SLAC Substation 515 Upgrade Project
ID: SLAC_DRAFT_RFP_354944Type: Sources Sought
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFSLAC Natl Accel Lab -DOE ContractorMenlo Park, CA, 94025, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)
Timeline
    Description

    The Department of Energy is seeking qualified general contractors for the SLAC Substation 515 Upgrade Project at the SLAC National Accelerator Laboratory in Menlo Park, California. The project aims to replace the existing A5K transformer and retrofit the low voltage switchboard to ensure the facility can meet operational demands for scientific research. This upgrade is critical for maintaining the infrastructure necessary for the SLAC Synchrotron Radiation Laboratory's operations, which support a large community of scientific users. Interested vendors should express their interest through the SAM.gov posting, and while the formal Request for Proposal (RFP) has not yet been released, it is anticipated that construction will begin in late June 2025 and conclude by September/October 2025. For further inquiries, potential bidders can contact Jennifer Jamison at jjamison@slac.stanford.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    The SLAC National Accelerator Laboratory has issued a Request for Proposal (RFP_354944) for the B140 SSRL Substation 515 Upgrade project, focusing on the replacement of the A5K Transformer and the retrofit of a low-voltage switchboard. Interested offerors are invited to submit firm-fixed-price proposals in accordance with the provided terms, conditions, and Statement of Work. The deadline for proposals and a site visit date are yet to be determined; attendance at the site visit is strongly recommended, and safety protocols must be followed. Proposals must include signed sections and appropriate certifications, and communication regarding the RFP is restricted to the designated procurement representative. The project is governed by the Davis-Bacon Act, making it a federal construction initiative. Queries regarding the proposal can be submitted until a specified deadline, and responses will be shared with all potential bidders. This document emphasizes compliance with labor regulations and aims to ensure integrity in the procurement process by prohibiting conflicts of interest in subcontractor assignments.
    The document outlines a formal subcontract agreement pertaining to the SSRL Substation 515 Upgrade Project at the SLAC National Accelerator Laboratory, managed by Stanford University for the U.S. Department of Energy. It establishes a firm fixed price contract, detailing essential information such as the subcontract number, solicitation number, key personnel, and submission instructions. The purpose of the subcontract is to ensure the delivery of specified supplies and services related to the project, emphasizing the obligations and rights of both parties involved. Additionally, it includes reference points for terms and conditions, as well as evaluation factors for award. This solicitation process is in line with federal RFPs and procurement standards, focusing on compliance and efficient project execution.
    The document outlines a supply chain management proposal for the SSRL Substation 515 Upgrade Project, specifically focusing on the A5K transformer and LV Switchboard. It details the required supplies/services under Section B, presenting a single item with associated cost details, indicating a quantity of one lot for the upgrade project. Payment terms are specified as net 30 days unless stated otherwise, and there is an indication for potential discounts based on certain criteria like educational or quantity-related factors. The reference to a Unique Entity ID and DUNS Number suggests formal compliance with federal contracting requirements. The overall structure is concise, primarily providing essential pricing information necessary for the procurement process. This document typically functions within the framework of government RFPs and grants related to infrastructure and service enhancements, indicating the government’s commitment to modernizing utility services while adhering to procurement standards.
    The document outlines the Statement of Work for the “Substation 515 Upgrade Design-Bid-Build Package,” specifically addressing the replacement of the A5K transformer and the retrofit of the low voltage switchboard at the SLAC National Accelerator Laboratory. It references several key attachments, including the upgrade's design specifications, structural calculations related to seismic anchorage, and general construction details. The project aims to modernize electrical infrastructure at the facility to enhance operational efficiency and safety. It emphasizes compliance with applicable standards and codes throughout the construction process. This initiative is part of a broader federal effort to upgrade national laboratory facilities, ensuring they meet contemporary energy and operational requirements while adhering to rigorous safety practices.
