Fermilab - Fabrication of WR1150 Waveguide
ID: 367353-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
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 10:00 PM UTC
Description

The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the fabrication of seventy-two (72) WR1150 waveguides, which are critical components for advanced accelerator technologies at the Fermi National Accelerator Laboratory in Batavia, Illinois. The procurement requires compliance with specific technical specifications, including operational frequency, power handling, and construction materials, ensuring that the waveguides meet stringent quality and performance standards. These waveguides will play a vital role in supporting research initiatives, particularly within the PIP-II_HPRF_RFDist project, emphasizing the importance of precision engineering in scientific applications. Interested offerors must submit their proposals by April 21, 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
Apr 15, 2025, 7:06 PM UTC
This document is an amendment to a solicitation (No. 367353-RK) issued by the Fermi National Accelerator Laboratory on March 27, 2025, regarding the fabrication of WR1150 waveguides. The amendment, dated April 15, 2025, outlines essential requirements and answers bidders' questions. Key details include that WR1150 waveguides must be 6 meters in length to avoid installation issues, and flat CPRF flanges are required to accommodate gaskets for handling 5PSI. Proposals may not exceed specified designs, and options for minimizing deflection with gussets are acknowledged. Packaging must ensure no damage during shipment; weather protection is preferred using crating, shrink wrapping, or bagging. Bidders must acknowledge receipt of this amendment prior to the proposal due date of April 21, 2025, through specified methods. The document emphasizes clear communication and adherence to technical specifications, reflecting the structured and regulated nature of federal procurement processes. Overall, this amendment clarifies vital parameters for bidders aiming to comply with the laboratory's operational and technical expectations.
Apr 15, 2025, 7:06 PM UTC
The WR1150 Waveguide specifications outline critical operational requirements for its use in specific applications. It operates at a frequency range of 650MHz ± 5MHz and can handle up to 70kW continuous-wave power, accommodating full reflection at any phase angle. The component features CPRF WR1150 flanges and has a wall thickness of 0.25 inches. Additionally, it supports internal pressurization up to 5 psig and boasts a RoHS-compliant chemical conversion finish. The total length of the waveguide is 6 meters. This document is part of a request for proposals (RFPs) focused on procurement specifications, ensuring that the products meet required technical standards for governmental or industrial applications.
Apr 15, 2025, 7:06 PM UTC
The document pertains to the specifications and technical requirements for a waveguide, specifically the WR1150 model, measuring 6 meters in length, prepared for the Fermi National Accelerator Laboratory under the United States Department of Energy. It includes detailed engineering drawings consistent with ASME Y14.5M-2009 standards, focusing on dimensions, surface finish, and manufacturing guidelines. The project falls under the Accelerator Mechanical Support category and is associated with the PIP-II_HPRF_RFDist initiative. Key notes include a directive to break all sharp edges to a maximum of 0.5 mm and a maximum roughness average (Ra) of 3.2 across all surfaces. The document also adheres to a revision control format and includes specific dates for drawing, checking, and approval, ensuring a structured approach to documentation. This initiative aligns with government objectives for advancing accelerator technologies, highlighting a commitment to precision engineering in support of scientific research.
The Fermi Forward Discovery Group, LLC outlines the General Terms and Conditions for Supplies as part of a Subcontract servicing the Fermi National Accelerator Laboratory under the U.S. Department of Energy. It details essential clauses including definitions, payment terms, inspection rights, licenses, indemnification, termination rights, and insurances. The document emphasizes that the Subcontractor acts as an independent party, with obligations for maintaining licenses and reporting issues to FFDG. The terms also stipulate that changes to the Subcontract can only be made through a formal change order, with clearly defined procedures for price adjustments following changes. Additionally, it addresses responsibilities for environmental, health, and safety compliance. Applicable federal regulations and laws concerning labor, safety, and environmental performance are incorporated, asserting standards the Subcontractor must adhere to. It underscores the importance of transparency and accountability in interactions with government entities, specifically in regard to the acquisition of materials and use of government property. These provisions ensure both parties fulfill their obligations while protecting the interest of the government and promoting compliance with regulatory frameworks.
