LBNF Argon Distribution Equipment IDIQ
ID: LBNF-355802-JDType: Solicitation
Overview

Buyer

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

NAICS

Industrial Machinery ManufacturingT (3332)

PSC

MISCELLANEOUS SPECIAL INDUSTRY MACHINERY (3695)
Timeline
    Description

    The Department of Energy, through Fermilab, is seeking proposals for the LBNF Argon Distribution Equipment Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at supporting the Deep Underground Neutrino Experiment (DUNE) at the Sanford Underground Research Facility in Lead, South Dakota. The procurement involves the engineering, manufacturing, installation, and testing of systems for transferring gaseous and liquid argon, which are critical for maintaining cryogenic conditions in neutrino detectors. This project is essential for advancing scientific research in neutrino properties and related phenomena, with a contract value ranging from a minimum of $100,000 to a maximum of $48 million, valid from December 18, 2025, to April 30, 2030. Interested vendors should contact Jeremy R. Duncan at jeremyd@fnal.gov or call 865-300-0443 for further details and to ensure compliance with proposal submission deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fermilab Environmental Safety and Health (ES&H) Manual presents a questionnaire designed for subcontractors to report injury and illness data over a three-year period. Key components include requesting the company's details, workers' compensation information, and safety metrics such as recordable cases and incident rates. The form mandates the completion of specific data points, including the interstate experience modification rate and the names of supervisors responsible for safety. Calculations for total recordable cases and lost workday rates are also required to assess workplace safety performance compliance. The purpose of this document is to ensure rigorous tracking and evaluation of safety performance among subcontractors, reinforcing Fermilab's commitment to a safe working environment in alignment with federal and state regulations pertinent to RFPs and grants.
    The document outlines the General Terms and Conditions for Subcontracts relating to supplies and services performed at the Sanford Underground Research Facility (SURF), managed by the Fermi Research Alliance (FRA). It defines essential terms, emphasizing the scope of the subcontract, payment procedures, performance standards, and liabilities. Key clauses establish that the subcontractor operates as an independent entity, must maintain licensing, and adhere to environmental and safety regulations. The agreement also stipulates conditions for changes, warranty claims, and insurance requirements, ensuring compliance with federal and state laws. Moreover, the document includes protocols for addressing disputes through negotiation, mediation, or arbitration, supporting amicable resolutions while work continues. Notably, it mandates robust indemnification measures to protect FRA and its affiliates. The overarching goal is to establish clear operational parameters and accountability for the subcontractor while fostering a safe and lawful work environment at SURF, as dictated by federal acquisition regulations, specifically targeting effective management of government contracts. Overall, the terms aim to ensure compliance, safety, and a clear framework for project execution and risk management.
    The document outlines the project schedule requirements for the Argon Distribution Equipment installation, detailing procedures and administrative protocols for engineering, manufacturing, and installation phases. Key sections include definitions of activities, critical paths, and reporting requirements, such as engineering schedule submissions, manufacturing and commissioning updates, and detailed daily reports. The subcontractor must utilize Primavera (P6) for project scheduling and provide comprehensive documentation of progress against defined milestones, including costs and resource allocations. Several reports, such as activity, logic, total float, and earnings reports, must be submitted regularly. Quality assurance measures necessitate the assignment of a qualified scheduler within two weeks of notice to proceed, and a prescheduling conference to strategize the project timeline is mandated. The document emphasizes the coordinated effort between the subcontractor's scheduled activities and the overarching project timelines mandated by federal regulations, ensuring efficient management and compliance with contractual obligations. The ultimate goal is to maintain project organization, facilitate communication among stakeholders, and uphold adherence to both schedule and quality standards throughout the project’s lifecycle.
    The document is a Register of Wage Determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, outlining minimum wage requirements for contractors in South Dakota. The established minimum wage for contracts awarded after January 30, 2022, is $17.20 per hour under Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum wage of $12.90 based on Executive Order 13658. Various occupations are listed, including their corresponding wage rates, fringe benefits, and health welfare contributions. The document emphasizes compliance with the SCA and outlines guidelines for contractors regarding paid sick leave, vacation, holidays, and uniform allowances, specifically for those involved in hazardous positions. It highlights that any unlisted classifications require a conformance request to ensure appropriate compensation. This wage determination provides essential wage structures and worker protection measures, reinforcing the government’s commitment to fair labor practices for contracted service work. Overall, it serves as a crucial guideline for federal contracts, ensuring workers are adequately compensated and protected under the law.
