quality requirements could result in non-responsive bids. This framework is essential to fostering high-quality construction while adhering to federal contract standards and safety regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fermilab - Four village houses upgrade
    Buyer not available
    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the interior upgrade of four village houses located at the Fermi National Accelerator Laboratory in Batavia, Illinois. The project aims to enhance living conditions through various renovations, including plumbing replacements, kitchen upgrades, and safety improvements, while adhering to federal regulations such as the Davis-Bacon Act and the Buy American Act. This opportunity is particularly significant as it supports community development and infrastructure enhancement, with a focus on engaging small businesses under the NAICS code 236118 (Residential Remodelers). Proposals are due by 3:00 PM CST on February 24, 2025, and interested parties should contact Richard Konan at rkonan@fnal.gov or call 630-840-2835 for further details.
    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. The project aims to select a subcontractor to provide comprehensive construction services, including site preparation, structural work, and utility installation, essential for advancing neutrino physics research. This initiative is critical for enhancing scientific infrastructure at Fermilab, supporting groundbreaking experiments in particle physics. Proposals are due by April 9, 2025, and interested parties should direct inquiries to Brian Quinn at bquinn@fnal.gov or Craig Schmitz at schmitzc@fnal.gov, with an anticipated funding availability of up to $12 million.
    Fermilab LBNF NSCF Construction - Near Detector Complex RFP
    Buyer not available
    The Department of Energy, through the Fermi Research Alliance (FRA), is seeking a qualified subcontractor for the construction of the Near Detector Complex as part of the Long-Baseline Neutrino Facility (LBNF) project at Fermilab in Batavia, Illinois. The procurement involves comprehensive construction services, including the development of a service building, excavation of shafts, and site improvements necessary to support the Deep Underground Neutrino Experiment (DUNE). This project is critical for advancing neutrino research and requires adherence to strict safety and environmental standards, as well as compliance with federal regulations such as the Buy American Act. Proposals are due by March 19, 2025, and interested parties should direct inquiries to Brian Quinn at bquinn@fnal.gov or Craig Schmitz at schmitzc@fnal.gov.
    Fiberglass duct system for DUNE Cryostats
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for a fiberglass duct system intended for DUNE cryostats under Request for Proposal (RFP) 366454. The procurement aims to acquire fixed-price assemblies that meet specific technical specifications, including dimensions and structural integrity to prevent condensation, which is critical for advanced neutrino physics research. Proposals must be submitted by February 28, 2025, at 1 PM CT, and will be evaluated based on a Low Price Technically Acceptable method, with the performance period extending through December 31, 2025. Interested vendors should direct inquiries to Procurement Specialist Sharon L. Duchaj at sduchaj@fnal.gov or call 630-840-8693.
    Hi Cube 300 pump Station
    Buyer not available
    The Department of Energy, specifically the Fermilab - DOE Contractor, is soliciting proposals for the Hi Cube 300 pump Station, which falls under the NAICS code 334515, focusing on Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. Offerors are required to comply with various proposal certifications, including adherence to federal regulations concerning export/import controls, Buy American provisions, and ethical conduct in bid submissions, as outlined in the accompanying proposal certifications document. This procurement is critical for advancing experimental development in general science and technology, with performance expected in Illinois, United States. Interested parties should contact Sharon Duchaj at sduchaj@fnal.gov or call 630-840-8693 for further details regarding submission requirements and deadlines.
    Fermilab - Replacement of two Pedestrian Gates with Access Controlled Gates
    Buyer not available
    The Department of Energy, through Fermilab, is seeking proposals for the replacement of two pedestrian gates with access-controlled gates at the Fermi National Accelerator Laboratory in Batavia, Illinois. The project involves the removal of existing gates and the installation of custom electrically lockable gates equipped with card access systems, emphasizing safety and compliance with technical specifications. This initiative is crucial for enhancing security measures at Fermilab while ensuring minimal disruption to ongoing operations. Interested parties must submit their proposals by March 31, 2025, with inquiries directed to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835.
    N--Replace HVAC Units - Hubbell Trading Post NHS (HUT
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of four failing HVAC units at the Hubbell Trading Post National Historic Site in Arizona. The project involves the removal of existing HVAC systems and the installation of new units, with sizes ranging from 1.5 to 5 tons, ensuring compliance with specific guidelines and the use of natural gas heating. This procurement is critical for maintaining the operational integrity of the facility, and contractors must adhere to Davis-Bacon wage rates and provide performance and payment bonds for contracts exceeding $35,000. Interested contractors should submit sealed bids by March 6, 2025, with a site visit scheduled for February 26, 2025, and project completion expected within 90 days of the Notice to Proceed. For further inquiries, contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.
    Temporary Power MLCs
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of two units of 4850 Level Temp Power Mine Load Centers (MLCs) to support the Long-Baseline Neutrino Facility (LBNF) / Deep Underground Neutrino Experiment (DUNE) project. The MLCs are critical for providing and distributing temporary power during the construction of the facility, ensuring compliance with safety codes and quality control standards throughout the procurement process. Proposals are due by March 3, 2025, and must include completed forms verifying compliance with federal regulations, including the SARC and PUR-466 certifications. Interested suppliers should contact Spencer Keske at skeske@fnal.gov for further details regarding the submission process and requirements.
    MO NEOSHO NFH HVAC REPLACEMENT
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the HVAC replacement project at the Neosho National Fish Hatchery in Missouri. The project entails the demolition of existing heating and cooling systems and the installation of a new natural gas furnace and air conditioning unit, with a performance period from March 24, 2025, to June 3, 2025. This initiative is crucial for enhancing the infrastructure of the hatchery, ensuring compliance with federal and state regulations, and promoting environmental sustainability. Interested contractors must attend a mandatory site visit on February 27, 2025, and submit their proposals electronically, adhering to the specified guidelines, including compliance with the Buy American Act and Davis-Bacon Wage Rates. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    VARIABLE FREQUENCY DRIVE
    Buyer not available
    The Department of Energy, through Fermilab - DOE Contractor, is seeking fixed price quotations for variable frequency drives, specifically a 150HP and a 40HP model, as outlined in a Request for Quotation dated February 14, 2025. The procurement aims to acquire essential electrical equipment that plays a critical role in various energy applications, ensuring compliance with specified models or equivalents. Interested vendors must include all freight charges in their quotations and adhere to the detailed terms and conditions governing the purchase orders, with all communications directed to the primary contact, Brian Nielsen, at bnielsen@fnal.gov or by phone at 630-840-3554. The submission deadline for quotations and inquiries is specified in the solicitation documents.