RFP#ISD_366373KMW - Replace 3.0 Ton Hvac Unit – Industrial Building 4 (IB4)
ID: RFP_ISD_366373KMWType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Energy, through Fermilab, is soliciting proposals for the replacement of a 3.0-ton HVAC unit at Industrial Building 4 in Batavia, Illinois. This procurement is a Total Small Business Set-Aside and requires contractors to demonstrate at least five years of relevant HVAC experience, compliance with safety regulations, and the submission of both technical and business proposals. The project is part of ongoing efforts to enhance facility operations and ensure compliance with federal standards, with proposals due by April 25, 2025. Interested contractors can reach out to Kody M. Whittington at kwhittin@fnal.gov or call 630-840-6898 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Proposal (RFP#ISD_366373KMW) issued by Fermi Forward Discovery Group, LLC invites qualified small businesses to submit proposals for the replacement of a 3.0 Ton HVAC unit at Industrial Building #4. The procurement follows a competitive Lowest Price Technically Acceptable (LPTA) process, requiring submission of both a Technical Proposal and a Business/Management Proposal, separately bound. A pre-proposal meeting and site visit are scheduled to facilitate discussion and clarification of the requirement. Key project requirements include having a minimum of five years of relevant HVAC experience, adherence to safety protocols, and completion of specific certifications. Proposals are due by April 25, 2025, with an emphasis on firm fixed pricing. Offerors must include a bid guarantee, relevant safety documentation, and adhere to Davis-Bacon Act wage standards. The proposal should also align with Buy American requirements and include performance and payment bonds depending on contract amounts. The solicitation emphasizes safety and compliance factored into the project execution and mandates participation from subcontractors, ensuring they also meet specified requirements. This RFP reflects a focused effort to engage small businesses in federal contracting while ensuring adherence to safety, labor, and certification standards.
    The document is a Request for Proposal (RFP) for the replacement of a 3.0-ton HVAC unit at Fermilab, dated April 7, 2025. Contractors are invited to submit proposals that include all necessary labor, equipment, materials, and associated costs for the project, as outlined in the specifications and drawings provided in the solicitation documents. Offerors must submit both a written and numerical total price for the project. Proposals will remain valid for a period of 90 days following the opening unless a longer period is specified by the offeror. The document requires the submission of the company name, signature, title of the individual submitting the proposal, and the date. The RFP reflects standard procedural requirements for federal and state/local solicitations, ensuring compliance and thoroughness in the procurement of services.
    Fermilab emphasizes the critical importance of environment, safety, health, and quality (ESH&Q) in its operations, requiring all subcontractors to adhere to strict ESH&Q standards to ensure a safe workplace. The organization mandates intense oversight, reviews of incidents, and swift corrective actions for any infractions, emphasizing that any violations could lead to significant consequences, including termination of contracts. Ultimately, Fermilab seeks collaborative commitment from subcontractors to prioritize safety and achieve zero lost time due to accidents.
    The document outlines the solicitation requirements for an HVAC project, detailing both technical and business proposal components for potential offerors. For the technical proposal, offerors must demonstrate at least five years of HVAC experience, compliance with safety regulations (OSHA and NFPA 70E), and provide examples of three relevant projects from the past ten years. Key personnel qualifications are specified, including a Project Manager and Superintendent with significant construction experience and OSHA training. The business proposal requires a firm fixed price and includes a bid guarantee of 20% of the proposal price, various certifications, and evidence of safety compliance, including workers’ compensation history and safety plans. Additional required documents include a signed injury and illness data questionnaire and OSHA logs. This solicitation serves to ensure that contractors have the necessary expertise and experience to safely and effectively complete the HVAC work, while also emphasizing the importance of regulatory compliance and financial commitment in the bidding process, reflecting standard procedures in government contracting.
    The document serves as a guide for business visitors attending a Pre-Proposal Meeting and Site Visit for the Fermilab RFP on April 16, 2025. Attendees must arrive at Aspen East by 8:30 A.M. for a visitor badge, with escorts departing shortly after. The document details access points via the West Gate (Pine Street) and East Gate (Batavia Street), along with specific directions to the Aspen East Welcome & Access Center. Visitors are required to complete an Access Request form by April 9, 2025, emphasizing U.S. citizenship as a factor for onsite access approval, particularly for non-U.S. citizens who need additional verification through the Foreign National Access Program. After approval, visitors will receive instructions for a QR code and must present a valid REAL ID at the security gate before collecting their visitor badge at the Welcome Center. The comprehensive form includes fields for personal and affiliation details, ensuring all visitors are appropriately vetted for access to the facility. Overall, this document underscores the importance of adhering to security protocols for those participating in the bidding process related to Federal RFPs and grants.
