ContractSolicitation

Architect/Engineer Design Services for Site 39, Building 326, and Building 327 HVAC Replacement

DEPARTMENT OF ENERGY ISD_361238_DA
Response Deadline
Jun 17, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking qualified architectural and engineering firms to provide design services for the replacement of HVAC systems at Site 39, Building 326, and Building 327 in Batavia, Illinois. The selected firms will be responsible for the design and commissioning of three separate HVAC systems, which must be completed simultaneously, addressing current deficiencies such as inadequate humidity control and temperature fluctuations. This procurement is critical for maintaining operational integrity and comfort within the laboratory environment, ensuring compliance with federal design standards. Proposals are due by June 17, 2025, at 3:00 PM CT, and interested parties should contact Danielle Amico at damico@fnal.gov or by phone at 630-840-3207 for further information.

Classification Codes

NAICS Code
541330
Engineering Services
PSC Code
C223
ARCHITECT AND ENGINEERING- GENERAL: MECHANICAL SYSTEMS

Solicitation Documents

22 Files
Exhibit D Bldg_326_6-3-52-AE_SOW.pdf
PDF251 KB6/4/2025
AI Summary
This Statement of Work (SOW) outlines the requirements for replacing the HVAC system in Building 326, constructed in 2000. The existing oversized rooftop unit (RTU) has led to inadequate humidity control and occupant complaints due to fluctuating temperatures. The project will be executed in two phases: Construction Documents and Construction Administration. In the Construction Documents phase, the team will conduct HVAC load calculations, analyze the electrical infrastructure, and prepare technical specifications and drawings. Deliverables include design documents at 60%, 90%, and 100% completion levels, culminating in packages ready for subcontractor bidding. The Construction Administration phase involves review of requests for information, submittals, commissioning services, and performance tests of the installed equipment. A kickoff meeting will commence work following the execution of the agreement, with timelines set for document submissions to ensure thorough review by Fermilab staff. The file emphasizes compliance with federal design standards and aims to provide a reliable HVAC solution for Building 326, addressing current system deficiencies while ensuring a systematic transition to a new installation.
Exhibit L Map-Site 39-Bldg326-327.pdf
PDF2302 KB6/4/2025
AI Summary
The document appears to be a map detailing various public access areas around Swan Lake and surrounding ponds, with an emphasis on recreational spaces such as bicycle paths, trails, and parking lots. It showcases the layout of buildings, streams, and public access roads within the specified area, providing essential information for potential users or stakeholders interested in recreational activities or environmental management. The map is intended to facilitate navigation and access to these open spaces, supporting community engagement and outdoor activities. The publication date of April 3, 2017, suggests that the map may be part of a broader initiative to enhance public awareness and accessibility to local natural resources, potentially aligning with government objectives for environmental conservation and public welfare.
Exhibit H Bldg_327_PDR_HVAC_EOL_Replacement.pdf
PDF480 KB6/4/2025
AI Summary
The Project Definition Report (PDR) outlines the proposed HVAC replacement for Building 327, emphasizing the need to address the inefficiencies of the current system. Three options are presented: 1. **Single Zone Variable Air Volume (SZ-VAV) RTU with Hot Gas Reheat (HGRH)** – A more cost-effective solution that improves operational resilience but offers less precise temperature control. 2. **Multi-Zone Variable Air Volume (MZ-VAV) RTU with Hot Gas Reheat (HGRH)** – This option, while more expensive, provides tighter temperature control across different spaces, making it suitable for varied occupancy levels in conference areas. 3. **Two Single-Zone Variable Air Volume (SZ-VAV) RTUs with Hot Gas Reheat (HGRH)** – Offers optimal redundancy, allowing independent operation if one unit fails, at a significantly higher cost. Cost estimates are detailed in an attachment, with the MZ-VAV system recommended due to its resilience and efficacy, despite its higher upfront costs. The report also mentions considerations for transitioning from gas to electric heating in alignment with sustainability directives. Overall, the PDR emphasizes improving occupant comfort and system efficiency while adhering to applicable codes and standards.
