Phase 2 - S11 Site Restoration Project
ID: SLAC_Phase_2_S11_Site_Restoration_Sources_Sought_17OCT2024Type: Sources Sought
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)
Timeline
    Description

    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking qualified general contractors for the Phase 2 - S11 Site Restoration Project located in Menlo Park, California. The project involves comprehensive site restoration activities at Area 1 of the Bone Yard, including site surveys, demolition of existing asphalt, soil removal, leveling, backfilling, erosion control, and daily street sweeping, all aimed at supporting the Cryomodule Repair and Maintenance Facilities Memorandum of Understanding (CRMF MOU). This initiative is critical for maintaining and restoring facilities to ensure a safe and compliant environment for scientific research, with construction anticipated to begin around December 2024 and conclude by April 2025. Interested vendors should express their interest through the SAM.gov posting and direct inquiries to Jennifer Jamison at jjamison@slac.stanford.edu, as the formal Request for Proposals (RFP) is yet to be released.

    Point(s) of Contact
    Files
    Title
    Posted
    SLAC National Accelerator Laboratory has released Request for Proposal (RFP_350877) for the Phase 2 – S11 Site Restoration Project, inviting companies to submit firm-fixed-price proposals in line with the specified requirements. The package includes the Statement of Work and various contractual documents, with submissions required by a yet-to-be-determined due date. Proposals must comprehensively include required forms, or they risk disqualification. A site visit is highly encouraged, where attendees must meet safety protocols, including full personal protective equipment (PPE). Offerors must confirm their intent to bid and provide a list of attendees for the site visit. As the project is federally funded and governed by the Davis-Bacon Act, there are specific labor guidelines to adhere to. All communications regarding the RFP must be directed to the designated procurement representative, emphasizing the importance of submitting inquiries through the proper channels. This document serves to clarify expectations for prospective suppliers in participating in a federal construction project, aligning with government procurement practices.
    The document outlines a subcontract for the Phase 2 - S11 Site Restoration Project at the SLAC National Accelerator Laboratory, managed by the Board of Trustees of the Leland Stanford, Jr. University. It includes a firm fixed-price subcontract agreement, detailing submission procedures, contact information for the subcontract administrator (Jennifer Jamison), and invoicing instructions. Key sections include specifications for supplies and services, delivery and performance requirements, and terms of agreement. The total amount for the subcontract is referenced but not specified, as it is contingent upon further details provided in a related section. The agreement emphasizes that the subcontractor must adhere to various terms and conditions set forth within the document. The purpose of this subcontract is to ensure compliance with the project's objectives while managing resources and expectations effectively, reflecting standard practices in government RFPs and contracting procedures.
    The SLAC National Accelerator Laboratory seeks a qualified general contractor to undertake Phase 2 of site restoration work at Area 1 of the Bone Yard, primarily aimed at supporting the Cryomodule Repair and Maintenance Facilities Memorandum of Understanding (CRMF MOU). The contractor will perform a range of tasks including site surveys, demolition of existing asphalt, topsoil removal, leveling, backfilling, erosion control, and daily street sweeping. Important considerations include adhering to environmental, safety, and health regulations, particularly regarding potential buried acetylene tanks, which must be excavated and disposed of if found. The project timeline is estimated to begin in October/November 2024 and conclude by February/March 2025. The contractor must provide all personnel, oversight, tools, and materials necessary to complete the work safely and according to SLAC standards. Coordination with SLAC's project management is essential throughout the process, ensuring compliance with all specifications and safety measures.
    The "Construction Safety Requirements Manual" serves as a guide for subcontractors performing construction activities at the SLAC National Accelerator Laboratory. Its primary aim is to summarize essential safety and health requirements aligned with SLAC's Injury and Illness Prevention Program (IIPP) and Department of Energy (DOE) regulations. The manual specifies adopted codes and standards, obligations for implementing safety measures, and roles and responsibilities for various stakeholders involved in construction projects. Key elements include requirements for job safety analyses, emergency response plans, and maintaining compliance with safety protocols throughout the project lifecycle. Subcontractors are mandated to provide a safe work environment, undergo rigorous training, and ensure thorough documentation of safety procedures. The manual also emphasizes the necessity of communication and coordination between subcontractors and SLAC to promote an effective safety culture. This document reflects compliance with federal and state regulations, showcasing SLAC's commitment to ensuring a zero-incident workplace during all construction undertakings. It is crucial for subcontractors to understand and adhere to these comprehensive safety guidelines to foster a safe and compliant project environment.