    The document outlines a Statement of Work (SOW) for replacing a 3.0-ton gas-fired rooftop unit with an electric heat unit at Industrial Building 4 of Fermilab in Batavia, Illinois. The project, overseen by the Fermi Forward Discovery Group (FFDG), involves mobilization, removal of the existing unit, installation of a new unit, electrical upgrades, and integration of building automation system (BAS) controls. The contractor is responsible for all aspects of installation, including disconnection of existing utilities and ensuring compliance with safety regulations. The project's estimated timeline spans from January 20, 2025, to May 30, 2025. The finalized work must meet the operational standards provided by FFDG, with a requirement for thorough documentation and device integration upon completion. This initiative is part of broader federal efforts in upgrading scientific facilities, ensuring efficient systems that align with safety and performance standards.
    The document pertains to specifications related to the HVAC (Heating, Ventilation, and Air Conditioning) system installation at the Fermi National Accelerator Laboratory, under the jurisdiction of the United States Department of Energy. It references multiple products, including JCI #TE-6361P-1, VICONICS #VT8650U5000B, and VERIS/HAWKEYE #H608, which align with the BACnet MS/TP communication protocol indicative of modern building automation systems. Notably, the document contains a revision date of November 6, 2020, suggestive of procedural updates or enhancements to the design. The overall aim is to enhance the laboratory's air management, contributing to optimal operational efficiency and compliance with federal standards. As this document is part of the federal RFP process, it reflects government priorities in investing in innovative infrastructure while ensuring environmental and energy efficiency in federally funded projects.
    The Trane Foundation™ Product Catalog presents an array of Packaged Rooftop Air Conditioners ideal for light commercial use, specifically units with cooling and gas/electric capacities ranging from 3 to 5 tons. This catalog emphasizes product reliability, competitive pricing, and efficiency, aligning with ASHRAE standards. Notable features include a variety of standard and optional components such as barometric relief dampers, economizers for energy savings, and stainless steel heat exchangers for enhanced durability. Installation and maintenance are streamlined through designs incorporating quick-access panels and standardized components, which facilitate serviceability. Performance data supports the cooling and heating capabilities of these units, ensuring they meet varying building requirements. The catalog also details selection procedures for appropriate sizing based on calculated cooling or heating loads. In the context of government RFPs and grants, this catalog serves as a resource for contractors and agencies seeking reliable HVAC solutions that cater to modern efficiency standards and compliance regulations, while enabling scalable installation options that address diverse environmental conditions.
    The Fermi Forward Discovery Group, LLC (FFDG) document outlines the general requirements for a subcontract aimed at replacing an end-of-life (EOL) rooftop unit with a new 3.0-ton unit equipped with electric heating at Fermilab. The subcontractor must comply with specified project guidelines, including ensuring site safety, adhering to detailed project specifications, and managing project logistics. The document discusses essential aspects such as site access, material transport, quality control measures, and the importance of documentation throughout the project's lifecycle. It emphasizes compliance with the Buy American Act and details the materials and equipment that FFDG will provide. The subcontractor is also tasked with maintaining ongoing communication regarding progress through weekly meetings and timely submissions for requests for information (RFIs). A structured schedule insures milestones are met, culminating in a final inspection and acceptance process upon project completion. This document serves as a critical resource for subcontractors to ensure adherence to regulations, expected performance standards, and comprehensive project management while minimizing disruptions at Fermilab.
    I'm unable to read the contents of the provided file as it appears to be corrupt or not in a readable format. If you can share text that is clear and legible, I'd be happy to help summarize it. Please provide the information in a more accessible way so that I can assist you effectively.
