Kautz Road Construction Entrance Alterations, Project 3-2-213
ID: 367004Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

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

    The Department of Energy, through Fermilab, is soliciting proposals for the Kautz Road Construction Entrance Alterations project (Project 3-2-213) in Batavia, Illinois. This project, set aside for small businesses under the NAICS code 237310, involves a comprehensive scope of work including demolition, roadway widening, installation of a guardhouse, and various improvements to the IDOT right-of-way. The successful contractor will be responsible for adhering to federal regulations, including the Davis-Bacon Act for wage standards, and must demonstrate significant experience in roadway construction. Key deadlines include a pre-proposal conference on April 17, 2025, and proposal submissions due by May 8, 2025. Interested parties can contact Robert Ropos at rropos@fnal.gov or by phone at 630-840-5249 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Proposal (RFP) 367004 issued by Fermi Forward Discovery Group, LLC invites submissions for the Kautz Road Construction Entrance Alterations project. This project is set aside for small businesses within the NAICS code 237310, which pertains to highway, street, and bridge construction. Key aspects include a pre-proposal meeting on April 17, 2025, and a submission deadline of May 8, 2025. The proposal requires a two-part submission consisting of a Technical Proposal and a Business/Management Proposal, evaluated based on lowest price technically acceptable criteria. Offerors must possess significant roadway construction experience, including IDOT Right-of-Way work. Compliance with the Davis-Bacon Act for wage standards and provisions related to the Buy American Act for materials is mandatory. Awarding of the subcontract will depend on proposal acceptance, following approval from the Procurement Department. Specific bonding and insurance requirements are outlined, necessitating a bid guarantee and performance bond for projects exceeding certain prices. The RFP underscores adherence to safety, labor standards, and affirmative action in hiring practices. This procurement reflects FermiForward’s commitment to ensuring quality construction while supporting small business participation in federally funded projects.
    The document is a Request for Proposal (RFP) focused on the Kautz Road Construction Entrance Alterations project, specifically Project 3-2-213, issued on March 26, 2025. It outlines the requirements for contractors to provide necessary resources, including labor, materials, and oversight, to execute the project in strict adherence to provided specifications. The RFP specifies that unit pricing is required for different work sections, intended to facilitate progress payments and manage change orders, and emphasizes the general nature of estimated quantities. The proposal is structured into various Base Work Sections, detailing numerous tasks and associated units, from earth excavation to asphalt surfacing and traffic control measures. It includes specific quantities for each task, with placeholders for unit prices and totals. The document also includes a Deductive Alternate section, presenting options for cost savings by substituting certain materials or methods. The principal purpose of the RFP is to solicit comprehensive proposals from contractors, aiming to ensure the project is completed effectively and efficiently while strictly following governmental standards and requirements. This initiative reflects the government's commitment to infrastructure development while ensuring adherence to guidelines and budgetary constraints.
    The document provides instructions for business visitors attending a Pre-Proposal Meeting and Site Visit at Fermilab on April 17, 2024. Visitors must follow directions to either the West or East Gate to reach the Aspen East Welcome & Access Center before proceeding to Building 327. All attendees, excluding those with existing badges, are required to submit a Business Visitor Access Request form at least seven days prior, preferably as U.S. citizens. Non-U.S. citizens' requests require additional verification through the Foreign National Access Program. Upon approval, visitors will receive an email for onboarding and an informal letter containing a QR code for security clearance. Valid REAL ID is mandatory for entry, and after passing through the security gate, badges will be issued at the Welcome and Access Center. The document details the necessary personal and visitor information needed on the access form, including citizenship country and purpose of visit, ensuring proper identification and security protocols for attendees. This procedural guide supports the overarching goal of organizing and facilitating the upcoming RFP-related meeting at Fermilab.
    The document outlines the specifications for the Kautz Road Construction Entrance Alterations project at Fermilab, issued for bidding on March 17, 2025. It details general requirements, procedural guidelines, and responsibilities for subcontractors involved in the construction. The project involves earthwork, site utility installations, asphalt and concrete paving, security fencing, and maintaining compliance with environmental safety regulations. Key administrative aspects include adherence to the Buy American Act, coordination for utility locates, and environmental control measures. Additionally, subcontractors must provide detailed documentation including a Schedule of Values for payments, and must submit alteration requests through a defined procedure if substitutions are needed. The schedule for project milestones indicates critical completion timelines, and payment applications must align with a structured invoicing procedure. The document serves to guide subcontractors in delivering a high-quality project while ensuring adherence to federal and state regulations, emphasizing project management, safety measures, and coordination as essential elements for successful completion.