    The document comprises Attachment J-15, related to RFP LBNF-355802-JD, outlining fixed pricing structures for various labor and materials in an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the LBNF project. It details standard labor rates, overtime rates, and holiday/weekend rates for various technician roles, including weld technicians and project managers, across multiple years from CY 2025 to CY 2030. Additionally, it specifies costs for equipment based on different time frames (daily, weekly, monthly) for items like welding equipment, vacuum pumps, and mass spectrometry. The file includes two Firm Fixed Price Proposals for IDIQ Delivery Orders: 1. The first involves the engineering, manufacturing, shipping, and installation/testing of VJ pipes and valves. 2. The second focuses on the engineering and installation of Argon/Nitrogen uninsulated pipes and valves. Completion timelines are required in weeks post-order receipt. The document serves as a framework for pricing and deliverables in response to government solicitations, emphasizing cost structure, service details, and compliance with project specifications. It reflects the government’s systematic approach to secure reliable contractor pricing in federal contracts.
    The document outlines the insurance requirements for subcontracted work at the Sanford Underground Research Facility (SURF) under Fermi Research Alliance, LLC (FRA). The requirements include minimum coverage limits for various insurances, such as commercial general liability ($5 million each occurrence), automobile liability ($1 million), excess liability ($1 million), and specific provisions for pollution liability and worker's compensation. Special provisions mandate that subcontractors include FRA and other associated parties as additional insureds and maintain compliance with all insurance protocols. Subcontractors must provide evidence of insurance within ten days of signing the contract and notify FRA of any policy changes. Indemnification clauses ensure that subcontractors are responsible for any losses incurred by FRA due to non-compliance with these insurance standards. The document highlights the extensive risk management protocols necessary for working on government contracts and underscores the importance of insurance in mitigating potential liabilities at the research facility. Overall, it serves as a guideline to ensure appropriate coverage and protection for all parties involved in the project.
    The RFP LBNF-7848-JD outlines the requirements and scope for forthcoming projects under the federal government’s procurement program. The primary objective is to solicit proposals from qualified vendors to provide innovative solutions and services that align with government objectives. Key areas of focus include adherence to federal regulations, budget compliance, technical capabilities, and project timelines. Additionally, the document emphasizes the importance of collaboration with local stakeholders and agencies, ensuring transparency and efficient resource allocation. Vendors are expected to demonstrate their experience and capacity in handling similar projects, maintain high compliance with safety and environmental standards, and engage in sustainable practices. Detailed evaluation criteria are set forth to assess submissions, ensuring that selected proposals contribute effectively to the government’s mission. This RFP serves as a strategic initiative aimed at fostering innovation and enhancing service delivery within government operations.
    The document outlines the Scope of Work and Performance Specification for the Argon Distribution VJ Pipes and Valves at the Long-Baseline Neutrino Facility (LBNF) and Deep Underground Neutrino Experiment (DUNE) in the U.S. The primary purpose is to establish requirements for the engineering, manufacturing, installation, and testing of a system designed to transport gaseous and liquid argon underground, essential for maintaining cryogenic temperatures in large-scale neutrino detectors. Key points include adherence to various applicable engineering codes, specifications for mechanical and thermal performance, and extensive quality assurance protocols. The project will require detailed engineering plans, procurement of materials, and installation of specialized equipment, all subject to strict compliance and testing for safety and performance. Specific requirements delineate the need for vacuum insulated piping, thermal isolation specifications, and rigorous testing protocols including leak and pressure tests. The Subcontractor is responsible for overall project management, documentation, and must ensure support structures and interfaces with existing cryogenic systems are adequately designed. Continuous oversight by Fermi Research Alliance (FRA) is mandated throughout the project lifecycle. This comprehensive specification reflects the federal government’s commitment to scientific integrity and safety in national neutrino research.