    The document pertains to various federal and state/local Requests for Proposals (RFPs) and grants, emphasizing the need for compliance with government requirements in program execution. It highlights key areas such as project scope, financial accountability, and adherence to specific guidelines aimed at securing funding effectively. Primary focuses include ensuring that proposals articulate clear objectives, establish defined timelines, and align with federal priorities regarding community benefits and economic development. Supporting details elaborate on the criteria expected from applicants, including a detailed budget, project timelines, deliverables, and evaluation metrics to measure success. The document also underscores the importance of thorough research and innovative approaches in proposal development, as well as stakeholder engagement and collaboration. It concludes by reinforcing the mantra of transparency and accountability throughout the funding process, promoting responsible use of taxpayer dollars and ensuring that funded projects will lead to meaningful outcomes. This synthesis serves as a guide for organizations looking to navigate the complexities of the RFP process, ultimately aiming to enhance government service delivery while cultivating community trust.
    The document outlines the electrical specifications for the SLAC National Accelerator Laboratory's A5K Transformer Replacement and Low Voltage Switchboard Retrofit project. It details the design-bid-build package for upgrading the electrical infrastructure, including general requirements, equipment connections, grounding, and the installation of low voltage systems. Key sections cover the necessity for comprehensive electrical installations, adherence to regulatory standards (e.g., NEC, IEEE, NFPA), and stipulations for submittals and materials. The project mandates that all work be executed by qualified personnel, with strict compliance to safety and operational guidelines. Coordination with other trades, site investigations, and thorough inspections are emphasized to ensure a seamless implementation. Additional requirements specify documentation procedures, including testing, certification, and operation and maintenance manuals, to guarantee expert oversight and quality assurance throughout the process. This initiative reflects the government's commitment to upgrading vital scientific facilities while ensuring regulatory adherence and operational safety.
    The document focuses on the "A5K Transformer Replacement and Low Voltage Switchboard Upgrade" project at the Stanford Linear Accelerator Center (SLAC) located in Menlo Park, California. It outlines detailed plans for electrical power system upgrades necessary for the facility’s operations. Key components include the replacement of an existing transformer, upgrades to the low voltage switchboard, and associated demolition and new construction plans. The project emphasizes electrical safety procedures, environmental compliance, and compliance with national standards. Various diagrams and drawings illustrate specific structural and electrical modifications, including existing and new installation plans, site layouts, and detailed electrical specifications. Review and approval processes are mentioned, indicating that these plans have undergone several rounds of scrutiny to ensure regulatory adherence. This initiative showcases SLAC's commitment to enhancing its infrastructure while maintaining safety and efficiency standards in its operations.
    The document outlines the structural calculations for the A5k Permanent Transformer Replacement project at SLAC National Accelerator Laboratory, specifying the design of a new concrete slab and anchoring system for a transformer. The main objective is to ensure the foundation can adequately support the transformer under specified loads while meeting seismic and safety standards. Key design principles include adhering to the 2022 California Building Code, ASCE 7-16 for load requirements, and seismic specifications. Calculations confirm that the slab design, utilizing 2500 psi concrete, meets necessary strength criteria without special inspections. The anchoring system is designed to withstand both seismic forces and wind loads, with detailed analysis on anchor forces and material specifications provided. The report stresses compliance with structural codes and the importance of safety in design, particularly considering potential seismic activity in the region. This project represents a significant investment in infrastructure to enhance operational reliability and safety at SLAC, reflecting the government's commitment to maintaining critical facilities.
    The document contains information related to various aspects of federal grant proposals and requests for proposals (RFPs) applicable at both federal and state/local levels. It discusses funding opportunities, eligibility criteria for different grants, and procedural guidelines for submitting proposals. Key topics include the identification of priority areas for funding, requirements for project proposals, and the significance of compliance with fiscal and programmatic regulations set forth by federal agencies. Additionally, the document outlines the evaluation criteria for proposals, emphasizing the need for detailed justifications, budgetary allocations, and descriptions of anticipated outcomes. It highlights how grants are intended to support initiatives that align with government priorities, fostering innovation, community development, and public service enhancement. Overall, this document serves as a critical resource for entities seeking financial assistance from the government, providing guidelines for successful application submissions and the overarching objectives of federal funding frameworks.
    The document outlines the delivery and performance expectations for a government project at the SLAC National Accelerator Laboratory, specifically related to the SSRL Substation 515 Upgrade. The project involves the installation of an A5K transformer and a low-voltage switchboard. The performance period is defined, indicating that the project will commence upon the award of a subcontract and is expected to be completed within 12 weeks. This succinct overview of the project scope and timeline provides essential context for stakeholders involved in federal RFPs and grants, emphasizing the importance of clear deliverables and performance schedules in government projects.