    The document outlines the guidelines and requirements for subcontractor submittals within the FermiForward project. It specifies that subcontractors must submit shop drawings, material samples, and operation and maintenance manuals, following a structured review process. Subcontractors must maintain accurate as-built drawings, with modifications marked in red on project prints and available for FermiForward's inspection. The review process includes five potential responses regarding the status of shop drawings, such as "No Exception Taken", "Revise & Resubmit", and "Rejected", outlining the steps for contractors to take accordingly. The document also addresses the approval of material substitutions, requiring detailed comparisons with specified products. Clear organization is emphasized to facilitate efficient review, with established protocols ensuring compliance with governmental and industry standards. This structure aims to enhance project integrity while ensuring all necessary compliance procedures are followed, reflecting FermiForward's commitment to upholding contract specifications and quality standards in federally funded projects.
    The Fermi Forward Discovery Group, LLC (FFDG) outlines the General Terms and Conditions for construction subcontracts in this document. The key components include definitions, scope, payment criteria, responsibilities of subcontractors, and legal compliance. The subcontractor is identified as an independent contractor responsible for engaging in work consistent with FFDG's specifications and standards. Payments will be processed monthly based on performance, requiring detailed accounting and certifications. Changes in work scope are permissible by FFDG, with provisions for equitable adjustments when costs change, although alterations must be formally documented via change orders. The subcontractor is liable for risks until final acceptance of the work and must maintain insurance and bond requirements according to specified thresholds. The document emphasizes compliance with safety, environmental, and labor regulations, particularly under the Davis-Bacon Act, ensuring fair wages. Dispute resolution procedures are detailed, emphasizing mediation and arbitration. The overarching purpose is to establish clear contractual expectations and protect the interests of FFDG and the U.S. government, fostering responsible and compliant construction practices at Fermilab. These terms are essential for contractors responding to government RFPs and grants, ensuring adherence to federal standards and fostering safety and accountability.
    The document outlines the insurance requirements for construction subcontracts at the Fermi National Accelerator Laboratory (Fermilab) as mandated by Fermi Forward Discovery Group, LLC. Subcontractors must secure specific insurance coverages before initiating work, with minimum limits for various types of liability including general liability, automobile liability, workers' compensation, and contractors' professional liability. Coverage limits vary based on the subcontract value, with requirements in place for additional coverages like pollution liability and builder's risk insurance. All policies must name FFDG and other entities as additional insured parties and provide notice of any cancellations or changes in coverage. The subcontractor is responsible for ensuring that all sub-subcontractors adhere to equivalent insurance standards. The document aims to protect FFDG from risks associated with construction activities by ensuring comprehensive insurance coverage and indemnification from the subcontractor for non-compliance. This is standard for government contracts to manage risk effectively and ensure project continuity and accountability.
    The document outlines the requirements and structure of a Bid Bond, which is part of the bidding process for federal contracts under the authority of the Fermi Forward Discovery Group, LLC. The Bid Bond ensures that the Principal (the bidder) and Sureties (guarantors) are legally bound to fulfill the terms of the bid upon acceptance. It includes essential elements such as the penal sum, percentage of the bid price, and identification details of the Principal and Sureties. The bond becomes void if the Principal executes the contract within the specified acceptance period or pays for any costs exceeding the bid amount if they fail to do so. The document provides instructions on properly completing the bond, including the necessity for corporate seals from sureties, naming conventions for Sureties, and the inclusion of supporting affidavits if individual sureties are involved. This form is critical for ensuring compliance and financial accountability in government contracting. The document concludes with a statement regarding its adherence to the Paperwork Reduction Act, emphasizing the necessity for structured information collection. Overall, the Bid Bond serves as a vital assurance mechanism in the federal procurement process.
    The document is a Payment Bond form (Standard Form 25A) associated with Fermi Forward Discovery Group, LLC, part of federal contracting processes. It emphasizes the Principal's (contractor's) and Surety's (guarantor's) obligations to pay for labor and materials supplied in connection to a specified contract. The bond secures the Government’s interests, ensuring that both the Principal and Sureties are jointly and severally liable up to a predetermined penal sum, which is indicated on the form. Detailed instructions guide users on how to complete the bond, specifying the requirement for corporate surety approval, the need for corporate seals, and the inclusion of financial capacity documentation for individual sureties. Moreover, the document reinforces compliance with the Paperwork Reduction Act, clearly stating the necessity for an OMB control number. This bond form plays a crucial role in ensuring financial accountability in government contracts, reinforcing both contractual obligations and legal protections for parties involved in federal, state, and local requests for proposals (RFPs).