    The document outlines a proposal for construction alterations on Kautz Road and adjacent areas near Fermilab. The primary goal is to enhance infrastructure, including roadway improvements, drainage systems, and accessibility. It specifies project timelines, contractor responsibilities, and safety regulations, emphasizing compliance with local and state standards, including traffic control and erosion management. The contractor is required to ensure site safety, provide necessary traffic signage, and maintain access for emergency vehicles. The proposal includes detailed specifications for materials, construction methods, and project scheduling, aiming to minimize disruption to the surrounding community while adhering to environmental considerations. This plan aligns with federal and local funding efforts to improve public infrastructure and support Fermilab's operational needs, showcasing a commitment to safety, quality, and compliance during construction projects.
    The Fermi Forward Discovery Group (FFDG) outlines its General Terms and Conditions for construction contracts under its agreement with the Department of Energy. The document describes the operational framework for subcontractors, emphasizing the independent contractor status, scope of work, and a commitment to quality and compliance with legal statutes. Payment terms are detailed, including progress payment structures and retention policies, ensuring that all work aligns with specific standards before payment disbursal. Key clauses address change management, indemnification of FFDG and other parties from liabilities, and the importance of environmental safety and health regulations. The subcontractor is responsible for obtaining necessary licenses and maintaining safety protocols, with defined procedures for handling disputes through negotiation and arbitration. The conditions also stipulate requirements for insurance and bonding, compliance with the Davis-Bacon Act regarding wages, and mandates for flow-down provisions in subcontracts. This comprehensive set of terms is intended to provide clarity and protect the interests of both FFDG and the subcontractors within the scope of federally funded construction projects.
    The document outlines the insurance requirements for construction subcontracts at the Fermi National Accelerator Laboratory. It mandates that subcontractors secure various types of insurance before commencing work, with specified minimum coverage limits. Coverage categories include Commercial General Liability, Automobile Liability, Excess Liability, Workers' Compensation, Contractors' Pollution Liability, and Contractors' Professional Liability, with minimum amounts ranging from $1 million to $5 million based on subcontract values. The requirements also specify additional coverage for unique scenarios, such as Aircraft Liability and Builder's Risk Insurance, while ensuring that Fermi Forward Discovery Group, LLC and affiliated entities are named as additional insureds. The subcontractor is obliged to provide proof of insurance and notify FFDG of any changes, with strict adherence to terms that prohibit certain exclusions from liability coverage. Furthermore, requirements apply to all sub-subcontractors, emphasizing comprehensive compliance and indemnification for any lapses by subcontractors. This thorough approach is designed to mitigate risks associated with construction projects and ensure financial protection for all parties involved.
    The document outlines the requirements for a Bid Bond form, a necessary component for contractors involved in government contracting. This form ensures that the principal (the contractor) and sureties (guaranteeing entities) are financially obligated to complete a project as per the accepted bid. It specifies that if the principal does not fulfill the contract obligations within a designated time frame, the surety is liable for a penal sum, which can be a percentage of the bid price. Key elements include the legal identification of the principal and the sureties, the conditions under which the bond becomes void, and provisions regarding deadlines for contract execution and bond submission. Additional stipulations detail the necessary corporate seals, signature requirements, and safeguards against alterations of the bond terms by the principal. The form, standardized by federal regulations, is designed to align with government procurement processes, aiding in the facilitation and assurance of financial accountability during federal RFPs, grants, and contracts. It highlights the importance of compliance and ensures that all parties maintain their obligations throughout the bidding and contract execution stages.
    The document is a Standard Form 25A, used for executing payment bonds in government contracts, specifically related to Fermi Forward Discovery Group, LLC subcontracts. It establishes a binding legal obligation between the Principal (contractor) and Sureties (guarantors) to ensure payment to individuals or entities providing labor or materials for contract work. The document outlines the conditions under which the bond obligation is void, mainly if payments are made to all parties involved in the contract modifications. It contains spaces for detailing the Principal's and Sureties' information, such as names, addresses, and liability limits, that are crucial for compliance and validation. The instructions provided specify requirements for executing the bond, including necessary corporate seals and the identification of authorized signatories. This form is central to securing government contracts by ensuring that participants have financial backing in place, aligning with standards necessary in federal and local Request for Proposals (RFPs) and grants, thereby facilitating accountability and financial assurance in public projects.
