The Request for Proposal (RFP) #374951_MR, issued by Fermi Forward Discovery Group, LLC (FFDG) on behalf of Fermi National Accelerator Laboratory (Fermilab) and the U.S. Department of Energy, seeks proposals for Alternating Current (AC) Distribution Materials. This acquisition supports the Proton Improvement Plan II (PIP-II) project and is categorized under NAICS code 423610 (Electrical Apparatus and Equipment Merchant Wholesalers). The RFP is unrestricted, but a small business subcontracting plan is required for awards exceeding $750,000 if the awardee is not a small business. Proposals are due by 2:00 P.M. CST on November 20, 2025, and must include an Excel Unit Pricing Sheet (Exhibit F) and a Summary Pricing Sheet (Exhibit G), detailing firm-fixed prices, shipping costs, and proposed delivery dates. All questions must be submitted in writing by November 13, 2025, to Procurement Specialist Michele Reynolds. FFDG reserves the right to accept or reject proposals and will award to the lowest-priced, technically acceptable offeror.
The Fermi Forward Discovery Group, LLC (FFDG) General Terms & Conditions for Supplies (08/2025) outlines the contractual framework for subcontractors providing supplies to the Fermi National Accelerator Laboratory. The document defines key terms, specifies the scope of work, and establishes the subcontractor as an independent entity. It details provisions for payment, inspection, licenses, and procedures for changes and modifications. Crucially, it addresses indemnification, liability, warranties (including IPv6 compliance for IT), and suspect/counterfeit parts. Termination conditions, dispute resolution mechanisms (including mediation and arbitration), and applicable laws (Illinois law where federal law doesn't apply) are also covered. The terms include clauses on information release, notifications, site access requirements (especially for foreign nationals), and environmental, safety, and health (ES&H) compliance. Furthermore, it incorporates various Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses, with specific applicability thresholds for subcontract value, covering areas like whistleblower protection, computer security, patent rights, and labor standards like the Walsh-Healey Public Contracts Act.
The FL-55 (Rev. 6/23) document outlines the requirements for small business subcontracting plans for federal government subcontracts. It defines key terms such as "Alaska Native Corporation," "commercial item," and various plan types (commercial, individual contract, master). Subcontract-offerors must submit and negotiate a subcontracting plan that details goals for utilizing various small business concerns, including veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned small businesses. The plan must include specific dollar goals, descriptions of supplies and services to be subcontracted, methods for developing goals and identifying sources, and the name of the program administrator. Subcontractors are required to maintain records of their efforts and submit periodic reports via the Electronic Subcontracting Reporting System (eSRS). Non-compliance can lead to a material breach of the subcontract. The document also specifies reporting procedures for both Individual Subcontract Reports (ISRs) and Summary Subcontract Reports (SSRs), emphasizing timely and accurate submission to the relevant government agencies.
The Fermi Forward Discovery Group, LLC (FFDG) Proposal Certifications document outlines standard terms and conditions for federal government solicitations, applicable to RFPs, grants, and state/local projects. It requires offerors to complete certifications based on proposal dollar value. Key certifications include Export/Import Control for proposals over $10,000, detailing compliance with US Munitions List and Commerce Control List regulations. The document also incorporates FAR 52.225-9 Buy American—Construction Materials, emphasizing the use of domestic materials in construction projects, with specific definitions for "domestic construction material," "critical components," and "critical items," and outlining exceptions and waiver request procedures. Additional certifications for proposals exceeding $150,000 cover Independent Price Determination, Payments to Influence Federal Transactions, Responsibility Matters (debarment, convictions, delinquent taxes), Employment Reports on Veterans, and Anti-Kickback Procedures. For proposals over $550,000, certifications related to Combatting Trafficking in Persons and compliance plans are required, particularly for work performed outside the United States and non-COTS items. The document also addresses intellectual property rights, specifically FAR 52.227-23 Rights to Proposal Data (Technical) and FAR 52.227-14 Rights in Data-General, along with DEAR provisions on patent rights, requiring offerors to specify proprietary data or indicate if they are small businesses, universities, or non-profit organizations. Offerors must also complete a Buy American Certificate (52.225-2) to certify the origin of end products or claim exemptions. All certifications require the signature of a company official, affirming their completeness and accuracy.
The Fermi Forward Discovery Group's Subcontractor Annual Representations & Certifications (SARC) form ensures compliance with federal regulations for U.S. Government contracts. It requires offerors to provide detailed information on ownership (U.S., U.S. incorporated with foreign parent, or foreign-owned) and entity type (corporation, LLC, partnership, etc.). The form also covers business categories, including small business classifications and diversity categories. Additionally, it addresses executive compensation reporting requirements, accounting system status, and certifications related to responsible offeror status, E-Verify enrollment, export/import control, equal opportunity, affirmative action, and limitations on pass-through charges. Subcontractors must promptly update FermiForward on any changes to their information.
This document is a Request for Proposal (RFP No: 374951_MR) for Alternating Current (AC) Distribution Materials, detailing a comprehensive list of electrical components. The RFP outlines various B-Line brand cable trays, ladder drop-outs, barrier strips, and center hung supports. It also includes different sizes of EMT and GRC conduits, GRC couplings, and a wide array of THHN copper stranded wires in various gauges and jacket colors (red, blue, black, white, green, brown, yellow, orange, gray). Furthermore, the document specifies galvanized struts, two-piece strut straps, threaded rods and couplings, tapped beam clamps, and a full range of Liquidtite conduits and connectors (straight and 90-degree). Finally, it lists EMT and rigid compression connectors and couplings, locknuts, insulated rigid bushings, and grounding bushings. The document provides quantities for each item, but unit prices, total costs, and delivery days are left blank for vendor submission.
RFP#374951_MR outlines the general specifications for electrical equipment components, requiring all applicable items to meet specific Underwriters Laboratories (UL) standards. Electrical Metallic Tubing (EMT) must adhere to UL 797, while Galvanized Rigid Conduit (GRC) or Rigid Metal Conduit (RMC) must be listed according to UL 6. All fittings for EMT, RMC, and GRC are required to comply with UL 514B. Strut components must meet UL 5, and liquidtite must conform to UL 360. Finally, Thermoplastic Insulated Wire (THHN) is mandated to be listed in accordance with UL 83. These specifications ensure the safety and quality of electrical components used in government projects.