RFP#361279KMW - Neutron Detector Beam Loss Monitors v2
ID: RFP361279KMWv2Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

GENERAL SCIENCE & TECHNOLOGY R&D SVCS; GENERAL SCIENCE & TECHNOLOGY; EXPERIMENTAL DEVELOPMENT (AJ13)
Timeline
    Description

    The Department of Energy, through Fermi Forward Discovery Group, LLC, is soliciting proposals for the fabrication of Neutron Detector Beam Loss Monitors under RFP#361279KMW. This procurement aims to acquire high-quality neutron detectors that will operate in a high-radiation environment, supporting the Proton Improvement Plan II (PIP-II) at Fermilab. The selected contractor will be responsible for meeting stringent technical specifications, including the provision of prototypes and production units, along with comprehensive quality assurance plans. Proposals must be submitted by February 12, 2025, and should adhere to the outlined submission guidelines, including a firm-fixed price structure. For further inquiries, interested parties can contact Kody M Whittington at kwhittin@fnal.gov or call 630-840-6898.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the design and fabrication of a Neutron Detector Beam Loss Monitor (NBLM) for the Fermilab PIP-II superconducting linear accelerator. It specifies the technical requirements for the neutron detector, which will operate in a high-radiation environment, including mandatory stipulations about materials, functionality, and expected measurement capabilities. Proposals must include pricing for prototypes and production units, alongside comprehensive quality assurance plans and historical performance examples. The document delineates a timeline for design reviews, production, and acceptance testing to ensure compliance with specified technical standards. Additionally, it elucidates the procurement process, indicating the possibility of subsequent orders based on initial evaluations. The SOW reflects a structured approach to achieving stringent safety and performance benchmarks in support of the accelerator's operational needs, aiming to enhance functionality in a critical research context. Overall, this document is reflective of typical governmental RFP frameworks, emphasizing transparency, detailed requirements, and procedural accountability in federal project sourcing and execution.
    The Fermi Forward Discovery Group, LLC (FFDG) outlines the General Terms and Conditions for Supplies in this document, which serves as a framework for subcontracting within the context of government contracts, specifically associated with the U.S. Department of Energy's operations at the Fermi National Accelerator Laboratory. Key clauses detail the definitions of terms, scope of the subcontract, independent contractor status, payment procedures upon acceptance, licensing requirements, inspection rights, and indemnification responsibilities, including warranties related to supplies provided. Significant provisions concerning changes and modifications highlight the process for adjustments in project scope or pricing based on unforeseen circumstances. Additionally, there are comprehensive details regarding the contractor's obligations to uphold safety, environmental standards, and laws, including measures for handling materials related to workplace safety and health. The document reinforces that disputes will first be addressed at a project management level and escalated if unresolved, with provisions for arbitration. Lastly, it emphasizes compliance with government flow-down provisions relevant to federal contracts, aligning with RFPs and grants for maintaining ethical standards and accountability in government procurement processes. Overall, the document establishes a robust legal foundation for effective supply chain management within federally funded projects.
    The document outlines the Small Business Subcontracting Plan requirement, relevant for federal contracts, detailing the obligations of subcontractors to involve small businesses in their subcontracting processes. It defines key terms, such as "Alaska Native Corporation" and "Indian tribe," and specifies the types of businesses that must be included in sub-subcontracting goals, including veteran-owned, service-disabled veteran-owned, and women-owned small businesses. The plan requirements include setting specific subcontracting goals based on percentages, providing detailed dollar figures for projected subcontracts, and describing methods for identifying potential small business sources. Subcontractors are mandated to report compliance and must negotiate their plans within specified timelines to maintain eligibility for awards. The document also stipulates the need for proper records to track subcontracting efforts and assures cooperation with oversight studies. Furthermore, it allows for the incorporation of master plans and commercial plans, designed to streamline the planning process for subcontractors. Overall, it emphasizes equitable opportunities for small businesses in government contracts, reflecting the federal commitment to supporting minority and economically disadvantaged enterprises.
    The document is the Subcontractor Annual Representations & Certifications (SARC) form required by Fermi Forward Discovery Group, LLC. This form serves to collect essential information from subcontractors engaged in U.S. government contracting, ensuring compliance with federal regulations. Key sections include ownership details, business structure, executive compensation, accounting system review, status regarding small and diverse business classifications, and commitments to ethical labor practices. Subcontractors must disclose their business type, parent company affiliation, and whether they are registered in SAM.gov. They are also required to report on previous revenues from federal sources and executive compensation if applicable. The document stipulates guidelines for ensuring compliance with federal laws concerning export/import, equal opportunity employment, and affirmative action, while also emphasizing the need for confidentiality concerning exchanged information. In essence, the SARC form is crucial for verifying the qualifications and compliance of subcontractors involved with federal contracts, thereby reinforcing integrity in government procurement processes. The document emphasizes meticulous record keeping and timely updates on any changes in the subcontractor's status affecting their compliance or certifications.