Exhibit M Summary of Required Solicitation Documents.pdf
PDF128 KB6/4/2025
AI Summary
This document outlines the solicitation requirements for potential offerors responding to a federal request for proposals (RFP). Offerors must demonstrate capability in managing specified activities through several key documents: a statement of interest, a narrative detailing company project approaches, qualifications of key personnel, and required certifications. The statement of interest must identify the primary contact and local office presence, which is weighted favorably. A narrative up to three pages should discuss a relevant project experience, the methodology for developing cost estimates, and the firm's quality control processes. Key personnel qualifications are crucial, requiring a designated Project Manager with at least ten years of experience and a Project Engineer with five years of relevant background. Resumes and detailed narratives for each role are necessary, providing insights into their expertise and past project contributions. Additionally, certifications including the Subcontractor Annual Representations & Certifications (SARC) and Proposal Certifications (Form PUR-466) must be completed and submitted. Overall, the document calls for a robust demonstration of capabilities and compliance from prospective offerors aiming to engage in federal projects within the relevant jurisdiction, emphasizing local engagement and expertise in the Northeastern Illinois area.
QBS_AE_Services_Site_39_Bldg326-327_HVAC_Replacement_2025_0507.pdf
PDF236 KB6/4/2025
AI Summary
The document outlines a Qualifications Based Selection (QBS) solicitation by Fermi Forward Discovery Group, LLC, on behalf of the U.S. Department of Energy (DOE). The RFP seeks architectural and engineering services for the design and replacement of HVAC systems at Site 39, Building 326, and Building 327 of the Fermilab facility in Batavia, Illinois. Interested offerors must submit qualifications by June 17, 2025, with a strong emphasis on local presence and relevant project experience. The submission requires a Statement of Interest, detailed narratives specifying project approaches, and qualifications of key personnel, including a Project Manager and Project Engineer. Emphasis is placed on quality assurance/quality control (QA/QC), risk management, and compliance with safety and environmental standards. Offerors must also adhere to specific insurance requirements and can participate in a pre-qualification meeting for clarification. The evaluation process prioritizes responsiveness and prior experience with Fermilab or similar projects. This solicitation illustrates the DOE's commitment to maintaining and improving infrastructure at its research facilities while ensuring compliance and safety throughout the project lifecycle.
Exhibit I Proposal Certifications Form PUR-466_FFDG.pdf
PDF590 KB6/4/2025
AI Summary
The Proposal Certifications document (PUR-466) outlines critical certifications and compliance requirements for offerors submitting proposals valued at various thresholds. The introductory section emphasizes adherence to the standard terms and conditions of Fermi Forward Discovery Group, LLC, and the necessity of completing relevant certifications based on the proposal’s dollar value. Key certifications include export compliance, Buy American compliance for construction materials, rights in proposal data, patent rights, and anti-kickback provisions, with specific documentation required for proposals over $10,000, $150,000, and $500,000. Offerors must confirm independent pricing determination and lack of debarment, disclose lobbying activities, and certify against trafficking in persons. The document clarifies obligations under federal regulations intended to ensure fairness, transparency, and legal compliance in government contracting. It systematically categorizes required certifications based on the contract value, reinforcing the government's commitment to ethical standards and procurement integrity. Ultimately, this document serves as a foundational component for offerors navigating the complexities of federal and local government solicitations.
Exhibit A FFDG General Terms and Conditions for Labor Hour Subcontracts (Non-R-D) (01.2025).pdf
PDF343 KB6/4/2025
AI Summary