    The document outlines the General Terms and Conditions for subcontracting at the SLAC National Accelerator Laboratory, managed by Stanford University under the U.S. Department of Energy. It specifically includes two sections: the General Terms and Conditions for Fixed Price Construction Subcontracts (dated March 2024) and a rider for Fixed Price Design-Build Subcontracts (from August 2022). These conditions serve as a framework for managing supply chain processes associated with construction and design-build projects. The document's focus is on establishing a standardized set of terms that ensure compliance and uniformity in subcontractor agreements, catering to the requirements of federal RFPs and grants related to construction and engineering services. This foundational guideline is important for maintaining consistency and adherence to federal regulations throughout cooperative projects.
    The document outlines the General Terms and Conditions for Fixed Price Construction Subcontracts, applicable for projects involving the Board of Trustees of Leland Stanford Jr. University through its SLAC National Accelerator Laboratory. The main purpose is to establish contractual obligations and standards that subcontractors must adhere to, encompassing definitions, order of precedence, scope of work, permits, submittals, and responsibilities for safety, environmental compliance, and insurance. Key sections include the explicit responsibilities of subcontractors regarding work performance, monitoring by the Buyer, requirements for insurance and indemnification, and the obligations surrounding permits and government-furnished property. The document stresses the importance of adhering to safety and health standards, including environmental protection measures and noise control protocols. It also addresses project logistics, including communication with other subcontractors, and mandating the submission of various required documents for project validation. The document emphasizes cooperation, timely completion, and compliance with regulatory requirements, aiming to ensure the successful execution of construction contracts while minimizing risks for all parties involved. Overall, this document serves as a comprehensive framework to guide subcontractor activities in federal grant and RFP contexts, ensuring accountability and alignment with federal standards.
    The document outlines the General Terms and Conditions for Fixed Price Design-Build Subcontracts, emphasizing the structured approach to design and construction projects. It defines essential terms, clarifies the scope of work—divided into design services and construction duties—and establishes comprehensive insurance requirements. The Seller is tasked with the responsibility for design quality, technical accuracy, and compliance with project guidelines, including site verification processes. Acceptance procedures stipulate that the Buyer reserves the right to inspect deliverables, with provisions for corrective actions in case of rejection. Overall, the document serves as a contractual framework aimed at ensuring accountability, quality assurance, and risk management in government-related design-build projects, reflecting the rigor and compliance standards expected in federal grants and RFPs.
    The document outlines the special terms and conditions for subcontractors working with the SLAC National Accelerator Laboratory. Key points include electronic submission of weekly labor compliance reports through the Labor Compliance Program Tracker, which is mandatory for all subcontractors. A Construction Manager or Project Manager has the authority to issue Field Change Orders up to $25,000 without prior approval, while larger modifications require clearance from the Subcontract Administrator. The document emphasizes the importance of key personnel for project integrity, necessitating prior approval from the Subcontract Administrator for personnel changes. Additionally, it details the management and use of Government-furnished property, specifying responsibilities for maintenance, reporting, and inventory management upon project completion. The overarching aim is to ensure compliance and operational efficiency in federal construction projects, highlighting processes for accountability, property management, and labor regulation adherence.
    The document outlines the attachments related to Supply Chain Management at SLAC National Accelerator Laboratory, operated by Stanford University under the U.S. Department of Energy. It consists of various forms and reports essential for subcontractors involved in projects. Key attachments include the Davis Bacon Wage Determination, Subcontractor Injury and Illness Prevention Plan Acknowledgement Form, and the Subcontract Labor Rate Sheet. Other important documents are the Work Classification Form, Safety Qualification Form, and the Final Inspection Report. These attachments provide necessary guidelines and frameworks for ensuring compliance with labor laws, safety protocols, and project management standards. The structured list serves to facilitate the coordination between contractors and the laboratory, ensuring that all parties adhere to safety regulations and labor requirements while executing their responsibilities under federal contracts. This indicates the laboratory's commitment to maintaining a compliant and safe operational environment in concert with government stipulations for procurement and grants.
