RFP_ISD_366207KMW - One West Renovation (Wilson Hall)
ID: RFP_ISD_366207KMWType: 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
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 10:00 PM UTC
Description

The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking qualified contractors for the renovation of the One West Auditorium within Wilson Hall. This project, designated as a Total Small Business Set-Aside, requires contractors to provide comprehensive labor, materials, and equipment to modernize the auditorium, including tasks such as flooring replacement, wall restoration, and installation of new audiovisual equipment. The successful contractor will be expected to adhere to federal regulations, including compliance with the Davis-Bacon Act for wage standards, and must demonstrate relevant experience in construction, particularly in carpentry and painting. Proposals are due by April 16, 2025, with a pre-proposal site visit scheduled for April 7, 2025. Interested parties can contact Kody M. Whittington at kwhittin@fnal.gov or by phone at 630-840-6898 for further details.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 9:05 PM UTC
The Request for Proposal (RFP_ISD_366207KMW) outlines procurement for the renovation of One West within Wilson Hall, managed by Fermi Forward Discovery Group, LLC. This RFP, dated March 31, 2025, is specifically designated as a small business set-aside under NAICS code 236220, focusing on commercial and institutional building construction. The submission process requires a two-part proposal: a technical and a business management proposal, evaluated based on the Lowest Price Technically Acceptable (LPTA) method. Key milestones dictate a project completion deadline of May 22, 2025. Offerors must have substantial construction experience, including at least five years in carpentry and painting, and submit detailed project histories demonstrating similar past work. A pre-proposal site visit is scheduled for April 7, 2025, to clarify RFP requirements. Compliance with labor standards under the Davis-Bacon Act, insurance stipulations, and reporting requirements for certified payroll are mandatory. Offer submissions are due by April 16, 2025, and must adhere strictly to RFP guidelines. The proposal process emphasizes transparency, clarification of terms, and obligations regarding bid guarantees, performance bonds, and safety documentation. Overall, this RFP reflects federal standards for construction projects and solicits competitive bids from qualified contractors.
Mar 31, 2025, 9:05 PM UTC
The document is a Request for Proposal (RFP) No. 366207 for the renovation project of Wilson Hall, titled "One West Renovation," dated March 31, 2025. The proposal outlines the requirements for bidders to provide complete labor, materials, equipment, and oversight necessary to perform the renovation in accordance with the specified project documents. Offerors are required to submit a total price in both written and numerical form. The proposal is valid for acceptance for 90 days post-opening, unless a longer period is specified by the bidder. The RFP is structured to elicit competitive bids from contractors, highlighting the project's scope and financial expectations. Key details include the total cost submission and a firm commitment to compliance with specified documentation. The purpose of this RFP is to ensure the renovation work meets the outlined standards while fostering competitive engagement from various contractors in compliance with governmental procurement practices. This reflects the government's effort to maintain accountability and transparency in public sector renovation projects.
The document provides detailed instructions for registering business visitors attending a Pre-Proposal Meeting and Site Visit related to a government Request for Proposal (RFP). The meeting is scheduled for April 7, 2025, at 10:00 A.M. Central Time at Aspen East, and participants must complete the badging process by 9:30 A.M. Visitors are required to fill out an Access Request form and preferably be U.S. citizens due to security protocols. Specific directions to Aspen East and Wilson Hall are included, along with an emphasis on prior approvals based on citizenship and purpose of visit. Key steps outlined include the submission of required forms, arrival procedures, and what visitors need to bring for identification. Non-U.S. citizens have additional steps to complete for access approval, and all business visitors need to present a valid REAL ID at the security gate. The document serves as a formal guide to ensure compliance with security measures and facilitates the smooth access of visitors for the planned meeting at Fermilab, aligning with the broader framework of federal grant procedures and RFP protocols.
The project titled "Wilson Hall 'One West' Auditorium/Zoom Upgrades" aims to modernize the auditorium at Fermilab through comprehensive renovations scheduled between April 28, 2025, and May 23, 2025. Key tasks include removing and replacing carpeting, preparing the concrete floor for new seating, patching and painting walls as well as doors and handrails. A significant focus is restoring the blackboard wall and replacing the existing projector and screen with new equipment provided by the Federal Agency. Coordination among the general contractor, electricians, and seating installers is essential to meet the project's strict deadline of May 22, 2025. This Request for Proposal (RFP) outlines essential responsibilities and the timeline, demonstrating the commitment to upgrade facilities by enhancing functionality and aesthetic appeal while adhering to organizational standards.
