Fabrication of WR1150 Waveguide
ID: 374849-RKType: Solicitation
Overview

Buyer

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

NAICS

Other Electronic Component Manufacturing (334419)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
    Description

    The Department of Energy, through the Fermi Forward Discovery Group (FFDG), is soliciting proposals for the fabrication of 72 sections of WR1150 waveguide, each measuring 236.2 inches in length, for use in a new linear accelerator's 650MHz section. The procurement requires specific technical specifications, including the waveguides' ability to operate at 650MHz +/- 5MHz, handle 70kW CW power, and maintain gas-tight integrity at up to 2psig internal pressure, with all components made of aluminum and compliant with RoHS standards. Proposals must be submitted by October 31, 2025, at 4:00 P.M. CST, with inquiries directed to Richard Konan at rkonan@fnal.gov. The contract will be awarded based on a Least Price Technically Acceptable (LPTA) evaluation, and bidders are required to provide a detailed technical proposal along with a firm-fixed price proposal using the specified forms.

    Point(s) of Contact
    Files
    Title
    Posted
    Fermi National Accelerator Laboratory (FNAL) is procuring 72 sections of WR1150 waveguide, each 236.2 inches long, for its new linear accelerator's 650MHz section. This procurement, detailed in a Statement of Work, requires two straight waveguide sections (120" and 116.1") and a 0.125" gasket per line, along with certificates of conformance and material certifications. The waveguides must operate at 650MHz +/- 5MHz, handle 70kW CW power, and be gas-tight up to 2psig internal pressure. They must be made of aluminum with RoHS compliant chemical conversion finish, and meet specific dimensions for flanges, wall thickness, and overall size. Bidders must provide an itemized list of costs and a quality control plan. Delivery is expected within 20 weeks of the purchase order, with a 12-month warranty against manufacturing defects.
    The Fermi Forward Discovery Group, LLC (FFDG) General Terms and Conditions document outlines the contractual obligations for commercial product and service subcontracts. It defines key terms, specifies the scope of work, and establishes the subcontractor's role as an independent contractor. Key provisions cover payment, inspection, licenses, changes, indemnification, warranties for products and services (including energy-consuming and IT products), and handling of suspect/counterfeit parts. The document addresses excusable delays, termination, and dispute resolution through negotiation, mediation, or arbitration, with Illinois law applying where federal law is absent. It also details requirements for site access, environmental, safety, and health (ES&H) compliance, stop-work orders, insurance, information technology acquisitions, and incorporates numerous Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses based on subcontract value and type of work.
    The FL-55 (Rev. 6/23) document outlines the requirements for small business subcontracting plans for government subcontracts, excluding small business concerns. It defines key terms such as "Alaska Native Corporation," "Commercial item," "Commercial plan," "Electronic Subcontracting Reporting System (eSRS)," "Indian tribe," "Individual contract plan," "Master plan," and "Sub-subcontract." The document mandates that subcontract-offerors submit and negotiate a subcontracting plan that includes goals for various small business categories (e.g., veteran-owned, HUBZone, disadvantaged, women-owned). These plans must detail planned subcontracting dollars, types of supplies and services, methods for goal development, source identification, and efforts to ensure equitable opportunities for small businesses. The plan also requires the designation of an administrator, assurances for flow-down clauses to sub-subcontractors, and detailed record-keeping. Reporting requirements include submitting Individual Subcontract Reports (ISR) and Summary Subcontract Reports (SSR) via eSRS, with specific guidelines for individual contract and commercial plans. Failure to comply can result in a material breach of the subcontract.
    The Fermi Research Alliance, LLC (FRA) Form SARC (Subcontractor Annual Representations & Certifications) is a crucial seven-page document for federal government subcontracts. It ensures compliance with federal regulations for entities providing materials, supplies, or services for U.S. government contracts. Subcontractors must complete sections on business information, offeror responsibility, export/import control, and Federal Acquisition Regulation (FAR) certifications. The form collects detailed data on ownership, operational structure, small business classifications, and executive compensation, with a 12-month certification validity. It also addresses accounting system adequacy, responsible offeror criteria, quality certifications, and employment eligibility verification (E-Verify). Subcontractors must adhere to U.S. export control laws and FAR clauses regarding equal opportunity and affirmative action. Any changes in status must be reported within 15 days, and all sections are mandatory, with no exceptions. The form emphasizes the importance of confidentiality regarding FRA information.
    The document, PUR-466, outlines proposal certifications required for contractors working with Fermi Forward Discovery Group, LLC (FFDG). It details certifications based on proposal dollar value, covering key areas such as Export/Import Control, Buy American Act compliance for construction materials and end products, Rights to Proposal Data, Patent Rights, and various federal regulations like the Certificate of Independent Price Determination, Anti-Kickback Procedures, and Combatting Trafficking in Persons. For proposals over $10,000, offerors must certify compliance with export/import controls and the Buy American Act. For proposals over $150,000, additional certifications are required, including those related to independent price determination, payments to influence federal transactions, and responsibility matters. Proposals over $550,000 necessitate certifications regarding combating trafficking in persons. The document emphasizes the importance of accurate certifications and outlines procedures for exceptions, particularly for foreign construction materials. The certifications are crucial for ensuring legal compliance and ethical conduct in government contracts.
    This subcontract, titled "THE PROTON IMPROVEMENT PLAN II PROJECT (PIP-II)," is between Fermi Forward Discovery Group, LLC (FFDG) and a subcontractor. It is issued under a prime contract with the U.S. Department of Energy for the management and operation of Fermi National Accelerator Laboratory. The subcontract outlines general terms, conditions, and requirements for the provision of supplies or services, with a focus on firm fixed prices and milestone payments. It details the statement of work, packaging, inspection, acceptance, and periods of performance. Administrative data includes contacts for FFDG's Procurement Specialist and Technical Representative, procedures for invoicing, and a payment schedule. Special requirements cover government-furnished property, liability limitations, and the incorporation of various documents, including the RFP Package and General Terms and Conditions for Supplies. The subcontract emphasizes compliance with all listed directives and documents.
