PIP-II HPRF WR1150 Waveguide Directional Couplers for LB/HB650
ID: RFP_375414RLPType: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    The Department of Energy, through Fermilab, is soliciting proposals for the procurement of 55 WR1150 Waveguide Dual Directional Couplers, as outlined in Request for Proposal (RFP) 375414RLP. The couplers must meet specific technical requirements, including a center frequency of 650 MHz, a coupling of 50 +/- 0.5 dB, and a directivity of at least 40 dB, to ensure proper functionality in RF distribution systems while maintaining acceptable levels of non-ionizing radiation. Proposals are due by November 7, 2025, at 5 PM CST, and must include a firm-fixed price, completed RFP page, Subcontractor Annual Reps & Certs (SARC) Form, and Proposal Certifications (PUR-466). Interested parties should direct any contractual questions to Rhiannon Patterson at rhiannon@fnal.gov or by phone at 605-431-2905.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fermi Forward Discovery Group, LLC (FFDG) General Terms and Conditions document outlines the contractual obligations for commercial products and services under FFDG’s prime contract with the U.S. Department of Energy. It details definitions, scope, payment terms, inspection rights, warranties against defects and counterfeit parts, and conditions for changes, indemnification, and termination. Key provisions include subcontractor responsibilities for maintaining licenses, adherence to performance standards, and compliance with environmental, safety, and health regulations. The document also specifies dispute resolution processes, information release protocols, and an order of precedence for contractual documents. It extensively incorporates Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses, with varying applicability based on subcontract value and nature of work, covering areas from whistleblower protection to small business utilization and IT security.
    The document "Proposal Certifications PUR-466" outlines mandatory certifications for offerors submitting proposals to Fermi Forward Discovery Group, LLC (FFDG). These certifications, required based on proposal dollar value, ensure compliance with federal regulations. Proposals exceeding $10,000 necessitate Export/Import Control certifications, including contact information and classification of items for military, space, or general commercial use, and compliance with the "Buy American – Construction Materials" clause. This clause defines domestic construction material, critical components, and criteria for exceptions, prioritizing U.S.-sourced materials. Proposals above $150,000 require certifications for independent price determination, disclosure regarding payments to influence federal transactions (anti-lobbying), and responsibility matters (debarment, tax delinquency, contract terminations). Additionally, offerors must certify compliance with "Employment Reports on Veterans" and "Anti-Kickback Procedures." For proposals over $550,000, "Combatting Trafficking in Persons" and a "Trafficking in Persons Compliance Plan" certification are mandated if work is performed outside the U.S. and is not entirely COTS items. The document also addresses intellectual property rights, specifically "Rights to Proposal Data (Technical)" and "Patent Rights," depending on whether a technical proposal is considered and the offeror's entity type. All certifications require acknowledgment and signature by a company official.
    The Fermi Forward Discovery Group, LLC Subcontractor Annual Representations & Certifications (SARC) form ensures compliance with U.S. Government contract requirements. It collects critical subcontractor data, including ownership, business type (e.g., U.S. owned, foreign owned, corporation, LLC, non-profit), and small business classifications (e.g., Woman-Owned, HUBZone, Veteran-Owned). The form also addresses executive compensation reporting for entities receiving significant federal funding, accounting system approvals, and responsible offeror certifications regarding financial resources, ethics, and anti-trafficking policies. Furthermore, it covers E-Verify enrollment, export/import control compliance, Equal Opportunity certifications (EEO-1 and affirmative action programs), and limitations on pass-through charges. Subcontractors must certify the accuracy of provided information and agree to comply with all stated requirements, including notifying FermiForward of any changes.
    Fermi National Accelerator Laboratory (Fermilab), managed by Fermi Forward Discovery Group, LLC (FFDG), has issued Request for Proposal (RFP) 375414RLP for 55 WR1150 Waveguide Dual Directional Couplers. Proposals are due by November 7, 2025, 5 PM CST. The couplers must meet specific technical requirements, including a center frequency of 650 MHz, 50 +/- 0.5 dB coupling, and a directivity of ≥ 40 dB. Delivery is expected 20 weeks after receipt of order (ARO) to Fermilab's receiving warehouse in Batavia, IL. Offerors must submit a firm-fixed price proposal including freight charges (FOB Fermilab), a completed RFP page, Subcontractor Annual Reps & Certs (SARC) Form, and Proposal Certifications (PUR-466). Award will be based on a best value source selection, favoring the lowest-priced technically acceptable offeror. Contractual questions should be directed to Rhiannon Patterson, Procurement Specialist II.
    Lifecycle
    Title
    Type
    Similar Opportunities
    59--COUPLER,DIRECTIONAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 49 units of the directional coupler (NSN 5985016495340). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, and includes a guaranteed minimum quantity of 7 units. The couplers are critical components in electrical and electronic equipment, and the items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically by the specified deadline, and any inquiries should be directed to the primary contact at DibbsBSM@dla.mil.
    59--COUPLER,TRANSMISSIO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of transmission couplers under solicitation number N00383. The primary objective of this procurement is to acquire commercial items that fall under the NAICS code 334220, which pertains to radio and television broadcasting and wireless communications equipment manufacturing. These couplers are critical components used in various defense applications, emphasizing the importance of timely delivery and competitive pricing in the procurement process. Interested vendors must submit their revised quotes by August 27, 2025, to Carolyn A. Clark at carolyn.a.clark30.civ@us.navy.mil, with a focus on delivery timelines, as all units must be delivered within 400 days of the order.
    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.
    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.
    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.
    49--NRP,ANTENNA COUPLER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking to procure three units of the Antenna Coupler (NSN 7R-4920-016010099-E8, REF NR 74D765118-1001). Due to the unavailability of necessary data for competitive acquisition or repair of this part, the government intends to solicit and negotiate with only one source under FAR 6.302-1. The Antenna Coupler is critical for aircraft maintenance and repair operations, underscoring its importance in ensuring operational readiness. Interested parties may submit their interest and capability statements within 45 days of this notice, and should contact Michael Kneble at (215) 737-5619 or via email at MICHAEL.KNEBLE@DLA.MIL for further details.
    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.
    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.
    59--COUPLER,ANTENNA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four units of the NSN 5985013291591 COUPLER, ANTENNA. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The couplers are essential components for various electrical and electronic equipment applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    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.