The Fermi Forward Discovery Group, LLC outlines the General Terms and Conditions for Time and Materials or Labor-Hour Subcontracts related to non-research and development work. The document details provisions regarding the subcontract's scope, payment structure, and performance standards. Responsibilities of the subcontractor, including maintaining licenses, handling changes, and ensuring compliance with health and safety standards, are emphasized. Payment terms include hourly rates for labor, reimbursements for materials, and specific conditions for travel costs. Indemnification and liability aspects protect FFDG and the U.S. Government from claims related to subcontractor's actions. The subcontract can be terminated for default or at FFDG's convenience, while disputes resolution is encouraged through negotiation and, if necessary, binding arbitration. Compliance with laws, insurance requirements, and special government provisions is mandated, ensuring all services meet federal regulations and safeguards. This document serves as a comprehensive framework for managing contractual obligations while supporting the operations of the Fermi National Accelerator Laboratory.
Exhibit B AE Insurance Requirements 2025.pdf
PDF209 KB6/4/2025
AI Summary
The document outlines the insurance requirements for architect and engineer subcontracts at the Fermi National Accelerator Laboratory (Fermilab), provided by Fermi Forward Discovery Group, LLC (FFDG). Before beginning work, subcontractors must secure specific insurance coverages, including general and automobile liability, excess/umbrella liability, professional liability, and workers’ compensation, with mandated minimum coverage amounts. Additionally, subcontractors must ensure that FFDG, the University of Chicago, and other specified entities are recognized as additional insured parties. Policies must not contain certain exclusions, and subcontractors are required to furnish proof of insurance compliance within ten days of the contract signing. Furthermore, these insurance obligations extend to any sub-subcontractors engaged by the primary subcontractor. The subcontractor is also responsible for indemnifying FFDG against any losses resulting from non-compliance with these insurance requirements. The document serves as a comprehensive guide addressing insurance obligations vital to risk management in government-funded projects, ensuring adequate protection for all parties involved.
Exhibit G Bldg_326_PDR_HVAC_EOL_Replacement.pdf
PDF480 KB6/4/2025
AI Summary
The Project Definition Report (PDR) details options for replacing the outdated HVAC unit at Building 326. ISD Engineering presents three solutions: (1) a Single Zone Variable Air Volume (SZ-VAV) RTU with Hot Gas Reheat (HGRH), (2) a Multi-Zone Variable Air Volume (MZ-VAV) RTU with HGRH, and (3) two independent SZ-VAV RTUs with HGRH. Each option has distinct advantages and disadvantages concerning cost, control, and system resilience. The SZ-VAV RTU provides a cost-effective solution with adequate reliability for existing occupancy but lacks precise control for the workshop area. The MZ-VAV RTU offers enhanced control across multiple spaces at a higher cost, while the independent SZ-VAV systems ensure optimal redundancy but almost double the expenses. A final recommendation favors the SZ-VAV option, asserting that its cost aligns with current building usage dynamics. Additionally, considerations for potential heating source electrification are noted, pending further investigation in the design phase. Overall, the report underscores a commitment to improving HVAC efficiency and occupant comfort while adhering to regulatory requirements and sustainability goals.
Exhibit J SARC_Subcontractor Annual RepsCerts Rev 4_FFDG.pdf
PDF362 KB6/4/2025
AI Summary
The document titled "Subcontractor Annual Representations & Certifications (SARC)" from Fermi Forward Discovery Group, LLC, serves to gather essential compliance information from subcontractors intending to engage in U.S. government contracts. It requires detailed disclosures regarding ownership structure, business type, employee count, registration status, and NAICS data. The form outlines the responsibilities of the offeror, including certifications related to business size, executive compensation disclosures, and adherence to federal regulations concerning employment verification and export controls. Furthermore, subcontractors must provide a description of their accounting systems' compliance, commitment to affirmative action, and certification related to trafficking in persons. The document emphasizes the importance of timely updates by subcontractors regarding any changes in status and ensures confidential handling of proprietary information shared with FermiForward. The goal of this form is to verify the qualifications and regulatory compliance of subcontractors involved in federal contracts, crucial for maintaining standards in federal procurement processes. By gathering these representations, FermiForward aims to ensure accountability and integrity during subcontracting operations.