    FFDG has issued RFP #374849-RK for the fabrication of 72 WR1150 Waveguides. This is an unrestricted acquisition with NAICS code 334419 (Other Electronic Component Manufacturing) and a small business size standard of 750 employees. Proposals are due by October 31, 2025, at 4:00 P.M. CST and must be submitted to Richard Konan (rkonan@fnal.gov). Questions regarding the RFP must be submitted in writing by October 24, 2025, at 4:00 P.M. CST. The contract will be awarded based on a Least Price Technically Acceptable (LPTA) source selection. Proposals must include a technical proposal (Part I) detailing technical merit, delivery requirements, management control plan, and past experience, and a business management and price proposal (Part II) with a firm-fixed price using the provided form, Subcontractor Annual Representations & Certifications (SARC), and Proposal Certifications (Form PUR-466). Delivery terms are FOB Destination Fermilab Dock Batavia, IL 60510 for domestic offerors and DAP Fermilab Dock Batavia, IL 60510 for non-domestic vendors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory operated by Stanford University, is seeking proposals for the LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation project. This procurement involves the installation of conduit and waveguide bundles as part of a significant upgrade to the Linac Coherent Light Source II, aimed at enhancing the electron beam energy. The project is critical for advancing research capabilities in particle physics and related fields, with work scheduled to occur during the 2026 Long Down Time period. Proposals must be submitted by December 4, 2025, at 5:00 PM Pacific Time, and interested parties should direct inquiries to Perry Rostrata at rostrata@slac.stanford.edu.
    Purchase of Spare 3000 KVA Process Power Transformer
    Buyer not available
    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the purchase of a spare 3000 KVA Process Power Transformer and associated breaker assemblies for the Proton Improvement Plan II (PIP-II) project at the Fermi National Accelerator Laboratory in Illinois. This procurement aims to ensure a reliable power infrastructure, with the selected subcontractor responsible for all aspects of the project, including supervision, labor, materials, and transportation, while adhering to specific technical specifications and quality assurance standards. Proposals are due by 2:00 P.M. CST on December 11, 2025, with questions accepted until December 4, 2025; interested parties should contact Michele Reynolds at micheler@fnal.gov for further information.
    13 kW klystrons
    Buyer not available
    The Department of Energy, specifically the Jefferson Lab, is seeking a supplier for the fabrication, inspection, and testing of 13 kW klystrons as outlined in the attached technical specifications. This procurement is crucial for the lab's operations, as klystrons are essential components used in various applications, including particle accelerators and other high-frequency electronic systems. Interested vendors should note that there are no set-asides for this solicitation, and the primary point of contact for inquiries is Ebony Beaver, who can be reached at beaver@jlab.org or by phone at 757-269-7814. Further details regarding the proposal submission process and deadlines can be found in the RFP package.
    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.
    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.
    Wazer Pro Bundle (No Substitutes)
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of a Wazer Pro Bundle, specifically requiring a North America 220V/60Hz model. Vendors are invited to submit a Firm Fixed Price (FFP) quote that includes all costs, such as freight and handling, as part of the total price delivered to the laboratory, with no separate line items for additional fees. This procurement is crucial for supporting the laboratory's analytical capabilities, and interested vendors must ensure they are registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) to be eligible for consideration. Quotes are due by December 18, 2025, and should be directed to Alysha Benincase at abenincas@bnl.gov, with pricing valid for 60 days from submission.
    Pulse cable
    Buyer not available
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking quotations for the procurement of 1,000 meters of high power triaxial pulse cable. The cable must meet specific technical requirements, including electrical characteristics such as a nominal characteristic impedance of 14 ohms and a maximum pulse duration of 3.7 μS, among other stringent specifications. This procurement is critical for the laboratory's operations, as the pulse cable is essential for various research and development applications in the field of general science and technology. Interested vendors must submit their best and final offers, including price and lead time, by December 20, 2025, to Anthony Chin at anthonyc@slac.stanford.edu, with adherence to the Buy American Act Certification and other specified terms and conditions.
    FR3 SDR Transceiver Kit (2-channel MIMO) No Substitutes
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is soliciting quotes for a Firm Fixed Price (FFP) contract for a FR3 SDR Transceiver Kit (2-channel MIMO), which includes Vivaldi Antennas and 10 hours of engineering support. This procurement is a Total Small Business Set-Aside, emphasizing the importance of certified small businesses in fulfilling the requirements, which are critical for research and development operations at BNL. Interested vendors must provide a comprehensive quote that includes pricing justification, proof of registration in the System for Award Management (SAM), and adhere to strict shipping and invoicing guidelines as outlined in the attached documents. Quotes are due by the specified deadline, and interested parties should contact Alysha Benincase at abenincas@bnl.gov for further information.
    Bi-2212 Superconducting Magnet Wire
    Buyer not available
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for the acquisition of Bi-2212 superconducting magnet wire, with a requirement for two or three 10 kg billets. The wire must meet specific technical specifications, including a bare wire diameter of 1.0 mm, a Bi-2212 “521” powder composition, and a minimum piece length of over 50 meters, among other criteria. This procurement is crucial for advancing research and applications in superconductivity, which plays a significant role in various scientific and industrial fields. Proposals are due by December 19, 2025, and interested parties should contact Brian Zatkow at bzatkow@lbl.gov or 510-495-2547 for further details.
    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.