    The document is a fragmented government file potentially related to requests for proposals (RFPs) or grants at the federal and state/local levels. Its primary purpose appears to involve the identification and assessment of key information relevant to government contracts, navigating through details of proposals, funding, and compliance standards. Key topics referenced include procedural guidelines for submitting proposals, eligibility criteria for federal grants, and specific regulations concerning project implementation. It discusses the importance of adhering to compliance requirements across various sectors like environmental standards and safety protocols. The document also implies a need for strategic planning and responsiveness to local government needs, illustrating the interplay between federal requirements and state or local regulations. The fragmented nature of the text might suggest the need for comprehensive data analysis or review of relevant project proposals aimed at facilitating grant applications. Overall, this document outlines the procedural framework for engaging with governmental funding opportunities, highlighting critical aspects necessary for successful proposal submissions while emphasizing regulatory adherence and project viability for potential funding recipients.
    The document outlines the Injury and Illness Prevention Plan (IIPP) Acknowledgement Form required for subcontractors working with SLAC, effective May 21, 2021. It ensures compliance with the Department of Energy (DOE) Worker Safety and Health Program and integrates Cal/OSHA requirements. Prime subcontractors must relay these safety requirements to sub-tier subcontractors, who must each complete a separate form, signed by an authorized representative. Submission of the form is mandatory before proceeding with the contract. Additionally, subcontractors must inform SLAC if their employees will be on-site for an extended duration or enrolled in specific medical monitoring programs, necessitating appropriate occupational medicine services. The document emphasizes the importance of adherence to SLAC's IIPP standards, either by adopting SLAC's plan or submitting an equivalent for approval. Ultimately, this process promotes workplace safety, compliance, and health monitoring at SLAC facilities.
    The document appears to be a corrupted or improperly formatted text file, making it impossible to discern coherent content, key topics, or structured information related to government RFPs, federal grants, or state/local RFPs. No clear main idea, supporting details, or logical flow of topics can be identified due to the extensive noise and lack of readable text. Therefore, a comprehensive summary cannot be derived accurately. The file needs to be repaired or reformatted to extract usable information pertaining to its intended purpose, which likely involves providing relevant details regarding procurement or funding opportunities in government contexts. Without a clear text retrieval, no valid insights or analysis can be performed concerning its context.
    The document is a "Statement and Acknowledgment" form associated with federal contracts, specifically addressing subcontract agreements under prime contracts. It outlines necessary information, including details about the prime contractor, subcontractor, project specifics, and any relevant labor standards clauses included in the prime contract. Key elements include acknowledgment by the subcontractor of critical clauses like the Contract Work Hours and Safety Standards Act and compliance with wage rate requirements. The document also requests information on any intermediate subcontractors involved. The form is governed by the Paperwork Reduction Act, requiring disclosure of the OMB control number and estimating the time needed for completion. This structure ensures compliance and accountability in the award and management of government contracts and grants, reflecting necessary oversight in the contracting process.
    The Subcontractor Safety Qualification Form from the SLAC National Accelerator Laboratory outlines the requirements for prime subcontractors engaged in construction or high-risk service work. Effective from May 21, 2021, it mandates the submission of a comprehensive health and safety manual, including adherence to California’s Injury and Illness Prevention Plan and other safety regulations. Subcontractors must fully disclose their work types, project experience, incident history, and provide necessary documentation, including past OSHA records and evidence of workers’ compensation insurance. The form emphasizes the importance of maintaining a safe work environment, requiring subcontractors to demonstrate their safety protocols and project management capabilities. SLAC retains the right to accept or reject subcontractors based on these qualifications and may impose additional conditions. Subcontractors must attest to the accuracy of their submissions and affirm their responsibility for the safety of all workers involved. This rigorous qualification process reflects SLAC's commitment to health and safety standards, essential for compliance with federal regulations and fostering a secure work environment for all contractors.
    The document outlines the requirements for a Notice to Proceed in a supply chain management project associated with SLAC. Key provisions include the need for performance and payment bonds for subcontracts exceeding $35,000, and specific insurance coverage requirements for subcontractors, including Professional Errors and Omissions Insurance for contracts over $25,000 and Builder’s All Risk Insurance for contracts over $50,000. Additionally, subcontractors must submit a “Statement and Acknowledgment” Standard Form (SF1413) for any known Sub-Subcontractors, along with their licenses and permits. The document also requires the submission of Issue for Construction Set (IFC) Drawings, Specifications, and a project schedule in the specified format. The deadline for submissions is set for June 14, 2024. This checklist is essential for ensuring compliance with project standards and safeguarding against potential liabilities during contract execution.