Apr 15, 2025, 7:06 PM UTC
The document outlines the Small Business Subcontracting Plan requirements for contractors working with federal agencies, particularly focused on ensuring equitable opportunities for small businesses, including veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned businesses in sub-subcontracting. It defines key terms such as "Commercial item," "Commercial plan," and "Sub-subcontract," and outlines the responsibilities of subcontractors in creating viable plans to meet specified goals for sub-subcontracting with these designated groups. Subcontractors must submit and negotiate a plan detailing expected dollar amounts and types of sub-subcontracts to various business categories. The plan requires ongoing compliance reporting through the Electronic Subcontracting Reporting System (eSRS), including the submission of Individual Subcontract Reports (ISRs) and Summary Subcontract Reports (SSRs). Additionally, subcontractors must maintain meticulous records of their efforts to include small businesses, conduct outreach, and evaluate performance against their goals. As such, this plan is part of the federal government's broader strategy to promote small business participation in government contracts and support economic growth in disadvantaged communities.
Apr 15, 2025, 7:06 PM UTC
The Subcontractor Annual Representations & Certifications (SARC) form from Fermi Research Alliance, LLC outlines the requirements for subcontractors to provide essential business information and certifications necessary for compliance with federal contracting regulations. This document includes sections on ownership structure, business classification (large, small, or foreign), executive compensation disclosure, accounting system status, and responsibilities related to equal opportunity and affirmative action programs. It mandates that subcontractors must maintain compliance with U.S. export/import laws, report any changes in their status to FRA, and protect the confidentiality of FRA's information. Additionally, small businesses are prompted to identify any applicable diversity classifications. The form requires a certified signature to confirm accuracy and understanding of contractual obligations. This framework serves as a crucial tool in ensuring proper vetting and accountability in transactions involving government contracts and grants, thereby reinforcing governance standards essential for federally funded projects.
The Proposal Certifications document (PUR-466) provides a framework for offerors submitting bids to the Fermi Research Alliance, LLC, specifically regarding compliance and certification requirements for federal contracts. It outlines critical certifications based on financial thresholds: all proposals over $10,000 require export compliance information, while proposals over $150,000 necessitate additional certifications related to price determination and lobbying activities. Further, proposals exceeding $500,000 must address trafficking in persons compliance and plan implementation. The document emphasizes adherence to the Buy American Act for construction materials, stipulating domestic preferences unless exceptions are justified. Offerors must certify their understanding of rights related to data and patents, clarifying the government's access to technical data under awarded contracts. Additional certifications cover issues related to responsibility matters, such as debarment status and prior contract terminations, ensuring ethical compliance in federal transactions. Overall, this document serves to standardize certification processes, safeguarding integrity in the awarding of government contracts. The structured checklist format enhances clarity and compliance, streamlining the procurement process for federal grants and requests for proposals.
Apr 15, 2025, 7:06 PM UTC
The document outlines the terms of a subcontract for the Proton Improvement Plan II (PIP-II) between Fermi Forward Discovery Group, LLC and a designated vendor. It specifies that the subcontract is issued under a prime contract with the U.S. Department of Energy for research purposes at the Fermi National Accelerator Laboratory. Key points include the identification of the parties involved, the purpose of the subcontract, the period of performance, pricing structures, including milestone payments, and requirements for inspection and acceptance. It details administrative procedures, such as invoice submission and reporting duties, along with guidelines for handling U.S. government property, liability limits, and insurance terms. The document is structured into multiple sections, each addressing specific aspects such as general conditions, pricing, work descriptions, and clauses relevant to the subcontract. The overarching goal is to ensure clarity and compliance with federal regulations while establishing clear expectations for both contracting parties regarding the execution of work.