    The document details a performance bond associated with contracts from the Fermi Forward Discovery Group, LLC, aimed at ensuring compliance by the Principal and Surety during the contract's term and any extensions. It outlines conditions under which the bond is void, focusing on the Principal's obligations to fulfill contractual terms and modify agreements. The bond binds the Principal and Sureties to the United States government, guaranteeing the payment of a specified penal sum. It also includes stipulations regarding the use of corporations as sureties and mentions requirements for signing authority. The document emphasizes the necessity for authorized seals and provides detailed instructions for completing the bond. This form, governed under federal regulations, serves to secure performance and compliance in government-related contracts, reinforcing accountability in the execution of public works.
    The document is a Standard Form 1413 used in federal contracting processes, specifically for acknowledging subcontract agreements under a prime contract. It collects essential details such as prime contract number, dates of subcontract awards, involved parties, and relevant clauses related to labor standards and compensation. Part I outlines information from the prime contractor, including the name of the subcontractor, project details, and confirmation of included labor standards clauses, especially those related to the Contract Work Hours and Safety Standards Act. Part II requires acknowledgment from the subcontractor regarding their awareness of specific contractual obligations. Key information collected includes contractor names, addresses, signature, and acknowledgment of clauses dealing with labor regulations, apprenticeship, and certification requirements. The form also includes compliance statements with the Paperwork Reduction Act, emphasizing the minimal burden of information collection on respondents. This document serves as a formal acknowledgment and compliance tool within government procurement, ensuring that subcontractors are informed of their responsibilities under federal contracts. Its structure facilitates systematic reporting and accountability within federal contracting mandates.
    The Fermilab ES&H Manual outlines the requirements for subcontractors to report injury and illness data as part of their safety management practices. Central to the document is the Fermilab Subcontractor Injury & Illness Data Questionnaire, which collects critical safety information from companies working with Fermilab. The questionnaire requests details such as the company’s experience modification rate over the past three years, information regarding their Workers' Compensation carrier, and a complete record of injuries and illnesses using the OSHA 300 log. Subcontractors must calculate their three-year averages for total recordable case rates and cases resulting in days away, restricted, or transferred work. Additionally, the document necessitates the identification of a safety contact within the company responsible for safety oversight. Through this structured data collection, Fermilab enhances compliance with safety regulations and promotes a safer working environment for subcontractors, reflecting a commitment to health and safety standards vital for federal contracting initiatives. The manual emphasizes careful completion by a knowledgeable individual to ensure accurate reporting, which is essential for effective safety management.
    The Construction Environmental, Safety & Health Certification (CESHC) is a mandatory document for subcontractors involved in construction projects at the Fermi National Accelerator Laboratory (Fermilab). This template is designed to help subcontractors outline project conditions and identify specific hazards and controls. Subcontractors must submit their completed CESHC to the FermiForward Procurement Office for review by the Environmental, Safety, and Health (ES&H) and Project Management teams before commencing work. Compliance with Department of Energy regulations under Title 10, Code of Federal Regulations, Part 851 is essential. The CESHC is a dynamic document that must be updated as project details evolve, and all sections must be filled out, including a recognition of medical surveillance and qualifications requirements for workers. Furthermore, subcontractors are required to select an occupational medical facility and provide relevant contact details. This certification process underscores Fermilab's commitment to maintaining safety and health standards during construction work and aligns with federal, state, and local compliance mandates.
    The Form SARC (Rev.4) is a document utilized by the Fermi Forward Discovery Group, LLC for subcontractor annual representations and certifications. It collects key information from offerors regarding their business operations, structure, and compliance with federal regulations. The form requires details such as the ownership structure, number of employees, DUNS number, and whether the business is registered in SAM.gov. It also mandates the completion of certifications related to business size and type, executive compensation, accounting system compliance, and adherence to laws against trafficking and employment eligibility verification. A central purpose of the SARC is to ensure that subcontractors meet federal requirements and verify their business practices align with the Federal Acquisition Regulation (FAR). The document emphasizes the necessity for subcontractors to provide timely updates on any changes affecting their status and to maintain confidentiality regarding sensitive information exchanged with FermiForward. Ultimately, the SARC serves as a comprehensive framework for evaluating subcontractors to facilitate compliance in federally-funded projects. This is essential for maintaining integrity and accountability in government contracting processes.