    The document outlines the Scope of Work and Performance Specification for the Argon Distribution Uninsulated Pipes and Valves associated with the Long-Baseline Neutrino Facility (LBNF) / Deep Underground Neutrino Experiment (DUNE) project. The primary purpose is to facilitate the engineering, manufacturing, delivery, installation, and testing of piping systems required for transferring gaseous argon and nitrogen within the underground facility at the Sanford Underground Research Facility (SURF). Key aspects include the definitions of the supply scope, required engineering standards, and rigorous testing and inspection protocols to ensure safety and functionality. The Subcontractor is responsible for all labor, materials, and compliance with applicable engineering codes and environmental safety measures. Integral to the scope are detailed specifications on manufacturing processes, installation procedures, and quality assurance practices, including various tests for leak tightness, pressure resilience, and cleanliness. The document is structured with sections on codes and standards, supply specifications, functional requirements, interface details, and a comprehensive description of manufacturing, installation, and quality control measures. Overall, it emphasizes the critical importance of adhering to technical specifications and regulatory requirements to achieve project goals and ensure operational integrity.
    The Argon Distribution Equipment Scope of Work for the Long-Baseline Neutrino Facility (LBNF) and Deep Underground Neutrino Experiment (DUNE) outlines the specific requirements for transferring gaseous and liquid argon necessary for the experiment's operations at the Sanford Underground Research Facility. The document details the responsibilities for the procurement, engineering, installation, and compliance with strict safety standards related to the underground installation of argon distribution systems and associated equipment. The scope is divided into multiple delivery orders, including the supply of vacuum-jacketed pipes, valves, and various cryogenic systems, and highlights the critical connections necessary for maintaining the purity and stability of liquid argon within the detectors. Emphasis is placed on material compatibility, leak tightness, and thermal insulation, with stringent specifications for all components used in the cryogenics systems. The document serves as a comprehensive guide for potential contractors seeking to fulfill these requirements while adhering to applicable codes and standards and ensuring project management, quality assurance, and safety measures are upheld throughout the engagement. This RFP aims to enable DUNE’s ambitious scientific objectives while managing logistical challenges posed by installation deep underground.
    The document outlines the specifications for load envelopes related to the Ross Cage, Ross Shaft, and Skip Transport Cage, including details on maximum load dimensions and handling requirements for equipment in a federal context. It presents specific measurements in metric and imperial units, detailing maximum weight capacities, dimensions for various load types, and notes design considerations for over-high loads. Moreover, it emphasizes the need for submission of load drawings and the importance of contacting the project lead, Ladia Jakubec, for any queries regarding logistics or special requirements. The document serves as a guide for contractors or stakeholders involved in operations at the facility, ensuring compliance with safety and operational standards in a governmental context, particularly useful in the framework of RFPs and grants pertaining to heavy machinery handling and transport logistics.
    The RFP-LBNF-355802-JD pertains to the procurement of Argon Distribution Equipment, accompanied by specific instructions for accessing the Statement Of Work (SOW) Appendix C. Due to file size limitations on the SAM.gov platform, interested parties must download the compressed (.zip) files from the designated Fermilab OneDrive portal. This RFP underscores the federal government's initiative to obtain specialized equipment, highlighting the structured approach to facilitate access to detailed project specifications. By providing a clear pathway to obtain vital project information, the document aims to streamline the proposal process for potential contractors, ensuring all relevant parties are adequately informed to participate in the bidding process. The focus on accessibility and efficiency reflects the government's commitment to transparency and collaboration in public procurement efforts.
    The document outlines safety, environmental, and health (ES&H) requirements for subcontractors working at the Sanford Underground Research Facility (SURF) under the Fermi Research Alliance (FRA). It emphasizes the need for adherence to strict training and personal protective equipment (PPE) guidelines, detailing specific training programs such as ES&H surface and underground orientations. Subcontractors are required to submit an ES&H Plan, maintain a dedicated ES&H representative, and ensure compliance with multiple federal regulations, including OSHA standards. The subcontractor must implement robust hazard analysis and emergency response processes, uphold proper incident reporting, and ensure compliance with site access and environmental protection protocols. Key responsibilities include managing confined space entry, conducting risk assessments for hazardous materials, and maintaining safety documentation. The contract underscores the importance of a drug and alcohol-free workplace and mandates training and supervision for employees, highlighting the FRA’s commitment to maintaining a safe working environment while conducting complex research activities. Overall, the document serves as a comprehensive guideline for safety and regulatory compliance for subcontractors involved in operations at SURF, reflecting the federal commitment to worker safety and health standards.