Apr 15, 2025, 7:06 PM UTC
The document pertains to the specifications for a WR1150 waveguide, measuring 6 meters in length, produced for the Fermi National Accelerator Laboratory under the United States Department of Energy. It outlines specific manufacturing requirements, including strict tolerances, surface finish standards, and compliance with ASME Y14.5M-2009 dimensional standards. The drawing emphasizes the importance of breaking all sharp edges and specifies maximum roughness for machined surfaces. Additionally, it notes the project's affiliation with the PIP-II_HPRF_RFDist initiative, categorizing the waveguide as part of accelerator mechanical support systems. The document was created and approved on predefined dates, indicating its role in a larger engineering and procurement process. This technical drawing is essential for suppliers responding to government RFPs related to advanced accelerator components, ensuring compliance with exacting engineering standards and project requirements.
Apr 15, 2025, 7:06 PM UTC
This Request for Proposal (RFP) from the Fermi Forward Discovery Group, LLC (FFDG) invites submissions for the fabrication of seventy-two (72) WR1150 waveguides. The RFP outlines detailed submission requirements, including a technical proposal and a business management and price proposal, evaluated on technical merit, delivery capabilities, management controls, and relevant past projects. The NAICS code for this procurement is 334419, indicating it is unrestricted with no small business set-aside. Offerors must submit proposals by April 21, 2025, and ensure compliance with strict delivery and quality requirements. The waveguides must meet specifications that include operational frequency, power handling, and construction materials, with a firm fixed price required. FFDG reserves the right to amend the RFP and make awards without discussions, emphasizing that they will not bear costs related to proposal preparation. Delivery terms stipulate that the completed waveguides must be transported to the specified location at Fermilab, Batavia, IL. Additionally, any proprietary information in proposals must be marked appropriately to restrict disclosure. This RFP encapsulates standard government contracting practices aimed at procuring specialized equipment for research purposes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
ELECTRONICS - CRYOGENIC HARDWARE
Buyer not available
The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of specialized cryogenic hardware assemblies as outlined in Request for Proposal (RFP) 368223-GMG. This procurement aims to acquire critical components, including amplifiers, ferrite components, and infrared filters, which are essential for Fermilab's operations and must meet stringent technical specifications. Interested vendors are required to submit their firm-fixed price proposals, along with necessary certifications and supporting documents, by the deadline of May 2, 2025. For further inquiries, potential offerors can contact Grace Gomez at ggomez@fnal.gov.
Fermilab - Fabrication of Tunnel Transfer Line Control Valves
Buyer not available
The Department of Energy, through the Fermi Forward Discovery Group (FFDG), is soliciting proposals for the fabrication of Tunnel Transfer Line Control Valves, essential components for the Proton Improvement Plan II accelerator at Fermilab. Offerors are required to demonstrate compliance with stringent technical specifications, including experience with cryogenic valves in radiation environments and the ability to meet specified delivery schedules. These valves play a critical role in the operation of superconducting radio frequency cryomodules, ensuring efficient transport of cryogenic helium. Proposals must be submitted by May 19, 2025, with inquiries directed to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835.
Fermilab -Fabrication of Thermal Straps
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for the fabrication of thermal straps, a critical component in various electronic applications. The procurement aims to secure high-quality thermal straps made from certified Oxygen Free High Conductivity copper, adhering to specific tolerances and quality standards, which are essential for efficient thermal management in electronic systems. Interested offerors must submit comprehensive technical and pricing proposals by May 19, 2025, with inquiries directed to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835. This opportunity is open to both large and small businesses, with no set-aside provisions, and is categorized under NAICS code 334419.
Lamination Die and Machined Parts
Buyer not available
The Department of Energy, specifically the Fermilab office, is seeking proposals for the design and construction of a lamination die, along with the machining of two parts and the production of 6,695 components using the die. This procurement is critical for the ORBE magnet core project, which plays a significant role in advancing particle acceleration systems at Fermilab. Interested suppliers must submit firm-fixed price proposals by 5 PM CST on April 28, 2025, ensuring compliance with stringent quality control standards and technical specifications outlined in the associated documents. For inquiries, potential bidders can contact Patrick Tarpey at ptarpey@fnal.gov.
