Heat Exchanger & Pressure Vessel
ID: RFP371305Type: Solicitation
Overview

Buyer

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

NAICS

Machine Shops (332710)

PSC

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

    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is seeking proposals for the procurement of a heat exchanger and pressure vessel as part of the Proton Improvement Plan II (PIP-II) project at Fermilab in Illinois. The procurement includes a shell and tube heat exchanger and a stainless steel pressure vessel, both of which must meet stringent ASME standards and specific operational requirements, including maximum pressure and temperature specifications. These components are critical for the laboratory's Low Conductivity Water system, ensuring reliable and efficient operation in scientific research. Proposals are due by August 7, 2025, at 1:00 PM CT, and interested parties should direct inquiries to Sharon Duchaj at sduchaj@fnal.gov or call 630-840-8693 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document details RFP 371305, specifically Appendix A, which outlines the pricing and specifications for two distinct industrial components. The request includes a TEMA Shell and Tube heat exchanger, referenced as ED0042583, with a required quantity of one unit. Additionally, the proposal requests one pressure vessel, identified as ED0042582. Each item is listed with placeholders for unit price, total price, and lead time in weeks, though specific prices and lead times are not provided in this section. The document serves as part of a broader federal request for proposals (RFP), indicating the government’s intent to procure essential heating and pressure equipment potentially for a specific project or series of projects. The clear and concise layout allows for easy interpretation of the necessary components and quantities required for potential suppliers. Overall, this appendix is an integral element of the procurement process aimed at fulfilling government contractual needs.
    The document outlines specifications for the Proton Improvement Plan II (PIP-II) F37 Building Low Conductivity Water (LCW) Expansion Tank. Its primary purpose is to define the design and operational requirements for an expansion tank essential to the PCW system, which utilizes filtered water at a regulated temperature of 82 °F, supporting continuous operation with minimal maintenance. The tank must conform to ASME standards and is to be constructed from stainless steel, ensuring durability and reliability. Key specifications include a 250-gallon working volume, operation under a maximum pressure of 150 PSIG, and specific design parameters for the tank's construction and nozzles. Essential components are detailed, including a passivated interior, pressure testing protocols, and seismic design compliance for the Illinois location. Documentation requirements for vendors are clearly defined, mandating the submission of various drawings, calculations, and certifications prior to fabrication. This specification is part of federal project development, ensuring that manufacturers meet established guidelines for safety, functionality, and environmental standards. The rigorous specifications and documentation processes emphasize the government's commitment to high-quality infrastructure projects while facilitating compliance with industry standards.
    The PIP-II F37 Building Heat Exchanger Specification outlines the requirements for a shell and tube heat exchanger designated for the Proton Improvement Plan II Low Conductivity Water (LCW) system at Fermilab. The document indicates that the heat exchanger should conform to the ASME Boiler and Pressure Vessel Code and TEMA specifications, with a preference for Doyle and Roth as the vendor, subject to FNAL approval for alternatives. Key specifications include operating temperatures between 60°F and 120°F for LCW, along with a cooling range for industrial cooling water. Performance criteria stipulate maximum flow rates of 200,000 lb/hr, with specific inlet and outlet temperatures. The heat exchanger must be ASME certified, preassembled, and tested before shipment, ensuring its components meet strict design and construction guidelines. Documentation requirements for the vendor include providing general arrangement drawings, weld maps, and certified test reports. The specification emphasizes the need for compliance with specified construction materials and seismic designs to ensure reliability and safety in operation. This document illustrates the government’s commitment to establishing clear standards for federal projects and ensuring stringent quality controls in public infrastructure development.
    The Fermi Forward Discovery Group, LLC (FFDG) has outlined General Terms and Conditions for subcontracting commercial products and services, primarily governed by federal acquisition regulations. The document includes provisions on independent contractor status, assignment restrictions, acceptance, performance standards, payment terms, inspection rights, necessary licenses, and modifications to the subcontract. It stipulates the scope, warranty requirements for products/services, and guidelines for indemnification and risk assumption. Key sections cover FFDG's rights to inspect and test products, the obligation to maintain licenses, and the contractor's responsibilities regarding safety and compliance with federal laws. A detailed disputes resolution process is established, highlighting mediation and potential arbitration if conflicts arise. The document emphasizes compliance with environmental, safety, and health regulations while addressing requirements for IT acquisitions. The purpose is to ensure clarity in the responsibilities and expectations within the subcontracting process in alignment with government regulations, fostering accountability and enforceable agreements in the procurement of commercial products and services at Fermilab. These terms facilitate the proper execution of projects while maintaining compliance with legal and regulatory standards necessary for federal contracts.