    The document outlines the performance bond requirements for contracts with the Fermi Forward Discovery Group, LLC, emphasizing the obligations of the Principal (the contractor) and Surety(ies) in ensuring compliance with contract terms. It stipulates that the bond becomes void if the Principal fulfills all contractual agreements, including any granted extensions and modifications, without needing to notify the Surety(ies). The agreement binds the Principal and Surety(ies) to the U.S. Government and specifies conditions for tax payments relevant to the contract. The bond form must capture the legal name and address of the Principal, type of organization, details of Surety(ies), and be executed with necessary signatures and corporate seals. Additional guidelines specify requirements for individual and corporate sureties, ensuring that they meet federal approval and financial capability standards. The overall purpose is to secure contract performance by formally documenting obligations while providing legal protections for involved parties. Compliance with these requirements is essential for the effective execution of government contracts.
    The document outlines the Statement and Acknowledgment process for subcontracting within federal contracts, specifically detailing the necessary information for prime contractors and subcontractors. It includes provisions regarding the prime contract number, subcontract details, project locations, and pertinent labor standards that must be acknowledged by the subcontractor. Key sections cover the presence of the "Contract Work Hours and Safety Standards Act" clause, the awarding firm, and critical requirements such as payroll records and labor standards compliance. This form (Standard Form 1413) is essential for ensuring all labor regulations and contract stipulations are met, confirming the contractor's adherence to federal guidelines. The document concludes with a Paperwork Reduction Act statement, emphasizing the importance of providing accurate information for government efficiency. Overall, it serves as a formal acknowledgment tool to ensure compliance with federal procurement and labor standards.
    The Fermilab ES&H Manual outlines requirements for subcontractors regarding injury and illness data submission. It aims to ensure workplace safety and compliance through data collection on workers' compensation and safety records. Subcontractors must provide detailed information: their experience modification rate for the past three years, the name and details of their workers' compensation carrier, and a summary of injuries and illnesses using OSHA records. Key metrics required include total recordable cases (RC), case rates, employee hours worked (EHW), and any fatalities. Additionally, subcontractors must list the safety officer's contact information and qualifications. The document emphasizes the importance of accurate reporting by the individual responsible for safety within the company. This manual serves a crucial role in promoting health and safety standards in alignment with federal regulations and is essential for entities involving federal grants or RFPs, ensuring that subcontractors demonstrate a commitment to maintaining safe working environments.
    The Construction Environmental, Safety & Health Certification (CESHC) document outlines essential requirements for subcontractors involved in construction projects at the Department of Energy's Fermilab. It serves as a template for documenting project conditions, hazards, and controls specific to each construction effort. Subcontractors must submit a completed CESHC to the FermiForward Procurement Office for review by environmental, safety, and health teams before work starts. The document emphasizes that it is a living entity, subject to updates as project conditions change. Key requirements include acknowledging compliance with Title 10, Code of Federal Regulations, Part 851, pertaining to worker safety and health. Subcontractors with employees working lengthy shifts at Fermilab must meet medical monitoring requirements and provide pertinent occupational medicine provider information. The certification process necessitates signature acknowledgments from both the subcontractor and FermiForward. Additionally, subcontractors must identify medical facilities to be used for required surveillance testing. Overall, the CESHC is critical for ensuring safety standards and regulatory compliance at Fermilab construction sites.
    The Subcontractor Annual Representations & Certifications (SARC) form is a critical tool utilized by the Fermi Forward Discovery Group, LLC, to ensure compliance with federal contracting regulations. This document collects essential information from offerors, including ownership structure, business information, subcontracting limits, and certifications related to executive compensation and employment practices. The form is divided into sections, including ownership representation, business status, financial responsibility, accounting system review, and compliance with Federal Acquisition Regulation (FAR) requirements. Offerors must disclose if they are registered in SAM.gov, provide data on their accounting systems, and confirm adherence to anti-trafficking laws and equal opportunity regulations. Additionally, the form mandates that any changes in offeror information must be promptly communicated to FermiForward. By requiring accurate disclosures, the SARC aims to maintain transparency, uphold ethical standards, and foster responsible business practices in compliance with federal procurement protocols. The form plays a vital role in evaluating potential subcontractors for federal contracts, ensuring only qualified candidates engage in government projects.