    The Proposal Certifications document (PUR-466) outlines the requirements and certifications necessary for offerors submitting proposals in response to government requests for proposals (RFPs) and contracts, with specific thresholds determining the level of compliance required. Key sections include certifications related to export/import controls, compliance with the Buy American Act, rights to proposal data, and contractor responsibility matters. Offerors must provide information on export compliance, confirm adherence to domestic construction material requirements, and disclose any litigation or debarment issues. Additionally, certifications address areas like independent price determination, lobbying disclosures, and trafficking in persons compliance plans, especially for higher-value proposals. The document encourages transparency and accountability in government procurement processes while safeguarding compliance with legal and ethical standards. The structure includes defined sections for each certification type based on proposal value, ensuring systematic evaluation of offerors prior to contract awards. This document exemplifies the federal government's commitment to regulatory adherence and the encouragement of fair competition in governmental contracting.
    This document pertains to wage determinations for heavy and highway construction projects in Illinois, specifically addressing contractors' obligations under the Davis-Bacon Act and related executive orders. It outlines the minimum wage rates applicable based on contract award dates, emphasizing that contracts executed or extended post-January 30, 2022, must adhere to Executive Order 14026, mandating a base hourly wage of $17.75. Older contracts awarded between January 1, 2015, and January 29, 2022, fall under Executive Order 13658, which sets the minimum at $13.30 per hour. The document details various trades, including carpenters, electricians, and laborers, providing specific wage rates by county and job classification, along with fringe benefits. It highlights the classifications and rates established through surveys and union agreements, ensuring compliance with federal labor standards. The document emphasizes the importance of compliance with these wage requirements to ensure fair labor practices on federal-funded construction projects, making it a crucial resource for contractors and government entities involved in public construction contracts. The outlined appeals process for disputes on wage determinations is also included, directing parties to the appropriate contact points within the Department of Labor for further information.
    The document outlines the General Decision Number IL20250020, effective January 3, 2025, which governs wage rates for landscaping work associated with building and highway construction in various counties in Illinois. It specifies the applicability of the Davis-Bacon Act and the relevant Executive Orders concerning minimum wage rates; either $17.75 per hour under Executive Order 14026 for contracts entered into after January 30, 2022, or $13.30 under Executive Order 13658 for earlier contracts that are not renewed. The document details prevailing wage rates for various classifications, including Landscape Equipment Operators and Truck Drivers, across multiple counties. For instance, operators receive $37.55 per hour with fringe benefits, while landscape laborers’ rates vary significantly depending on the county, ranging from $21.94 to $44.59 per hour. It also communicates requirements for health, welfare contributions, and paid holidays. This document serves a crucial purpose in informing contractors and workers about wage standards and requirements necessary for projects funded by government grants or contracts, thus ensuring compliance and equity in labor compensation.
    This document is a firm-fixed-price subcontract for the Kautz Road Construction Entrance Alterations Project, entered into between Fermi Forward Discovery Group, LLC, and a subcontractor. It outlines the agreement under Prime Contract No. 89243024CSC000002 with the U.S. Department of Energy for the management of the Fermi National Accelerator Laboratory in Batavia, Illinois. Key components of the subcontract include the scope of work detailing the responsibilities of the subcontractor, which encompasses all necessary labor, materials, and equipment. The work must be completed within 240 days from receiving a Notice-to-Proceed. Payment terms specify a fixed price, retention details for invoiced amounts, and requirements for monthly and final invoices. The subcontract also stipulates the necessity for regular progress reports and defines the process for invoicing and payment management overseen by designated representatives. Additional incorporated documents provide further specifications and conditions relevant to the project. The purpose of this subcontract underscores adherence to federal regulations while ensuring systematic execution of the construction alterations required at the laboratory, reflecting government procurement processes and compliance standards.
    The document outlines the planned construction and alteration work on Kautz Road and Indian Creek Road, detailing specific sections designated for base work and site access. It divides the project into five base work sections, marked by stationing: Section 1 spans Sta. 110+40 to Sta. 116+62 and Sta. 300+00 to Sta. 300+75; Section 2 covers Kautz Road South from Sta. 300+75 to Sta. 308+14; Section 3 indicates the Site Access Area from Sta. 308+14 to Sta. 313+21; Section 4 refers to Kautz Road North from Sta. 313+21 to Sta. 329+78; and Section 5 relates to Indian Creek Road, covering two specific station ranges. Additionally, the document marks an area designated for queuing and site access as an alternate work area. This summary serves as part of a federal RFP, signifying the structured approach to improve roadway access and infrastructure, which is essential for state and local development initiatives.