Mar 31, 2025, 9:05 PM UTC
The document outlines the general requirements for the One West Auditorium Renovation project at Fermilab. It details the responsibilities of the subcontractor, emphasizing the need to deliver the project safely and in accordance with specified standards. Key sections include project purpose, site location, description of work, and materials provided by Fermilab. The subcontractor is tasked with all labor, materials, and equipment necessary to complete the work, which must adhere to environmental, safety, and health regulations. Additionally, the document specifies that Fermilab will supply essential services, including electrical power and drinking water while outlining the conditions for transportation, site access, and storage of materials. A strong focus on quality control and documentation is mandated, with the subcontractor required to maintain records of progress and to submit for approvals on various aspects of the project. Notably, the document addresses the Buy American Act, stating a preference for domestic materials, and outlines the process for contractor requests for information (RFIs). The contractor must submit a construction schedule with milestones and plan for quality control, underscoring the importance of coordination and adherence to timelines to ensure successful project completion.
The government file outlines the framework for federal and state RFPs (Request for Proposals) and grants. It emphasizes the importance of structured proposals and clearly defined objectives to enhance transparency and effective funding allocation. Key elements include the need for specific qualifications, financial viability, project relevance, and adherence to regulatory compliance. Proposals are required to articulate their broader impact on community development and sustainability, ensuring alignment with federal guidelines. The document stresses a collaborative approach, encouraging partnerships among local governments, academia, and private sectors to foster innovative solutions. It also outlines the evaluation criteria, prioritizing projects that demonstrate measurable outcomes and feasibility. This communication reflects the government's commitment to strategic investments that address pressing societal needs through responsible funding and resource management.
The document outlines the General Terms and Conditions for Construction under the Fermi Forward Discovery Group, LLC (FFDG) subcontracting agreement with the U.S. Department of Energy. It delineates obligations and expectations for subcontractors, emphasizing their role as independent contractors responsible for adhering to federal regulations and maintaining necessary licenses and permits. Key clauses address payment structures, including progress payments and retainage terms, as well as superintendence, changes and modifications to the work, and indemnification liabilities. Safety and health regulations must be complied with to safeguard personnel and public interests during construction activities. The subcontractor assumes risks until final project acceptance and must manage any disputes amicably, prioritizing job continuity. Set forth are detailed criteria for changes to the contract, insurance requirements, and compliance with the Davis-Bacon Act related to wages and labor standards. This document serves as a comprehensive guideline for various construction-related activities, ensuring accountability and compliance with legal standards during project execution at Fermilab.
Mar 31, 2025, 9:05 PM UTC
The document outlines the insurance requirements for construction subcontracts at the Fermi National Accelerator Laboratory (Fermilab). Subcontractors must secure various types of insurance coverage to safeguard against potential liabilities, including General Liability, Automobile Liability, Excess Liability, Workers’ Compensation, and specialized insurances like Contractor's Pollution Liability and Professional Liability. Specific monetary limits are set for each coverage type, tailored to the size of the subcontract. Additional coverages such as Aircraft Liability and Builders Risk Insurance are also mandated under certain conditions. Moreover, all policies must designate Fermi Forward Discovery Group, LLC and other key entities as additional insureds, providing a waiver of subrogation against these parties. The document also emphasizes the need for subcontractors to furnish proof of insurance within ten days of contract signing and to extend coverage for specified periods after project completion. Lastly, subcontractors are responsible for ensuring their sub-subcontractors meet equivalent insurance requirements. This comprehensive approach to insurance aims to protect all involved parties and ensure compliance with safety and operational standards at the Fermi National Accelerator Laboratory.