    The document is a release statement related to the SSRL Substation 515 Upgrade Project at SLAC National Accelerator Laboratory. It pertains to the final payment agreement between the subcontractor (GC NAME) and the U.S. Department of Energy and Stanford University, which operates SLAC. The contractor agrees that the payment received from SLAC serves as final compensation for all work completed, while also releasing any claims or demands related to the project, except for any disputed claims for additional work specified in writing. The subcontractor certifies that all labor and materials costs have been satisfied and agrees to indemnify the owners against any claims arising from their work. The release underscores SLAC's status as a federally funded facility and clarifies that all improvements belong to the U.S. government, thus exempt from state lien laws. The document reaffirms the completion of work and that no further billing will occur, highlighting the authority of the signatory to bind the firm to these terms. This release is standard in government contracts, ensuring clear financial closure and liability protection for the involved parties.
    The document is a Final Inspection Report for a subcontract related to supply chain management at SLAC, which is operated by Stanford University for the U.S. Department of Energy. It confirms that the completed work meets subcontract requirements and outlines several key components for final payment release. The report includes details on the final inspection date, attendees, and the satisfactory reception of critical documentation such as red-line as-built drawings, operation manuals, ID badges, keys, and certified payrolls. Additionally, it mentions the approval of punch lists and issuance of a final occupancy certificate. Acknowledgment and acceptance of the report are required from key project personnel, ensuring all responsibilities are fulfilled. This report is vital for compliance with procurement processes and serves as a formal conclusion to the subcontractor's commitments under the associated RFPs and grants.
    The SSRL Substation 515 Upgrade project focuses on the installation of an A5K transformer and low voltage switchboard. The project involves direct construction tasks such as selective demolition of the existing transformer, installation of a new equipment pad, ductbank sections, and a new transformer, as well as retrofitting the LV switchboard. Key components include the management of temporary power solutions, including generators and associated infrastructure for uninterrupted operations. The project requires adherence to site-specific regulations such as employee training, safety protocols, and proper documentation management. A stipulated eight-week timeline for completion necessitates comprehensive oversight from project management to ensure quality control and coordination. This document serves as a breakdown of direct costs and logistics associated with the project's execution, reflecting its significance within the context of government funding and infrastructure enhancement.
    The SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy, provided an updated Representations and Certifications Supplement on August 25, 2022. This document, categorized under Supply Chain Management, outlines the necessary declarations and certifications required for compliance within the context of federal government contracting and grants. It emphasizes the lab's commitment to adhering to federal standards in its operations. This section serves as a crucial component of government RFP processes, ensuring that all stakeholders recognize and fulfill their obligations related to ethical procurement, regulatory adherence, and operational integrity. The supplementary information is critical for maintaining transparency and accountability in government-funded projects and supports effective management of the supply chain in scientific research settings.
    The "Representations and Certifications Supplement" outlines the necessary representations and certifications required for Stanford University's proposal associated with the Prime Contract DE-AC02-76SF00515 with the U.S. Department of Energy for managing the SLAC National Accelerator Laboratory. The document covers various compliance areas, including the completion of the System for Award Management (SAM) certifications, employment verification through E-Verify, and employee-vendor relationship disclosures to avoid conflicts of interest. The supplement also addresses toxic chemical release reporting requirements, anti-kickback assurances, and export control regulations, emphasizing the legal responsibilities of the Offeror. Key information such as business identification details is required, and the document mandates an authorized signature, which affirms the accuracy of the provided information. This supplement aims to ensure compliance with federal regulations and standards within government contract submissions.
    This document outlines the instructions for submitting proposals for the SSRL S515 Upgrade Project under a federal Request for Proposals (RFP). Offerors must adhere to specific formatting and content requirements, and proposals should include a technical and a price submission, with a focus on cost reasonableness and realism. Key evaluation factors include technical approach, safety programs, key personnel qualifications, project scheduling, and contractor qualifications. Proposals must be submitted electronically and will not be accepted past the deadline. Offerors must be registered with the university procurement system, E-Verify, and the System for Award Management (SAM). Additionally, any proprietary information must be properly marked. The document emphasizes compliance with various safety and regulatory standards while ensuring that all proposals submitted demonstrate the Offeror's understanding of the requirements. The review process may involve discussions if deemed necessary, and any exceptions to the terms must be explicitly stated in the proposal. This RFP illustrates the structured approach of government contracting, emphasizing transparency and careful evaluation of potential contractors’ capabilities and compliance.