Exhibit K Business Visitor Registration Instructions and Directions.pdf
PDF1757 KB6/4/2025
AI Summary
The document provides instructions for business visitors attending a Pre-Qualification Meeting and Site Visit on May 21, 2025, for a Federal RFP process. Attendees must register by completing an Access Request form by May 14, 2025, with preference given to U.S. citizens due to access approval protocols. Directions to the Aspen East Welcome and Access Center and subsequent sites are detailed for both West and East Gate entries. Visitors must present a valid REAL ID and possess a badge issued at the Welcome and Access Center. Non-U.S. citizens need additional clearance through the Foreign National Access Program, and they will receive onboarding instructions via email. The document outlines required personal information and affirmations necessary for access approval. The overall purpose is to ensure security compliance for federal grant processes, specifically related to the qualifications and selections involved in federal contracting opportunities. It emphasizes regulatory adherence and maintains safety protocols throughout the visit.
Exhibit F Site_39_Memo_Project Defn Report-PDR-10-4-96_EOL_HVAC1.pdf
PDF1775 KB6/4/2025
AI Summary
The memorandum outlines a project to replace an end-of-life (EOL) HVAC system at Site 39, prompted by occupant complaints of inadequate humidity control. Three potential solutions are proposed, each escalating in complexity and cost. Solution 1 is the replacement of the existing unit with basic control enhancements at a cost of approximately $178,992; Solution 2 adds variable air volume (VAV) boxes for better temperature control in the chemistry lab, costing around $201,312; Solution 3 offers maximum temperature control with full VAV integration, totaling approximately $271,152. Each solution ensures proper sizing for humidity management and fume hood air supply, but involves trade-offs between cost and controllability. The detailed cost estimates, as well as the project's evaluation of existing conditions, regulatory requirements, and potential environmental impacts, are included in the attachments. This project demonstrates a commitment to maintaining safe and efficient working conditions in a specialized laboratory environment while addressing impending infrastructural needs.
Amendment 01 to QBS 361238.pdf
PDF122 KB6/4/2025
AI Summary
This document is an amendment to Solicitation No. ISD_361238_DA, concerning qualifications-based selection for architectural and engineering design services related to HVAC replacement at Fermilab’s Site 39, specifically for Buildings 326 and 327. Issued on May 21, 2025, the amendment provides details regarding the attendance at the pre-qualification meeting held on the same date and outlines the due date for proposals, which is set for June 17, 2025, at 3:00 PM CT. Offerors are required to acknowledge receipt of this amendment by returning a signed copy. All other terms of the solicitation remain unchanged. This amendment highlights the procedural aspects of government RFPs, emphasizing due diligence and compliance requirements in project bidding processes.
Pre-Proposal Sign In Sheet_Site 39 AE HVAC.pdf
PDF947 KB6/4/2025
AI Summary
No AI summary available for this file.
Exhibit C Site_39_HVAC_Replacement_Design_SOW.pdf
PDF155 KB6/4/2025
AI Summary
The Statement of Work (SOW) outlines the Architectural and Engineering (A/E) Services required for the HVAC replacement at Site 39, addressing issues related to humidity control caused by an oversized system in use. The project is structured into two phases: Construction Documents and Construction Administration. In the Construction Documents phase, the A/E will investigate existing conditions and design new HVAC systems that maintain required temperature and humidity levels, preparing detailed specifications and drawings for contractors. Deliverables include 60%, 90%, and 100% construction documents, with each level presenting progressively refined design information. The Construction Administration phase involves reviewing Requests for Information (RFIs) and submittals, along with commissioning services that include performance testing and a final commissioning report. The work is set to begin upon contract execution, with a kickoff meeting scheduled within three weeks. The timeline allows for review periods between deliverable submissions, ensuring timely and efficient project execution. This SOW reflects the necessity for effective HVAC solutions to enhance the operational integrity of the facility while aligning with set policies and standards.