Mar 31, 2025, 9:05 PM UTC
The document presents the Bid Bond Form (Standard Form 24), which is required when a bid guaranty is necessary for federal contracting, particularly for the Fermi Forward Discovery Group, LLC. It establishes the legal obligations of the Principal and Surety(ies) to the U.S. Government, ensuring that the Principal will execute contract documents and provide required bonds upon bid acceptance. Key components include the identification of the Principal, the Surety's information, and the penal sum of the bond. The bond becomes void if the Principal meets contractual document requirements or compensates for any excess costs in case of failure. The form mandates that sureties must be entities approved by the Department of the Treasury and specifies conditions for individual or multiple sureties. Detailed instructions guide completion of the form, emphasizing adherence to the specified format for legal and organizational integrity. The document serves as a critical instrument in federal procurement processes, ensuring accountability and financial security in securing government contracts.
Mar 31, 2025, 9:05 PM UTC
The document is a payment bond form related to a subcontract with Fermi Forward Discovery Group, LLC, governed by federal regulations. It outlines the obligations of the Principal (the contractor) and any Sureties involved, ensuring financial protection for the U.S. government against defaults related to labor or materials in contract execution. The bond stipulates that the Principal must pay all parties related to the contract; if this condition is met, the bond becomes void. The document requires detailed information including the Principal's legal name, business address, types of organization, contract details, and the financial capacity of any corporate sureties. Instructions for signing and the requirements regarding the inclusion of corporate seals are also specified. Overall, the bond serves to guarantee financial accountability in the subcontracting process, essential in the context of federal grants and RFPs, ensuring compliance and protection for all parties involved.
Mar 31, 2025, 9:05 PM UTC
The document outlines the requirements for a Performance Bond in relation to contracts with the Fermi Forward Discovery Group, LLC, emphasizing obligations of both the Principal and Surety. The bond becomes void if the Principal fulfills all contract terms, including extensions and modifications that do not require notice to the Surety. The entities involved are bound to the U.S. government and must ensure all taxes related to the project are paid. The Performance Bond must be signed by authorized representatives and may include multiple corporate sureties, whose liabilities must equal the total penal sum. Specific instructions detail the execution of the bond, including the need for corporate seals and compliance with Department of the Treasury regulations for sureties. The document's design adheres to the Uniform Commercial Code, reflecting government procurement practices correlated with federal RFPs and grants, ensuring compliance and financial responsibility. Overall, the bond functions as a security measure to guarantee performance under the identified contract terms.
Mar 31, 2025, 9:05 PM UTC
The document is a Statement and Acknowledgment form (Standard Form 1413) utilized within federal contracts, particularly in relation to subcontracting under prime contracts. It outlines the essential details required from both the prime contractor and subcontractor, including contract numbers, awarding firm names, the description of work, and compliance with relevant labor standards. Key clauses acknowledged by the subcontractor include provisions for wages, record-keeping, and adherence to safety standards. The purpose of this form is to ensure that all parties are aware of their obligations and that labor regulations are followed, thereby reinforcing accountability in federally funded projects. Additionally, it includes an OMB control number for tracking purposes and emphasizes compliance with the Paperwork Reduction Act, reducing the burden of reporting errors and ensuring accurate information collection. This form is crucial in maintaining transparency and upholding labor standards in any agreements made under federal and state RFPs or grants.
The Fermilab ES&H Manual outlines the requirements for subcontractors to provide injury and illness data, emphasizing safety standards for compliance. Companies must submit a questionnaire detailing their safety performance over the past three years, including their interstate experience modification rates, workers' compensation carrier details, and records of workplace injuries and illnesses as per OSHA guidelines. The form mandates the provision of key metrics such as total recordable cases, case rates, and employee hours worked. Additionally, it seeks confirmation of safety responsibility within the company, requiring the contact information of designated safety personnel. The data collected is essential for assessing the safety performance of subcontractors and ensuring adherence to industry safety regulations as required in federal and state grant applications and competitive proposals (RFPs). The document underscores the importance of maintaining accurate and thorough safety records while promoting a culture of workplace safety among subcontractors.