    The document outlines the general requirements for the installation of Argon Distribution Equipment at the Long-Baseline Neutrino Facility (LBNF) located near the Sanford Underground Research Facility (SURF) in Lead, South Dakota. The purpose is to ensure the Subcontractor meets project specifications, adhering to industry standards, and regulatory requirements while providing necessary labor, materials, and oversight. Key elements include detailed descriptions of work responsibilities, materials and services provided by the Fermi Research Alliance (FRA), and essential facilities such as electrical power and water supply. The Subcontractor is expected to maintain safety standards and quality control, with specific requirements for documentation, inspections, and coordination of services. The installation will require careful planning around site access, waste management, and compliance with safety regulations, particularly given the complexity of simultaneous ongoing operations. The document also specifies the procedures for installation acceptance and documentation to ensure all work aligns with project specifications. This comprehensive approach aims to facilitate a fully functional argon distribution system, promoting the safety and efficacy of the installation process.
    This document outlines the procedures and requirements for submittals related to the Argon Distribution Equipment project under Section 013300. It specifies methods to manage project-related submittals, including a detailed submittal schedule that aligns with the installation timetable. The section distinguishes between action submittals that require responses from the Federal Railroad Administration (FRA) and subcontractors, and informational submittals which do not necessitate such actions. Key requirements include a clear format for submittals, coordination of review times, provisions for electronic submissions, and handling of corrections. Subcontractors are responsible for reviewing and approving their submissions before sending them to FRA, which will conduct its own review and response process. This structured approach ensures compliance with the project specifications, quality assurance, and regulatory requirements. The comprehensive procedures outlined emphasize the importance of timely and accurate submission processing to avoid project delays. Ultimately, the document serves to standardize the submittal process, ensuring all parties adhere to regulatory and contractual obligations while facilitating effective project management.
    The document outlines the quality requirements for subcontractors involved in the LBNF Argon Distribution Equipment project. It emphasizes the subcontractor's responsibility to manage and document all work activities to ensure compliance with contractual obligations. A detailed Quality Assurance (QA) Plan must be submitted and approved before work commencement, covering aspects such as QA organization, inspection processes, nonconformance controls, and training qualifications. The Subcontractor is expected to maintain comprehensive inspection records and coordinate with LBNF to ensure the quality of materials and workmanship throughout the project. Regular meetings are mandated to review project progress, issues, and compliance with QA standards. The document also addresses the control of suspect and counterfeit items, stressing the importance of preventing non-compliant materials from being utilized. The rigorous QA framework is designed to mitigate risks, ensure safety, and maintain high standards in project execution within the context of government contracts and federal regulations.
    The document outlines the registration procedure for attendees of a mandatory site visit related to RFP LBNF-355802-JD. It requires potential offerors to submit specific details about their attendees, including names, job titles, citizenship, and contact information. Additionally, it requests participants' sizes for personal protective equipment (PPE) to ensure proper fitting. Importantly, all subcontractor employees and sub-tier subcontractors must adhere to Real ID requirements to access Fermilab and South Dakota Department of Energy leased sites. This pre-proposal meeting is essential for fostering compliance with safety regulations and facilitating collaboration in project execution. The outlined requirements emphasize the necessity for careful planning and adherence to federal standards, ensuring that the project proceeds smoothly and safely.
    The Request for Proposal (RFP) LBNF-355802-JD issued by Fermi Research Alliance, LLC, aims to procure Argon Distribution Equipment and associated installation services for the Long Baseline Neutrino Facility/Deep Underground Neutrino Experiment. This IDIQ subcontract outlines provisions including questions and proposal submission deadlines, overviewing requirements for the provision of supplies and services. The contract is valid from December 18, 2025, to April 30, 2030, with a minimum guaranteed value of $100,000 and a maximum contract value of $48 million. Key elements of the RFP include instructions on proposal formats, evaluation criteria emphasizing technical merit and past performance, and mandatory attendance at a site visit for eligibility. The document highlights essential safety protocols and outlines the roles of subcontractors and FRA in project execution. Following the submission process, the evaluation will focus on the quality of the proposals received, with the goal of awarding the contract to an offer representing the best value considering both price and technical factors. This RFP reflects the government's commitment to securing innovative and efficient solutions for significant scientific projects.