    The document serves as a proposal certification for potential contractors submitting offers to the Fermi Forward Discovery Group, LLC (FFDG) for federal contracts. It outlines necessary certifications and compliance requirements based on the proposal's dollar value, including specific guidelines for export/import control, Buy American Act compliance, and information concerning patent rights and trafficking in persons. Offerors must affirm their adherence to regulations regarding domestic construction materials, pricing determinations, and ethical conduct concerning lobbying and kickbacks. The certification is mandatory for proposals exceeding thresholds of $10,000, $150,000, and $550,000, with content tailored to correspond with the dollar amount. Key sections require the offeror to provide detailed information about compliance plans, reports on veterans' employment, and independent price determinations, reinforcing the government's commitment to ensuring fair practice and accountability. The document serves as a critical mechanism for evaluating the eligibility and responsibility of contractors, thus supporting transparent procurement processes within government funding initiatives.
    Fermi National Accelerator Laboratory (Fermilab), managed by the Fermi Forward Discovery Group, LLC for the U.S. Department of Energy, has issued a Request for Proposal (RFP 371305) to procure heat exchangers and pressure vessels. The deadline for submitting proposals is August 7, 2025, at 1:00 PM CT, with a performance period extending through December 31, 2025. Proposals should include a firm fixed price, compliance with specifications outlined in the attached appendices, and clearly indicate any exceptions or additional charges. The evaluation of proposals will focus primarily on technical merit, requiring bidders to demonstrate past relevant experience and capability, followed by cost considerations. The selection process aims for the best value trade-off rather than solely the lowest price. Bidders are required to complete various certifications and submit their proposals along with supporting documents before the deadline. Fermilab's terms and conditions apply, making the overarching aim of this RFP to enhance the laboratory’s operational efficiency through the procurement of critical assemblies. Queries regarding the proposal should be directed to the procurement specialist, Sharon L. Duchaj, whose contact information is provided. This RFP exemplifies the federal government's process for selecting contractors through competitive bidding while adhering to regulatory guidelines.
    The document is the Subcontractor Annual Representations & Certifications (SARC) form required by Fermi Forward Discovery Group, LLC, to ensure compliance with federal contracting regulations. It gathers essential information from offerors, including ownership details, business structure, size classification, executive compensation, and accounting system status. The form outlines the offeror's responsibility to maintain accurate records and notify FermiForward of any changes. It also confirms adherence to laws regarding export/import controls and equal employment opportunities. Key sections include ownership representations, business classifications as large or small, executive compensation reporting requirements, and affiliations with common parents. Offerors must affirm compliance with FAR-related certifications, including those about affirmative action and pass-through charges. A signature attests to the accuracy of the information provided, emphasizing the confidentiality of exchanged information. Overall, the SARC form aims to facilitate adherence to federal standards for subcontractors engaged with government contracts, ensuring transparency and compliance in contracting practices.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    HD Coldboxes Fabrication
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the fabrication of two high-density (HD) coldbox structures, with an option for a third unit, to support the Long-Baseline Neutrino Facility/Deep Underground Neutrino Experiment (DUNE-US) project. The procurement involves detailed specifications for stainless steel (SS 304) coldboxes designed to house active detectors for cold testing in cryogenic conditions, with strict adherence to quality control measures and compliance with national standards. Proposals must be submitted by 5 PM Central on December 19, 2025, and should include completed SARC and PUR-466 forms for proposals exceeding $10,000. Interested parties can direct inquiries to Spencer Keske at skeske@fnal.gov.
    LBNF Liquid Argon LAr Circulation Equipment
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for the engineering, manufacturing, and delivery of Liquid Argon (LAr) Circulation Equipment for the Long-Baseline Neutrino Facility (LBNF) project in South Dakota. The procurement involves the design and construction of a vacuum jacketed pump valve box, associated piping, valves, instrumentation, and protective structures for cryogenic equipment, all essential for the efficient transfer of liquid argon within the facility. This project is critical for advancing particle physics research and ensuring the operational integrity of the LAr Circulation System, which plays a vital role in the LBNF/DUNE initiative. Proposals are due by January 5, 2026, with technical questions accepted until December 8, 2025; interested vendors should contact Jeremy Duncan at jeremyd@fnal.gov for further details.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.
    Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for construction services related to the Integrated Engineering and Research Center (IERC) CCD Space Humidification project. The selected subcontractor will be responsible for providing all necessary supervision, labor, materials, tools, and associated costs to install two humidification units, which are critical for maintaining precise humidity control in the lab environment. This project is particularly important for the manufacturing of sensitive experimental components, ensuring compliance with safety and quality standards throughout the construction process. Interested small businesses must submit their proposals by January 7, 2026, including a technical and business management section, following a mandatory pre-proposal meeting on December 18, 2025. For further inquiries, contact Dasia Guthrie at dguthrie@fnal.gov or call 630-840-2494.
    FFG-62 Heat Exchangers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is soliciting bids for the procurement of two Gasketed Plate Heat Exchangers (PHE) to facilitate land-based testing of prototypical shipboard systems. The requirement includes one PHE for a seawater representative system and another for a freshwater representative Closed Loop Cooling Water System, along with additional components such as a Drip Pan and Port Strainer for seawater. These heat exchangers are critical for ensuring efficient thermal management in naval operations. Interested vendors can reach out to Christopher McCarthy at christopher.m.mccarthy26.civ@us.navy.mil or John LaMotta at john.n.lamotta.civ@us.navy.mil for further details regarding the solicitation.
    M1/M3 Flexure Systems and Vacuum Chambers
    Buyer not available
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for the manufacture, assembly, and testing of M1/M3 Flexure Systems and Vacuum Chambers as part of the Advanced Light Source Upgrade (ALS-U) project. This procurement includes five flexure systems, two transport yokes, four vacuum chambers, four copper liners, and various subassemblies, with a focus on precision engineering and UHV compatibility for advanced scientific instrumentation. The contract is expected to last approximately 68 weeks, with proposals due by January 12, 2026, and a pre-proposal conference scheduled for November 21, 2025. Interested parties should direct inquiries to Martha Grausz at mggrausz@lbl.gov or by phone at 510-486-6618.
    New Busch BA100, 208V3phase, silencer, VFD included or domestic equivalent
    Buyer not available
    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the procurement of a New Busch BA100, 208V 3 phase pump, including a silencer and variable frequency drive (VFD), or an equivalent domestic product. This equipment is essential for the Enrichment Science and Engineering Division, which relies on such machinery for various operational processes. Proposals must adhere to the specifications outlined in the Bill of Materials and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested vendors should submit their proposals by December 12, 2025, and direct any inquiries to Brittany Waring at waringbc@ornl.gov.
    RFP - Corrective Repair and Preventative Maintenance Overhead Door Services
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for corrective repair and preventative maintenance services for overhead doors, revolving doors, automatic pedestrian doors, fire doors, and dock levelers at its Batavia, Illinois campus. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Firm-Fixed-Price (FFP) and Firm-Fixed Unit Price (FFUP) rates, requiring the selected contractor to provide all necessary labor, materials, tools, and equipment while adhering to strict environmental, safety, and health regulations. Proposals are due by December 17, 2025, with questions accepted until December 10, 2025; interested parties should contact Brittany Hopkins at bhopkins@fnal.gov or 630-840-3708 for further information.
    Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the installation of 15KV cable between manholes F-3 and F-4 as part of the Main Ring Electrical P-F3 to P-F4 15KV Cable Installation project (FESS Project 3-7-103B) in Batavia, Illinois. The procurement requires a firm fixed price for all labor, materials, transportation, overhead, bonding, safety oversight, and equipment necessary to complete the installation, which includes extensive tasks such as cable pulling, terminations, and splices, as well as the installation of air switches. This project is significant for enhancing the electrical infrastructure at Fermilab, ensuring reliable power distribution for ongoing research activities. Proposals are due by December 11, 2025, at 4:00 PM CT, and interested subcontractors should contact Chris Daley at cdaley@fnal.gov for further details.
    Instec HS1000V Hot Stage with MK2000 Temperature Controller OR EQUIVALENT
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for the procurement of an Instec HS1000V Hot Stage with MK2000 Temperature Controller or an equivalent product. The requirements include a low vacuum/gas-tight hot stage with specific performance parameters, including a temperature range from ambient to 1000°C, and the inclusion of necessary accessories and software. This equipment is crucial for research and development operations at BNL, ensuring precise temperature control in experimental setups. Interested vendors must submit their quotes, including all costs in an "all-inclusive" price, by the specified deadline, and can contact Lauren von Ende at lvonende@bnl.gov or 631-344-3634 for further information.