QandA_for RFP_AE_Site39_Bldg326-327_HVAC_R1.pdf
PDF145 KB6/4/2025
AI Summary
The document outlines responses to questions from prospective offerors regarding the A/E Design Services project for HVAC replacement at Site 39, Buildings 326 and 327. Key clarifications include that the project does not require sustainable building certification, and it is designated as a "Total Small Business Set-Aside." Offerors are advised to submit a single response for all three projects, explicitly stating their intentions. The engineering guides are provided via public links, and the Engineering Department will share previous design drawings, but the selected firm must verify existing conditions on-site. The preferred heating system involves heat pumps with gas backup, and no cost estimating is required. Proximity to the project site is considered in the evaluation process but holds less weight than other criteria. The responses clarify operational requirements, including a specific control logic for outside units and occupant density criteria based on ASHRAE classifications. This document serves as critical guidance for bidders to ensure accurate project understanding and compliance with the solicitation requirements.
Amendment 02 to QBS 361238.pdf
PDF122 KB6/4/2025
AI Summary
This document serves as Amendment No. 02 to the Qualifications Based Selection (QBS) for A/E Design Services related to the HVAC Replacement for Site 39, Building 326, and Building 327. Issued on June 3, 2025, it outlines important updated information regarding the solicitation originally published on May 7, 2025. The qualifications submission deadline is set for June 17, 2025, at 3:00 PM CT. The amendment includes responses to questions raised by prospective offerors, which are attached in the Q&A pages. Offerors must acknowledge receipt of this amendment by signing and returning it, and they are allowed to modify proposals already submitted through email before the due date. All other terms of the original solicitation remain unchanged. The document is signed by Danielle Amico, Procurement Specialist IV, from Fermi Forward Discovery Group, LLC in Batavia, Illinois.
Exhibit E Bldg_327_6-1-235-AE_SOW.pdf
PDF251 KB6/4/2025
AI Summary
The Statement of Work (SOW) details the HVAC replacement project for Building 327, initiated by the Infrastructure Services Division. Originally constructed in 2000, the building's HVAC system has proven inadequate due to an oversized unit causing temperature fluctuations and humidity issues. The project is divided into two phases: Construction Documents and Construction Administration. In the Construction Documents phase, tasks include conducting HVAC load calculations, evaluating existing electrical infrastructure for heat pump installation, and creating technical specifications and drawings. Deliverables consist of a series of design documents progressing from 60% to 100% completion, including detailed drawings, equipment schedules, and technical specifications. The Construction Administration phase involves reviewing RFIs, submittals, and providing commissioning services, which include developing and conducting functional performance tests to ensure system efficacy. The project schedule stipulates the initiation of work post-agreement, with deliverables issued progressively over specified timeframes. This undertaking aims to address ongoing issues with the building's HVAC system and is a critical step toward ensuring a comfortable environment for occupants while adhering to federal facility standards.
ISD 2024 Design Guides REVISED 1.10.25.pdf
PDF11206 KB6/4/2025
AI Summary
The ISD Engineering Design Guide serves as a comprehensive resource for design professionals involved in the construction and modification of Fermilab facilities, adhering to stringent safety and operational guidelines. Initially released in November 2012 and revised in July 2024, this guide addresses various aspects, including civil, architectural, structural, mechanical, plumbing, electrical, and fire protection systems. It emphasizes the importance of following the Fermilab Environmental, Safety, and Health Manual and encourages professional judgment for evaluations and design choices. Key components include criteria for site work, utilities, and landscaping, with a focus on sustainability and compliance with relevant codes and standards such as ASTM and OSHA regulations. The guide also outlines the use of native plant species in landscaping to promote ecological balance. Specific instructions regarding utility installations, such as water and gas systems, emphasize engineering calculations, material specifications, and rigorous testing to ensure safety and efficiency. Overall, the document aims to provide a framework that not only addresses past issues encountered in facility design and operation but also enables flexibility for future enhancements while maintaining operational integrity and cost-effectiveness.