    The document pertains to the "SLAC RFP 354944 SSRL Substation 515 Upgrade Project," detailing the process for submitting Requests for Information (RFIs) related to the project. It includes a log designed to record the dates submissions were made, references to specific RFP documents, and the expected response dates. This structured format aids in organizing clarifications sought by potential contractors and aligns with proper procurement protocol within federal and local guidelines. The clarity and responsiveness to RFIs are vital for ensuring that all parties have the necessary information to meet project requirements effectively. Overall, this document emphasizes transparency and communication between the project initiators and bidders, facilitating a smoother bidding process.
    The document outlines the subcontract award process for supply chain management at SLAC, guided by the Federal Acquisition Regulation (FAR) and the Department of Energy Federal Acquisition Regulation Supplement. The award will be made based on a "best value" assessment integrating technical merit and price, favoring proposals that demonstrate comprehensive understanding and a strong methodology for executing the project. Key evaluation factors include the technical approach, safety compliance, experience of key personnel, project scheduling, and qualifications of the offeror. Each proposal will undergo a qualitative evaluation, categorizing submissions as “Exceeds," “Meets,” or “Does Not Meet” requirements based on detailed criteria laid out in the solicitation. Further assessment will focus on financial stability, completeness of price proposals, and adherence to terms and conditions. Offerors may face rejection for unrealistic offers or deficiencies deemed non-correctable. A debriefing can be requested for feedback on proposal evaluations. This structured approach emphasizes SLAC's commitment to transparency and thorough evaluation in subcontracting processes.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Pulse cable
    Energy, Department Of
    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.
    Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the installation of 15KV electrical cables as part of the Main Ring Electrical P-F3 to P-F4 project (FESS Project 3-7-103B) in Batavia, Illinois. The selected subcontractor will be responsible for providing all necessary labor, materials, equipment, and oversight to complete the installation of approximately 15,000 feet of 15KV medium voltage power cables and associated communication cables, adhering to strict safety and quality standards. This project is critical for enhancing the electrical infrastructure at Fermilab, ensuring reliable power distribution for ongoing scientific research. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Chris Daley at cdaley@fnal.gov for further information.
    M1/M3 Flexure Systems and Vacuum Chambers
    Energy, Department Of
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for the manufacture, assembly, and testing of M1/M3 Flexure Systems and Vacuum Chambers as part of the Advanced Light Source Upgrade (ALS-U) project. The procurement encompasses five flexure systems, two transport yokes, four vacuum chambers, and various subassemblies, with a focus on precision engineering and UHV compatibility for advanced scientific instrumentation. This project is critical for enhancing the capabilities of the ALS-U beamlines, which are essential for cutting-edge research in materials science and other fields. Proposals are due by January 12, 2026, with a pre-proposal conference scheduled for November 21, 2025, and interested parties should direct inquiries to Martha Grausz at mggrausz@lbl.gov or by phone at 510-486-6618.
    Giese Road Substation Feeder 24 Backfeed
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the Giese Road Substation Feeder 24 Backfeed project, which involves electrical medium voltage construction services in Batavia, Illinois. The project requires the installation of overhead feeders, underground duct banks, and the pulling and testing of 15kV power cables, with all work to be completed by February 1, 2026. This opportunity is set aside for small businesses under NAICS code 238210, emphasizing the importance of compliance with safety and quality standards, including the Davis-Bacon Act wage rates and Buy American requirements. Interested contractors must submit their proposals by December 24, 2025, and direct any inquiries to Gina M. Kern at ginakern@fnal.gov.