MAG-F Probe Fluxgate Sensor
Buyer not available
The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the procurement of a MAG-F Probe Fluxgate Sensor. This solicitation aims to secure a firm fixed price for the sensor, which is critical for measuring and controlling industrial process variables in scientific applications. The procurement process will follow a Low Price Technically Acceptable (LPTA) source selection method, emphasizing the importance of cost-effectiveness while ensuring technical compliance. Proposals are due by May 2, 2025, at 4 PM CT, and interested parties should direct inquiries and submissions to Procurement Specialist Grace Gomez at ggomez@fnal.gov. Compliance with federal regulations, including the completion of necessary representations and certifications, is required for all submissions.
Magnets for NNSA Beamline
Buyer not available
The Department of Energy, through Fermilab, is seeking proposals for the procurement of magnets for the National Nuclear Security Administration (NNSA) Beamline project. The procurement involves specific assemblies, including focusing solenoids and bending magnets, which are crucial for electron beam accelerators aimed at addressing the cobalt-60 shortage in healthcare sterilization. Proposals must be submitted by May 12, 2025, with technical questions accepted until May 6, 2025, and will be evaluated based on criteria such as technical capabilities, pricing, and delivery timelines. Interested bidders should contact Spencer Keske at skeske@fnal.gov for further information and ensure compliance with all required certifications and specifications outlined in the RFP documentation.
RFP-366841-CMR
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for the procurement of vacuum-related equipment under Request for Proposal 366841-CMR. The procurement aims to acquire a comprehensive vacuum instrumentation system, including vacuum controllers, Pirani and cold cathode gauges, and radiation-resistant cabling, essential for maintaining operational pressures in the muon beamline vacuum volumes for particle detection experiments. This equipment is critical for the Mu2e experiment, which requires stringent performance criteria to ensure durability and accuracy in a challenging operational environment. Proposals are due by May 9, 2025, and must be submitted via email to Procurement Specialist Crystal Momon-Reed at cmomreed@fnal.gov, including necessary certifications and compliance documentation as outlined in the solicitation.
ITAR Copper Spherical Cavities
Buyer not available
The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking proposals for the procurement of eight ITAR-compliant Copper Spherical Cavities, which are critical components for high-power X-band RF systems. Interested suppliers must submit a firm-fixed price proposal that adheres to the International Traffic in Arms Regulations (ITAR) and includes an ITAR Compliance Questionnaire, demonstrating prior experience in manufacturing ultra-high vacuum components and conducting RF measurements. The procurement is governed by the Defense Priorities and Allocations System (DPAS) regulations, with successful vendors required to meet stringent quality control measures, including RF testing and helium leak checks. Proposals are due by May 9, 2025, at 4 PM PST, and must remain valid for 90 days post-submission; inquiries can be directed to Astrid Torres at astridt@slac.stanford.edu.
RFP#366727KMW - APS-TD CRYO IB1 MYCOM 3 Electrical Work
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for electrical work associated with the APS-TD CRYO IB1 MYCOM 3 project, specifically under RFP366727KMW. Contractors are required to provide labor, materials, and equipment necessary to complete the project in compliance with specified guidelines, including adherence to safety standards such as NFPA 70E and OSHA regulations. This procurement is particularly significant as it emphasizes the involvement of small businesses, with a total small business set-aside designation, and aims to enhance operational safety and efficiency at Fermilab in Batavia, Illinois. Interested parties must submit their proposals by 5 PM Central Time on May 9, 2025, and are encouraged to attend a pre-proposal meeting on April 30, 2025, for further clarification on project requirements. For inquiries, contact Kody M Whittington at kwhittin@fnal.gov or call 630-840-6898.
ITAR DPAS Two-way & Four-way Splitters with Circular Ports
Buyer not available
The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking proposals for the procurement of ITAR-compliant two-way and four-way splitters with circular ports. The laboratory requires these specialized components to support its advanced scientific research, emphasizing the need for high-quality fabrication and compliance with stringent federal regulations. Proposals must be submitted by May 13, 2025, and should include detailed technical compliance statements, pricing, and delivery schedules, with a completion deadline of September 1, 2025. Interested vendors can direct inquiries to Ryan Enos at ryan.enos@slac.stanford.edu for further clarification on the proposal requirements.