    The document outlines the necessary certifications and compliance requirements for offerors submitting proposals to the Fermi Forward Discovery Group, LLC related to federal contracts. Primarily, it highlights the representations regarding export/import controls, compliance with the Buy American Act, and the rights associated with proposal data. All proposals exceeding $10,000 must include certification concerning the export status of items, domestic preference for construction materials, and acknowledgment of federal lobbying regulations. For proposals over $150,000, additional certifications regarding price determination and responsibility matters are needed. Lastly, for proposals above $500,000, there's a focus on combating human trafficking, requiring a compliance plan. The document is structured to guide offerors through their responsibilities clearly, ensuring they understand the legal and ethical obligations associated with government contracting while promoting fair competition and compliance with federal regulations.
    The Proton Improvement Plan II (PIP-II) Subcontract between Fermi Forward Discovery Group, LLC (FFDG) and a subcontractor outlines the terms and conditions for procurement of specific goods and services in support of the project, funded under a prime contract with the Department of Energy. The subcontract details roles, responsibilities, and relationships, affirming that it does not create any liability for the U.S. Government beyond the defined contractor-subcontractor relationship. The document specifies pricing structures, including firm fixed prices and milestone payments, alongside a comprehensive Statement of Work that sets forth expectations for work performance in alignment with provided specifications. It incorporates standard clauses on inspection and acceptance, invoicing, and payment procedures, delineating how deliverables will be managed and discrepancies reported. Special requirements include the handling of U.S. Government property and liability limitations for the subcontractor, emphasizing the necessity for compliance with all applicable regulations. The subcontract's structure includes sections on administration, changes notification, and deliveries, ensuring all parties have a clear understanding of expectations and obligations. This structured approach helps facilitate efficient management and execution of the contract while protecting governmental interests.
    The Request for Proposal (RFP) #361279 issued by Fermi Forward Discovery Group, LLC (FFDG) seeks proposals for the fabrication of Neutron Detector Beam Loss Monitors. This RFP outlines the submission guidelines, evaluation criteria, and project specifications necessary for potential offerors. Key points include a requirement for a firm-fixed price proposal, compliance with specific delivery timelines, and adherence to quality assurance standards. The RFP emphasizes a best-value trade-off selection process, whereby technical merit is prioritized alongside price, with a detailed evaluation of the offeror’s past projects, management control plans, and technical capabilities. Additionally, it mandates a clear delineation between technical and business proposals, ensuring each part remains severable in submission. Offerors must also address potential exceptions to the terms and are reminded to submit their proposals by February 12, 2025. Overall, this document represents FFDG's commitment to acquiring high-quality, scientifically rigorous equipment to support their initiatives within the federal framework, focusing on strict compliance, timely delivery, and robust project management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fabrication of 3Cell Niobium Box Cavity
    Buyer not available
    The Department of Energy, through Fermilab, is seeking proposals for the fabrication of a 3-Cell Niobium Box Cavity, a critical component for advanced quantum computing applications. The procurement requires adherence to stringent manufacturing specifications, including quality assurance measures, precise mechanical tolerances, and compliance with federal regulations, ensuring the integrity of superconducting RF cavity production. This initiative underscores Fermilab's commitment to enhancing technological capabilities in alignment with federal standards. Proposals must be submitted by 5 p.m. Central on March 9, 2025, with inquiries directed to Spencer Keske at skeske@fnal.gov, and must include necessary forms such as the Subcontractor Annual Representations & Certifications (SARC) and Proposal Certifications (PUR-466).
    Fermilab LBNF NSCF Construction - Beamline Complex RFP
    Buyer not available
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Near Site Conventional Facilities Beamline Complex in Batavia, Illinois. This project encompasses a wide range of construction services, including site preparation, structural work, and the installation of various systems essential for advanced neutrino research. The selected contractor will be responsible for adhering to stringent safety, quality, and environmental standards throughout the construction process, with an initial funding amount of up to $12 million and additional funds anticipated in subsequent years. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Craig Schmitz at schmitzc@fnal.gov or Sharlene Horton at shorton@fnal.gov.