    The document presents a map and details related to various water bodies and public access areas in a specified region. It includes names of lakes and ponds such as Swan Lake, Dusaf Pond, and A.E. Sea Lake, as well as infrastructural elements like buildings, parking lots, bicycle paths, and public access roads. Additionally, the map illustrates the layout of trails and streams within the area. Published on April 3, 2017, the document aims to provide individuals with a comprehensive overview of recreational areas, facilitating access to natural resources. The information is significant for considerations in federal grants and local RFPs focused on outdoor recreation, conservation, and land use planning, emphasizing the government's role in promoting public engagement with environmental resources.
    This document outlines the proposal requirements for subcontractors bidding on a project involving work within the Illinois Department of Transportation (IDOT) Right-of-Way. A mandatory prerequisite is that subcontractors must be pre-qualified by IDOT. The proposal is divided into two main parts: a Technical Proposal and a Business Management & Price Proposal. In the Technical Proposal, bidders must provide evidence of at least ten years of experience in roadway construction and document prior projects similar in size and scope. Key personnel, including a Project Manager and Project Superintendent, need to meet specific qualifications such as years of experience and OSHA training. The Business Management proposal must include a fixed price proposal, a bid guarantee of at least 20% of the proposal price, completed subcontractor certifications, and various safety documents including injury data questionnaires and safety plans. Overall, this document details the rigorous qualifications and documentation required from bidders, emphasizing experience, safety, and compliance with IDOT regulations to ensure a successful subcontract award process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Energy, Department Of
    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.
    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.
    Ferrite Fabrications
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for the procurement of 700 Fast Kicker Magnet Assembly Side Pieces and 320 Fast Kicker Magnet Assembly Top Pieces, specifically made from ferrite materials. This Request for Proposal (RFP 375377swk) aims to secure firm-fixed price proposals for a total of 1,020 units, which will be delivered to Fermilab's Receiving Warehouse 2 in Batavia, Illinois. The components are critical for the operation of scientific apparatus at Fermilab, contributing to ongoing research and development in particle physics. Proposals are due by 5 PM Central on January 5, 2026, and must include necessary certifications and documentation, including the SARC and PUR-466 forms. Interested parties should direct any inquiries to Spencer Keske at skeske@fnal.gov.
    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.
    CFA 608/609 Parking Lot
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of the parking lot and associated infrastructure at CFA-608 and CFA-609 located at the Idaho National Laboratory (INL). The project aims to enhance site safety, accessibility, and operational reliability by replacing the aging asphalt parking lot and sidewalks, installing new canopies, gutters, downspouts, heat trace, exterior light fixtures, engine block heaters, and performing minor landscaping. This initiative is critical for maintaining the operational integrity of a national laboratory dedicated to nuclear energy and clean energy innovation. Interested vendors must submit their EOIs, 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 (RFQ) process.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This initiative is part of the Defense Access Road program, emphasizing the importance of maintaining access routes for national defense operations. Interested small businesses must submit their bids by December 9, 2025, at 2:00 p.m. local time, and can direct inquiries to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov. The estimated project cost is approximately $5,980,000, with a firm fixed-price variable-scope contracting method in place.
    Electrical Steel Coils
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of Non-Grain Oriented Electrical Steel (NGOES) Coils, specifically requiring a total of 35,175 pounds of this material. The NGOES is critical for the fabrication of PIP-II ORBUMP magnet cores, necessitating compliance with stringent specifications regarding chemical and magnetic properties, as outlined in the associated technical documents. Proposals must be submitted by December 23, 2025, at 1:00 PM CT, with the contract period extending through December 1, 2026. Interested vendors should direct inquiries to Sharon Duchaj at sduchaj@fnal.gov or call 630-840-8693 for further details.
    North Lincoln Microseal
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for roadway rehabilitation services along the North Lincoln corridor in Idaho Falls, Idaho. The project aims to enhance infrastructure resilience by addressing roadway conditions through crack-sealing, micro-sealing, repainting lane markings, and reconstructing bridge approaches over a 14-mile stretch from Highway 33 to the Naval Reactors Facility interchange. This initiative is crucial for maintaining the operational integrity of the Idaho National Laboratory, which focuses on nuclear energy and clean energy innovation. Interested vendors must submit their EOIs, including company details and relevant experience, by December 24, 2025, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Proposal process.