The Construction Environmental, Safety & Health Certification (CESHC) is a mandated document for construction projects at the Fermi National Accelerator Laboratory (Fermilab), aimed at ensuring compliance with safety and environmental regulations. Subcontractors must complete and submit the CESHC to the FermiForward Procurement Office for review by relevant teams before commencing work. The CESHC serves as a dynamic document that can be updated as project conditions evolve. Compliance with Title 10, Code of Federal Regulations, Part 851, regarding Worker Safety and Health Programs, is essential for all subcontractors and their employees, especially regarding medical surveillance and occupational health qualifications. Subcontractors must confirm their understanding of these regulations and detail any medical surveillance activities for their on-site workers. Moreover, they are required to select an authorized medical facility for occupational health services and outline any specific tasks that require health monitoring. This document underscores the federal government’s commitment to maintaining a safe work environment and regulatory compliance in federally funded construction activities, especially at sensitive and critical sites like Fermilab.
The document is the Subcontractor Annual Representations & Certifications (SARC) form used by Fermi Forward Discovery Group, LLC, aimed at gathering essential information from subcontractors seeking to engage in U.S. government contracts. It requires the offeror to provide business details, ownership structure, and employee information, ensuring compliance with federal mandates regarding subcontractor qualifications. The form addresses ownership classifications, types of business entities, and common parent affiliations. It further emphasizes compliance with regulations like the Federal Acquisition Regulation (FAR), equal employment opportunity standards, and export control laws. Offerors must certify their status in relation to executive compensation reporting and verify their accounting systems against established standards. They are also required to confirm adherence to ethical practices regarding human trafficking and provide specific affirmative action documentation if applicable. The document outlines the responsibility of the offeror to notify FermiForward about any changes in provided information. Overall, the SARC aims to ensure that subcontractors maintain compliance with federal laws and regulations while fostering accountability and operational integrity within government contracting.
Mar 31, 2025, 9:05 PM UTC
The document outlines the Proposal Certifications (PUR-466) required for federal solicitations, detailing compliance requirements for offerors submitting proposals to Fermi Forward Discovery Group. It contains essential certifications and instructions categorized by proposal dollar thresholds. Key sections include export/import control compliance, adherence to the Buy American statute for construction materials, rights to proposal data, and patent rights for certain contractor categories. For proposals over $10,000, offerors must provide specific export compliance information. For those over $150,000, additional certifications relating to price determination and potential lobbying activities are required. Proposals exceeding $500,000 necessitate compliance plans against trafficking in persons. Each certification emphasizes the offeror's accountability for reporting compliance, disclosing any legal or financial issues that may affect contract eligibility. The document ensures that the contracting process aligns with federal regulations while setting standards for ethical conduct and accountability in government contracting. Overall, it aims to guide bidders in regulatory compliance and integrity during the proposal process, thus fostering fair competition and responsible procurement practices.
Mar 31, 2025, 9:05 PM UTC
The document outlines wage determinations for building and residential construction projects in seven counties of Illinois, consistent with the Davis-Bacon Act. Key wage rates for various construction trades are provided, including stipulations from Executive Order 14026, mandating a minimum wage of $17.75 per hour for contracts initiated or extended after January 30, 2022. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30. The document details specific classifications such as Asbestos Worker, Electrician, Laborer, and Truck Driver, including their respective hourly rates and fringe benefits. Additionally, the document addresses the wage determination appeals process, directing requestors on how to contest decisions related to wage rates or classifications. The essence of this document emphasizes compliance with federal labor standards for contractors working on government-funded construction projects, ensuring fair wages and worker protections are maintained across the specified counties in Illinois. This information is relevant for vendors responding to federal and state RFPs and grants, ensuring adherence to labor regulations for awarded contracts.
Mar 31, 2025, 9:05 PM UTC
This document outlines a firm-fixed-price subcontract between Fermi Forward Discovery Group, LLC, and an unspecified subcontractor for a project at the Fermi National Accelerator Laboratory, under a Prime Contract with the Department of Energy. The subcontract details the Contractor’s obligations to provide labor, materials, and equipment for the project and specifies that work will occur at the Lab's location in Batavia, Illinois. The schedule includes a period for performance, financial arrangements with fixed price limits, and invoicing protocols requiring monthly progress reports for payment assessments. Detailed guidelines on invoice submissions, including required documentation and timelines, aim to ensure transparency in billing. The subcontract also designates representatives for procurement and technical oversight, clarifying roles for contract administration and modification requests. The document emphasizes compliance with high professional standards, incorporates regulatory clauses, and mandates reporting formats for project updates. Overall, this subcontract serves as a comprehensive agreement governing the logistic and financial aspects of the assigned project, reflecting the structured processes typical in federal RFPs and contracts.