AE Handbook - REVISED 1.9.25.pdf
PDF5154 KB6/4/2025
AI Summary
The A/E Consultant Handbook for Fermilab, issued by the Facilities Engineering Services Section (FESS) in April 2008, outlines the protocols for utilizing Architectural/Engineering (A/E) consultants within the lab's projects. Its primary purpose is to establish guidelines for safe, efficient, and environmentally sustainable practices in design and construction. Key sections include an introduction to safety and sustainability policies, project management principles based on the DOE's standards, and roles of personnel involved in project execution. The document details specific procedures for consultation, including progress reporting, safety plans, document reviews, and invoice processing. It emphasizes compliance with safety standards and the integration of sustainable practices into project designs. The handbook also outlines the project's phased approach—planning, execution, and construction—with corresponding responsibilities for A/E consultants and Fermilab personnel. Each project must adhere to predetermined templates and checklists, such as the High Performance Building Checklist, ensuring a uniform and quality-driven approach. The handbook serves as a vital resource for aligning A/E consultant activities with Fermilab's mission while promoting accountability and collaboration among all stakeholders involved in the projects.
QandA_for RFP_AE_Site39_Bldg326-327_HVAC_R2.pdf
PDF152 KB6/4/2025
AI Summary
Amendment 032 to RFP QBS ISD_361238_DA pertains to A/E design services for the HVAC replacement of Site 39, Building 326, and Building 327. The document addresses responses to prospective contractors' inquiries regarding project requirements and submission guidelines. Key points include: no sustainable certification is required for the buildings; small business participation is encouraged, but the project is not classified as a total small business set-aside; only one submission is needed for all three projects, provided the intention to pursue all is stated clearly; and cost estimating is not part of the scope. Furthermore, it confirms the absence of redundancy requirements and clarifies technical aspects regarding electrical systems and occupancy guidelines. Geographic location of the firm has limited priority in evaluation criteria. This amendment serves to provide clarity on expectations for contractors, ensuring a streamlined process for submitting proposals in coordination with the federal procurement standards.
Amendment 03 to QBS 361238.pdf
PDF123 KB6/4/2025
AI Summary
This document is an amendment to Solicitation No. ISD_361238_DA, issued on June 4, 2025, which pertains to the qualifications-based selection (QBS) for A/E Design Services related to HVAC replacement at Site 39, Building 326, and Building 327, with a qualifications submission deadline of June 17, 2025. The amendment clarifies that the projects are not designated as small business set-asides, although small businesses are still encouraged to participate. Additionally, the Q&A document has been revised and attached to provide further guidance. Offerors must acknowledge receipt of this amendment by signing and returning it by the specified deadline. Other terms of the original solicitation remain unchanged. The contact for this solicitation is Danielle Amico, a Procurement Specialist IV at Fermi Forward Discovery Group, LLC, based in Batavia, Illinois. This amendment reinforces the government’s commitment to transparency and encourages broad participation in federal contracting opportunities.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 7, 2025
amendedAmendment #1· Description UpdatedMay 21, 2025
amendedAmendment #2· Description UpdatedJun 3, 2025
amendedLatest Amendment· Description UpdatedJun 4, 2025
deadlineResponse DeadlineJun 17, 2025
expiryArchive DateJul 2, 2025

Agency Information

Department
DEPARTMENT OF ENERGY
Sub-Tier
ENERGY, DEPARTMENT OF
Office
FERMILAB - DOE CONTRACTOR

Point of Contact

Name
Danielle Amico

Place of Performance

Batavia, Illinois, UNITED STATES

Official Sources