Alternating Current (AC) Distribution Materials
ID: 374951_MRType: Solicitation
Overview

Buyer

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

NAICS

Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers (423610)

PSC

ELECTRICAL HARDWARE AND SUPPLIES (5975)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the procurement of Alternating Current (AC) Distribution Materials to support the Proton Improvement Plan II (PIP-II) project. This solicitation, identified as RFP #374951_MR, requires vendors to provide a range of electrical components that meet specific Underwriters Laboratories (UL) standards, ensuring safety and quality for government projects. Proposals are due by 2:00 P.M. CST on November 20, 2025, and must include detailed pricing information and compliance with a small business subcontracting plan if applicable. Interested parties should direct inquiries to Michele Reynolds at micheler@fnal.gov or call 630-840-2448.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.
    RFP - Corrective Repair and Preventative Maintenance Overhead Door Services
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for corrective repair and preventative maintenance services for overhead doors, revolving doors, automatic pedestrian doors, fire doors, and dock levelers at its Batavia, Illinois campus. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Firm-Fixed-Price (FFP) and Firm-Fixed Unit Price (FFUP) rates, requiring the selected contractor to provide all necessary labor, materials, tools, and equipment while adhering to strict environmental, safety, and health regulations. Proposals are due by December 17, 2025, with questions accepted until December 10, 2025; interested parties should contact Brittany Hopkins at bhopkins@fnal.gov or 630-840-3708 for further information.
    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.
    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.
    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.
    Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for construction services related to the Integrated Engineering and Research Center (IERC) CCD Space Humidification project. The selected subcontractor will be responsible for providing all necessary supervision, labor, materials, tools, and associated costs to install two humidification units, which are critical for maintaining precise humidity control in the lab environment. This project is particularly important for the manufacturing of sensitive experimental components, ensuring compliance with safety and quality standards throughout the construction process. Interested small businesses must submit their proposals by January 7, 2026, including a technical and business management section, following a mandatory pre-proposal meeting on December 18, 2025. For further inquiries, contact Dasia Guthrie at dguthrie@fnal.gov or call 630-840-2494.
    Presolicitation Notice for Upper Wide-Angle Viewing System (UWAVS) Instrumentation and Control (I&C) Subsystem
    Buyer not available
    The Department of Energy, through the Princeton Plasma Physics Laboratory (PPPL), is issuing a presolicitation notice for the Upper Wide-Angle Viewing System (UWAVS) Instrumentation and Control (I&C) Subsystem. This procurement aims to manufacture and test the I&C components and software for the UWAVS, which is critical for the ITER fusion energy project in France, focusing on the upper ports of the facility. The project will be executed in two phases, encompassing preparation and manufacturing, with strict adherence to quality assurance protocols and US export control laws. Interested suppliers are encouraged to review the draft procurement documentation and submit comments or questions to Khalif Stripling at kstripli@pppl.gov, referencing PPPL RFI26014KS in their correspondence. The formal Request for Proposals (RFPs) is expected to be issued by May 2026.
    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.
    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.