Mar 31, 2025, 9:05 PM UTC
The file appears to be a map of public access areas surrounding various lakes and ponds, delineating locations such as Swan Lake, Dusaf Pond, and A.E. Sea Lake. It includes details on access routes, parking lots, and recreational trails, emphasizing infrastructure for public use. The map is published by OpenStreetMap contributors and dates from April 3, 2017. Its purpose seems to be to enhance awareness and facilitate access to these natural resources for outdoor recreation. This information could be relevant for state or local agencies in formulating policies related to public access and environmental management, potentially informing grant applications or requests for proposals (RFPs) focused on recreational development and transportation planning.
Mar 31, 2025, 9:05 PM UTC
In a communication to potential bidders, Fermilab's Director, Nigel Lockyer, emphasizes the paramount importance of Environment, Safety, Health, and Quality (ESH&Q) in all operations on-site. He insists that subcontractors must integrate these principles into their work to avoid injuries and enhance efficiency, with intense oversight and potential penalties for infractions. The ultimate goal is to achieve zero lost time due to accidents, necessitating full commitment from all contractors to prioritize safety and environmental stewardship.
The document outlines the requirements for submitting proposals in response to a federal solicitation, structured into two main parts: Technical Proposal and Business Proposal. In the Technical Proposal, offerors must demonstrate relevant carpentry and painting experience, providing evidence of at least five years in each trade. They must detail past project experiences, focusing on similarities in type, size, and complexity to the requested services. Key Personnel qualifications include a Project Manager and Project Superintendent with specific experience requirements and OSHA training. The Business Proposal includes essential components such as a firm price proposal, a bid guarantee of at least 20% of the proposal price, and various requisite forms and certifications, including Subcontractor Annual Representations & Certifications and documentation of safety compliance, workforce compensation experience, and insurance. This solicitation emphasizes the need for qualified contractors capable of delivering quality work and ensuring safety standards, reflective of government procurement processes. The outlined criteria and documentation aim to ensure that contracting agencies can effectively evaluate offers based on established technical and business competencies, contributing to informed decision-making in public sector contracting.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Fermilab LBNF NSCF Construction - Beamline Complex RFP
Buyer not available
The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Near Site Conventional Facilities Beamline Complex in Batavia, Illinois. This project aims to establish critical infrastructure to support advanced neutrino physics research, including the construction of various facilities such as the Target Complex and Decay Region, requiring comprehensive construction services, materials, and labor. The total funding available for this initiative is anticipated to be up to $12 million, with proposals due by April 9, 2025, following a mandatory pre-proposal conference scheduled for July 11, 2024. Interested contractors can direct inquiries to Craig Schmitz at schmitzc@fnal.gov or Sharlene Horton at shorton@fnal.gov for further information.
Kautz Road Construction Entrance Alterations, Project 3-2-213
Buyer not available
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.
Fermilab - Fabrication of WR1150 Waveguide
Buyer not available
The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the fabrication of seventy-two (72) WR1150 waveguides, which are critical components for advanced accelerator technologies. The selected contractor will be responsible for delivering these waveguides, which must meet specific technical specifications including an operational frequency of 650MHz ± 5MHz and a power handling capacity of 70kW, by April 21, 2025. This procurement is essential for supporting research initiatives at the Fermi National Accelerator Laboratory, emphasizing the importance of precision engineering in scientific applications. Interested parties should direct inquiries to Richard Konan at rkonan@fnal.gov or call 630-840-2835 for further details regarding the submission process and requirements.
Fermilab -Fabrication of Linac Vacuum Gauge System
Buyer not available
The Department of Energy, through the Fermi Forward Discovery Group, LLC (FFDG), is inviting proposals for the fabrication of a Linac Vacuum Gauge System, which includes convection and cold cathode gauges along with specialized controllers. The procurement aims to support the PIP-II accelerator project at Fermilab, requiring the selected subcontractor to deliver fully functional systems that meet stringent technical specifications, including radiation resistance and Ultra High Vacuum (UHV) readiness. This opportunity is critical for ensuring precise pressure measurement in high-energy physics experiments, and proposals must be submitted by April 21, 2025, with inquiries directed to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835.