    Launch Complex (LC) 39 Area Power Duct Bank Replacement
    National Aeronautics And Space Administration
    NASA's Kennedy Space Center is seeking proposals for the Launch Complex (LC) 39 Area Power Duct Bank Replacement project, which involves the design and construction of a new duct bank system to replace the existing degraded infrastructure. The project aims to enhance the power distribution capabilities at LC-39, addressing deficiencies in the current system that has been in place since the 1960s, and is critical for supporting future operations and maintenance at the facility. This procurement will follow a two-phase design-build selection procedure, with a firm-fixed-price contract anticipated to be awarded by July 31, 2025, and proposals for Phase 1 due by December 16, 2025. Interested contractors should direct inquiries to Benjamin Crafton or Jacqueline Brooks via email, and are encouraged to review all solicitation documents available on www.SAM.gov for further details.
    Y--Pre-Solicitation Synopsis - COTP Design-Build
    Energy, Department Of
    The Department of Energy is preparing to solicit bids for the California Oregon Transmission Project (COTP) Series Capacitor Bank Two-Phase Design-Build Construction Project. This procurement aims to engage qualified contractors to undertake the design and construction of a series capacitor bank, which is crucial for enhancing the efficiency and reliability of power transmission in the region. The project falls under the NAICS code 237130, which pertains to the construction of power and communication line structures, highlighting its significance in supporting utility infrastructure. Interested contractors can reach out to Jonathan D. Dittmer at dittmer@wapa.gov or call 605-353-2641 for further details as the presolicitation notice indicates upcoming opportunities for engagement.
    Electrical Lab Equipment Upgrade
    Labor, Department Of
    The Department of Labor (DOL), on behalf of the Mine Safety and Health Administration (MSHA), is seeking quotations for an Electrical Laboratory Equipment Upgrade at the National Mine Health and Safety Academy located in Beaver, West Virginia. The procurement aims to replace an outdated substation and upgrade a power center to enhance training capabilities for students by providing modern equipment, specifically involving the installation of a 750-1000kVA mine power system and a 15kV substation simulator. This project is crucial for ensuring that the training environment meets current safety and operational standards in the mining industry. Interested contractors must submit their quotes via GSA eBuy by December 4, 2025, and are required to complete the work within 90 days of contract award, adhering to all relevant federal regulations. For further inquiries, contact Alicia Jackson at jackson.alicia.m@dol.gov or Michael V. Whiddon at whiddon.michael.v@dol.gov.
    USACE SPK DB Construction DDJC CENTRALIZED GAS AND ELECTRIC METERING, Tracy, California
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential contract involving the design, furnishing, and installation of advanced electric and natural gas meters, along with a Centralized Utility Monitoring Station at the Defense Distribution Depot San Joaquin (DDJC) in Tracy, California. This project aims to enhance utility monitoring capabilities by implementing a system that exports meter data for effective usage tracking and equipment management. The estimated contract value ranges between $5 million and $10 million, with a potential solicitation expected around February 2026 and an anticipated award by July 2026. Interested firms are encouraged to submit capability statements by January 13, 2026, to the primary contact, Antonina Beal, at antonina.beal@usace.army.mil.
    Replace Switch Gears FCI Herlong
    Justice, Department Of
    The Federal Bureau of Prisons is seeking proposals for the replacement of switch gears at the Federal Correctional Institution in Herlong, California, under solicitation number 15B61926Q00000005. The project involves the acquisition and installation of two medium voltage air switches, requiring the contractor to provide all necessary equipment, labor, materials, and incidentals, while ensuring that only one switchgear is non-operational at any given time without prior authorization. This procurement is a Total Small Business Set-Aside, with offers due by December 15, 2025, at 2:00 p.m. Pacific Time, and all bids must be submitted via email to Trevor Polan at tpolan@bop.gov. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to monitor the SAM website for updates and further information regarding the solicitation.
    Seismic Resilience of Large Power Transformers: Shake Table Test
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking expressions of interest from industry providers to enhance the seismic resilience of large power transformers. The initiative aims to address the vulnerability of these transformers during earthquakes, which can lead to significant grid failures due to their vibration-amplifying structures. The Idaho National Laboratory is developing a low-cost bushing decoupler system and conducting large-scale shake table tests on a 230 kV power transformer at the University of California San Diego's facility, while also exploring seismic base isolation methods. Interested parties must submit their expressions of interest by June 1, 2026, in PDF format, and can direct inquiries to Bjorn Vaagensmith or Jake Gentle via email, ensuring proprietary information is marked accordingly.