    Pressure transmitters, Mu2e gas tracker
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for the procurement of pressure transmitters as part of the Mu2e gas tracker project. This Request for Proposal (RFP) 366609RLP seeks firm-fixed price proposals for specific assemblies necessary for Fermilab's scientific operations, emphasizing compliance with federal regulations and guidelines. The selected vendors will play a crucial role in supporting Fermilab's research initiatives, with proposals due by March 19, 2025, and shipments to be made to Fermilab's Receiving Warehouse in Batavia, Illinois. Interested parties should contact Rhiannon Patterson at rhiannon@fnal.gov or call 605-431-2905 for further details.
    FERMI 2025
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the supply and transmission of electricity to the Fermi National Accelerator Laboratory over a 36-month period from January 2026 to January 2029. The procurement aims to meet the electricity needs associated with the Proton Improvement Plan-II, which is expected to increase load requirements, while also accommodating planned shutdowns in 2028. Offerors are required to submit non-price proposals by March 25, 2025, with pricing to follow in a reverse auction format, ensuring compliance with federal regulations and promoting small business participation. Interested parties can reach out to DLA Energy at dlaenergy.eteam@dla.mil for further inquiries.
    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.
    Sideloading Forklift
    Buyer not available
    The Department of Energy, through Fermilab, is seeking proposals for the procurement of a COMBILIFT Model C17300 forklift with a capacity of 17,300 lbs and a diesel engine. This procurement is essential for supporting operations at Fermilab, emphasizing the need for reliable and efficient material handling equipment. The Request for Proposal (RFP) was issued on March 6, 2025, with a submission deadline of March 26, 2025, at 4:00 PM CT, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) criterion. Interested suppliers must provide detailed quotes, including pricing and required certifications, and can contact Cathleen Stadler at cstadler@fnal.gov or 630-840-2763 for further inquiries.
    PIP-II Cryoplant Electrical Phase 3
    Buyer not available
    The Department of Energy, specifically Fermilab, is seeking qualified small businesses for the PIP-II Cryoplant Electrical Phase 3 project, which involves electrical work for the Fermilab facility in Batavia, Illinois. The procurement requires contractors to adhere to comprehensive specifications and safety standards, including the development of a construction quality control plan and effective communication with FermiForward representatives. This project is critical for the systematic and safe execution of electrical installations, ensuring compliance with regulatory standards and environmental protection during operations. Interested parties can contact Sandra Efstathiou at sandraef@fnal.gov or by phone at 630-840-5784 for further details regarding this total small business set-aside opportunity.
    20 Ton Carry Deck Mobile Crane
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of a 20 Ton Carry Deck Mobile Crane equipped with a diesel engine. This crane is essential for supporting the Deep Underground Neutrino Experiment (DUNE) at the Sanford Underground Research Facility, where it will be used for lifting and assembling various components of the scientific project. Proposals must be submitted by March 11, 2025, with an expected delivery timeline of no more than 26 weeks post-Purchase Order, and interested vendors should direct inquiries to Sharon Duchaj at sduchaj@fnal.gov. The procurement emphasizes compliance with federal regulations and requires adherence to the Low Price Technically Acceptable source selection method.
    460297 - Laser Ablation Sample Preparation Tool - RFP
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is issuing Request for Proposals (RFP) No. 460297 for a Laser Ablation Sample Preparation Tool. This procurement aims to acquire a tool that utilizes laser ablation technology for preparing samples, which is crucial for material analysis at the Center for Functional Nanomaterials. The selected contractor will be responsible for delivering the tool within an 80-week timeframe, adhering to strict technical specifications and safety standards, with evaluations based on technical capabilities, past performance, and manufacturing capabilities. Proposals must be submitted by March 24, 2025, and interested vendors can contact Lisa Gonzales at lgonzales@bnl.gov or call 631-344-5965 for further information.
    Design and fabricate PS/BTM/PSS assemblies for 3 beamlines
    Buyer not available
    The Department of Energy, through the Berkeley National Laboratory (LBNL), is seeking information from qualified vendors for the design and fabrication of Personnel Safety Shutter (PSS), Photon Shutter (PS), and Burn Through Monitor (BTM) systems for its Advanced Light Source Upgrade (ALS-U) project. The objective is to gather technical specifications, budgetary quotations, and schedule estimates for fully integrated shutter systems that adhere to new radiation safety policies, with a budget of approximately $300,000. These systems are critical for ensuring safety and efficiency in x-ray applications, requiring precise dimensions, water-cooling capabilities, and high heat flux handling. Interested parties must submit their responses by March 22, 2025, to assist LBNL in evaluating potential vendors ahead of the expected delivery timeframe of 2026 to 2027. For further inquiries, contact Janet Schlock at JSchlock@lbl.gov or call 510-486-5314.