Cryostat steel shims - IDIQ
Buyer not available
The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the supply of Cryostat Floor Shims (CFSS) and Metal Spacers (CFMS) under a Request for Proposal (RFP) 365026RLP. This procurement aims to support ongoing projects at Fermilab, requiring materials that comply with specific domestic sourcing and technical specifications. The contract will be structured as a one-year base agreement with two optional one-year extensions, emphasizing firm pricing and the inclusion of all freight charges in proposals. Interested bidders must submit their proposals by April 11, 2025, and direct any questions to Rhiannon Patterson at rhiannon@fnal.gov by April 4, 2025, to ensure compliance with the outlined requirements and certifications.
Lamination Die and Machined Parts
Buyer not available
The Department of Energy, specifically the Fermilab office, is seeking proposals for the design and construction of a lamination die, along with the machining of two parts and the production of 6,695 components using the die. This procurement is critical for the ORBE magnet core project, which plays a significant role in advancing particle acceleration systems at Fermilab. Interested suppliers must submit firm-fixed price proposals by 5 PM CST on April 28, 2025, ensuring compliance with stringent quality control standards and technical specifications outlined in the associated documents. For inquiries, potential bidders can contact Patrick Tarpey at ptarpey@fnal.gov.
FDC Rigging Services
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for rigging services to support the Long-Baseline Neutrino Facility and Deep Underground Neutrino Experiment (LBNF/DUNE-US) in South Dakota. The selected subcontractor will be responsible for providing all necessary rigging personnel, equipment, tools, and materials to ensure the safe and efficient movement of materials for the installation of cryostats and related infrastructure within the Sanford Underground Research Facility. This initiative is critical for advancing scientific research while adhering to rigorous safety and environmental standards. Proposals are due by June 27, 2025, with an anticipated award date of November 1, 2025. Interested parties can contact Bridget Fugett at bridget@fnal.gov or Jeremy R. Duncan at jeremyd@fnal.gov for further information.
PIP-II CM Control Valves
Buyer not available
The Department of Energy, through Fermilab - DOE Contractor, is seeking proposals for the procurement and fabrication of PIP-II cryomodules, specifically focusing on cryogenic control valves. This opportunity requires interested contractors to submit a comprehensive proposal that includes both a Technical Proposal and a Business Management & Price Proposal, emphasizing technical merit and compliance with the North American Industry Classification System (NAICS) code 332911. The procurement is critical for the PIP-II project, which plays a significant role in advancing particle accelerator technology. Proposals are due by April 15, 2025, and interested parties should contact Derek Hellauer at hellauer@fnal.gov for further information and to submit their capability statements.
Magnetic Tape Library
Buyer not available
The Department of Energy, specifically the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for a Magnetic Tape Library to enhance its data storage capabilities for scientific programs. The procurement aims to acquire a next-generation tape storage solution with a minimum native capacity of 225 PB, equipped with 20 tape drives and expandable to 40, ensuring high availability and compliance with operational standards. This advanced technology is critical for managing large volumes of scientific data, supporting ongoing and future research initiatives in high-energy physics. Proposals must be submitted electronically by April 28, 2025, with inquiries directed to Chris Rossman at crossman@fnal.gov or by phone at 630-840-5355.
Mu2e Production Frames
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for the production of Mu2e Production Frames, specifically targeting the manufacturing of printed circuit assemblies. Vendors are required to submit proposals that align precisely with the provided specifications in the accompanying drawings and documents, including the Subcontractor Annual Representations & Certifications (SARC) and Proposal Certifications (PUR-466). This procurement is crucial for advancing Fermilab's research capabilities, as the frames are integral components in their scientific projects. Proposals are due by April 23, 2025, at 5 PM CDT, and interested parties can reach out to Rhiannon Patterson at rhiannon@fnal.gov or call 605-431-2905 for further information.