    The document outlines the Proposal Certifications for the Fermi Forward Discovery Group, LLC, detailing the compliance requirements for offerors submitting proposals over specified dollar thresholds. It requires submission of various certifications including export/import controls, compliance with the Buy American Act, and certifications regarding competitive pricing and responsibility. For proposals of $150,000 and above, offerors must certify the independence of price determinations and disclose any lobbying activities. Those exceeding $500,000 must also certify compliance with trafficking in persons regulations and plan implementation. The certifications aim to ensure adherence to ethical standards, compliance with regulations, and protection of government interests. The structured format includes requisite sections for provider details and verification of statements necessary for contract awards. Each section is tailored to specific financial thresholds, reflecting the document’s focus on regulatory compliance within government contracting processes.
    The document presents the General Wage Determination Number IL20250008, relevant to construction projects in specified counties of Illinois. It outlines the prevailing wage rates required by the Davis-Bacon Act for building and residential construction contracts, which must comply with Executive Orders 14026 and 13658 concerning minimum wage standards. The determination specifies hourly wage rates and fringe benefits for various labor classifications in construction trades, such as electricians, carpenters, and laborers, along with their corresponding regions. Contracts awarded or extended after January 30, 2022, require a minimum wage of $17.75 per hour, while those prior may pay $13.30 per hour for covered workers. The document further details classifications and wage rates as per local agreements, offering information on how to appeal wage determinations and the conditions under which contractors must submit worker classifications not listed in the determination. This information is vital for federal contractors to ensure compliance with labor standards and to secure fair wages for workers engaged in federally funded construction projects within the designated counties.
    This document outlines a subcontract agreement between Fermi Forward Discovery Group, LLC, and a designated subcontractor for a project related to the management and operation of the Fermi National Accelerator Laboratory, under a U.S. Department of Energy prime contract. The subcontract specifies the scope of work, which includes providing necessary labor, materials, and oversight, primarily at the laboratory in Batavia, Illinois. It details the performance requirements, a fixed-price compensation model, and invoice submission procedures. Payment is contingent upon the subcontractor's adherence to project timelines and standards, with retainage provisions in place to protect FermiForward from potential liabilities. Additional administrative requirements include closeout documentation and mandatory monthly progress reports. The subcontract incorporates relevant government regulations and stipulations as part of the compliance framework. This agreement reflects the structured approach typical of federal contracting processes, ensuring accountability and quality in governmental projects.
    The document outlines a map and related content concerning public access areas around various bodies of water, including lakes, ponds, and streams. It specifies the locations of significant features such as buildings, parking lots, bicycle paths, and trails, providing an overview of access points for public use. Published on April 3, 2017, the map serves to inform the public about recreational opportunities and amenities available within a designated area. The inclusion of landmarks such as Swan Lake, Lake Law, and Dusaf Pond indicates a focus on community access to outdoor spaces. This kind of documentation is vital for local government planning, as it helps guide future developments, funding requests, and resource allocation to enhance public spaces and recreational facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
    Energy, Department Of
    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.
    RFP - Corrective Repair and Preventative Maintenance Overhead Door Services
    Energy, Department Of
    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.
    CFA-1609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    CFA-608/609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of HVAC systems at the Idaho National Laboratory's CFA-608 and CFA-609 facilities. The project aims to replace outdated fuel oil-powered steam boilers with electric boilers and install global building controllers to enhance integration with the site-wide network, ensuring improved environmental control and operational reliability in laboratory spaces. This initiative is critical as the existing systems are past their useful life and increasingly difficult to maintain. Interested vendors must submit their EOIs, including company details and relevant HVAC capabilities, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.
    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.
    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.
    HD Coldboxes Fabrication
    Energy, Department Of
    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.
    PBF-612 HVAC Upgrade
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking expressions of interest from qualified vendors for the upgrade of the HVAC system at PBF-612 located in Idaho Falls, Idaho. The primary objective of this procurement is to modernize the existing heating system by removing an outdated fuel oil burner and installing an electric resistance heater, thereby enhancing energy efficiency and aligning with sustainability goals. This project is crucial for improving operational reliability and reducing maintenance challenges associated with the current system. Interested vendors must submit their expressions of interest, including company details and relevant experience, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote process.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.