    The Small Business Subcontracting Plan template provides a framework for contractors to develop their subcontracting strategies in compliance with federal regulations. It outlines essential components required in the subcontracting plan, such as contractor information, goals for subcontracting with various types of small businesses (e.g., Veteran-Owned, HUBZone, Women-Owned), and methods for identifying potential subcontractors. Contractors must set specific dollar goals aligned with statutory benchmarks, detail indirect costs, and designate an administrator for the program. The plan also includes assurances regarding fair opportunities for small businesses in subcontracting, cooperation with government surveys, and maintenance of detailed records to ensure compliance. Additionally, it emphasizes the importance of timely payments to small business subcontractors and mandates submission of periodic reports on subcontracting achievements. Overall, the document serves as a guide to ensure that federal contracts foster equitable opportunities for diverse small businesses and comply with government procurement regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    LBNF Argon Receiving System
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the engineering, manufacturing, installation, and testing of an Argon Receiving System at the Sanford Underground Research Facility (SURF) in Lead, South Dakota. This system is critical for the Long-Baseline Neutrino Facility (LBNF) and the Deep Underground Neutrino Experiment (DUNE), as it will facilitate the delivery, storage, and vaporization of liquid argon (LAr) necessary for the operation of large underground neutrino detectors. The project includes the construction of dedicated truck stations, multiple storage tanks, and associated vaporization and testing equipment, with a focus on compliance with stringent safety and quality standards. Proposals are due electronically by November 12, 2024, with inquiries accepted until October 29, 2024; interested parties can contact Jeremy R. Duncan at jeremyd@fnal.gov for further information.
    LBNF Internal Cryogenics
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab - DOE Contractor, is soliciting proposals for the engineering, manufacturing, and delivery of Internal Cryogenics systems for the Long-Baseline Neutrino Facility (LBNF) and the Deep Underground Neutrino Experiment (DUNE) located in Lead, South Dakota. The primary objective is to create cryogenic piping systems that will facilitate the transfer of liquid and gaseous argon within the cryostats, essential for purging, cooling, and maintaining the massive neutrino detectors used in groundbreaking scientific research. This procurement is critical for advancing the understanding of neutrino properties and the dynamics of supernovae, with the successful bidder expected to deliver thirty vacuum insulated and uninsulated cryogenic transfer lines by specified deadlines. Proposals must be submitted by November 1, 2024, and interested parties can contact Jeremy R. Duncan at jeremyd@fnal.gov for further information.
    LBNF/DUNE-US South Dakota Transportation Services
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for transportation services related to the Long-Baseline Neutrino Facility/Deep Underground Neutrino Experiment (LBNF/DUNE) in South Dakota. The procurement involves the transportation of approximately 6,900 metric tons of structural steel, prefabricated metal sheets, and other essential materials from a storage facility in Rapid City, SD, to the Ross Complex at the Sanford Underground Research Facility in Lead, SD. This transportation is critical for the construction of cryostats and scientific experiments, emphasizing the importance of timely and safe logistics support. Interested subcontractors should prepare their proposals in accordance with the guidelines outlined in the Request for Proposal (RFP) LBNF-357400-SH, with the contract period running from December 1, 2024, to November 30, 2025. For further inquiries, potential bidders can contact Sharlene Horton at shorton@fnal.gov or Craig Schmitz at schmitzc@fnal.gov.
    Fermilab LBNF NSCF Construction - Near Detector Complex RFP
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance (FRA), is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Near Detector Complex in Batavia, Illinois. The selected subcontractor will be responsible for comprehensive construction services, including the development of a service building, shafts, a detector cavern, and site improvements, all under a Firm Fixed Price contract. This project is critical for advancing neutrino physics research, necessitating adherence to high standards of safety, quality, and environmental compliance throughout the construction process. Proposals are due by December 13, 2024, with a mandatory pre-proposal conference scheduled for July 10, 2024; interested parties should direct inquiries to Brian Quinn at bquinn@fnal.gov or Craig Schmitz at schmitzc@fnal.gov.
    Fermilab LBNF NSCF Construction - Beamline Complex RFP
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance (FRA), is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Beamline Complex in Batavia, Illinois. The project aims to select a subcontractor to provide comprehensive construction services, including labor, materials, and site infrastructure necessary for the Beamline Complex, which supports significant neutrino physics research. This initiative is crucial for advancing scientific infrastructure and enhancing capabilities in fundamental physics research. Interested contractors must attend a mandatory Pre-Proposal Conference on July 11, 2024, and submit their proposals by December 18, 2024. For further inquiries, contact Brian Quinn at bquinn@fnal.gov or 630-840-5777.
    RFP#361279KMW - Neutron Detector Beam Loss Monitors
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is seeking proposals for the procurement of Neutron Detector Beam Loss Monitors (RFP361279KMW) to be utilized in the PIP-II superconducting H- linear accelerator. The project requires the design and fabrication of neutron detectors that meet specific technical requirements, including a photomultiplier/scintillator-based design and precise measurement capabilities for neutron flux. This procurement is critical for enhancing the operational efficiency of the accelerator, which plays a significant role in advancing scientific research. Interested contractors must submit their proposals by October 10, 2024, at 6:00 pm CT, and can direct inquiries to Procurement Specialist Kody M. Whittington at kwhittin@fnal.gov or by phone at 630-840-6898.
    SOLICITATION SPE601-24-R-0318, Gases Compressed and Liquefied LAE, LN2, NLL, LNQ, Aberdeen Proving Ground, MD
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for a five-year contract to supply Liquid Argon (LAE), Liquid Nitrogen (NLL & LNQ), and Liquid Oxygen (OLB) to Aberdeen Proving Ground, Maryland. The contractor will be responsible for delivering these gases, along with associated services such as expedited delivery, general maintenance, and cylinder recertification testing, ensuring compliance with safety and industry standards. This procurement is crucial for maintaining operational readiness at the facility, with proposals due by October 28, 2024, at 3:00 PM CDT. Interested vendors should contact Dovie Gary at dovie.gary@dla.mil or Leno Smith at leno.smith@dla.mil for further information.
    Avio 560 Max HTS System
    Active
    Energy, Department Of
    The Department of Energy, through the Argonne National Laboratory, is soliciting proposals for the procurement of an Avio 560 Max HTS System and associated equipment and services. The procurement includes a range of items such as a Dell Windows 10 System ICP Controller, installation services, and various solutions and kits necessary for the operation of the Avio system. These items are critical for laboratory operations and research activities at the Argonne facility in Lemont, Illinois. Interested vendors must submit their proposals by 12:00 PM CST on September 30, 2024, including the completed ANL-70 Request for Quotation and the ANL-70B Pre-Award Information documents, and can direct any inquiries to Elizabeth DeCarlo at bdecarlo@anl.gov or by phone at 630-252-6118.
    SPE60124R0317 LAE, LN2 & ABO Norfolk NSY, VA
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy, part of the Department of Defense, is seeking proposals for a firm-fixed price requirements contract for the delivery of Liquid Argon, Liquid Nitrogen, and Aviator Breathing Oxygen to the Norfolk Naval Shipyard in Virginia. The contract, which spans a period of 60 months from April 1, 2025, to March 31, 2030, requires the contractor to provide all necessary products, materials, and services, including the installation and maintenance of contractor-provided tanks, with deliveries expected within 24 hours of notification. These aerospace energy products are critical for military operations, ensuring the safety and effectiveness of aviation systems. Interested parties must submit their proposals by October 21, 2024, at 3:00 PM CDT, and can direct inquiries to Nelson Vega Beltran or Jessica Negron via email for further clarification.
    Turbo Station for MI60 Shop
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the procurement of a Pfeiffer pump, specifically the HiCube 80 Neo and related components, as part of its operations under prime contract No. DE AC02 07CH11359. This procurement is critical for maintaining high-precision equipment necessary for scientific research and operations at Fermilab, located in Batavia, Illinois. Proposals must be submitted by October 13, 2024, and should include compliance with required certifications, including the SARC and PUR-466 forms, particularly if the proposal exceeds $10,000. Interested vendors can direct inquiries to Spencer Keske at skeske@fnal.gov for further details.