    The document pertains to the site restoration of Sector 11 N. Access Road at Stanford University/SLAC, focusing on civil engineering plans denoted as S1020 C01. It outlines two primary phases, including rough grading to prepare the site for construction. The removal of an existing Deep Reference Mark (DRM) is discussed, wherein it may be removed prior to the commencement of Phase 2, but must be preserved in place if not removed beforehand, as its removal is not included in the scope of this phase. The document emphasizes compliance with building codes and Environmental, Safety, and Health (ESH) regulations, requiring that all plans remain on-site for inspections. Any changes to the approved plans must receive prior approval from the Building Inspection Office (BIO). This authorization illustrates necessary precautions, illustrating the governmental commitment to safety and regulatory compliance throughout the construction phase.
    The document outlines a Request for Proposals for the Phase 2 – S11 Site Restoration Project under Section B, detailing supplies or services required, including cost specifications. The proposal includes a single lot for the base scope, hinting at a specific restoration project aimed at site improvement. It is necessary for respondents to provide their Unique Entity ID and DUNS Number, indicating a streamlined identification process for federal contracting. Payment terms are defined as Net 30 unless specified otherwise, allowing for timely processing of invoices. Any applicable discounts related to educational institutions or bulk purchases should also be noted, although not specified in detail in the document. Overall, the document serves as a fundamental guideline for organizations bidding on the restoration project, emphasizing clarity in pricing and necessary administrative information.
    The document outlines the Statement of Work for "Phase 2 Site Restoration" in Area 1 of the Bone Yard, Sector 11, located at the SLAC National Accelerator Laboratory. This project, approved on October 11, 2024, involves comprehensive site restoration activities guided by several key documents, including a Construction Safety Requirements Manual and site drawings for civil rough grading. The referenced specifications determine safety protocols and restoration methodologies necessary for compliance with applicable construction regulations. The initiative highlights the Department of Energy's commitment to maintaining and restoring facilities through structured guidelines and safety measures, ensuring successful project completion within established timelines and standards. The overall aim is to improve the site while adhering to regulatory requirements for construction and site management.
    The document outlines the delivery or performance period for the "Phase 2 – S11 Site Restoration Project" managed by the SLAC National Accelerator Laboratory, specifically operated by Stanford University under the U.S. Department of Energy. It lists a base scope item with the start date noted as the "Notice of Award" and the completion date as "Final Completion TBD," indicating that the exact timeline for the project's execution is yet to be determined. This simple structure highlights the essential timelines for a government RFP related to site restoration, emphasizing the project's preliminary phase and its association with federal operations. The document serves as a formal notification of project expectations and timelines within the context of federal grant management and funding allocation.
    The document outlines the General Terms and Conditions for the SLAC National Accelerator Laboratory, specifically regarding Fixed Price Construction Subcontracts as of March 2024. Operated by Stanford University for the U.S. Department of Energy, SLAC emphasizes supply chain management's importance in its operations. The attached conditions provide a framework to ensure compliance, clarity, and accountability in contractor relationships. This ensures that construction subcontractors meet stringent requirements necessary for federal contracts, highlighting the laboratory’s commitment to operational excellence and federal regulations. Overall, the document serves as a foundational element for managing construction projects effectively within government parameters.
    The document outlines the General Terms and Conditions for Fixed Price Construction Subcontracts, primarily relevant for the Board of Trustees of the Leland Stanford Jr. University and the SLAC National Accelerator Laboratory, managing government-funded projects. It details obligations regarding site investigation, monitoring of work, scopes of work, and responsibilities for permits and licenses. The Subcontractor is tasked with upholding stringent safety, environmental standards, and health protections while receiving government-furnished property. Compliance with regulations is mandatory, with particular emphasis on injury prevention and environmental impact. The document includes provisions for inspections, payments, warranties, and dispute resolution. Importantly, it stipulates monitoring costs and consequences for non-compliance, alongside outlining indemnification and insurance requirements. This comprehensive regulation framework aims to ensure quality construction and adherence to safety protocols, thereby supporting efficient execution of federally funded projects while safeguarding public interests.
    The document outlines special terms and conditions for subcontracting at the SLAC National Accelerator Laboratory, primarily focusing on supply chain management. It specifies the electronic submission of weekly labor compliance reports via the Labor Compliance Program Tracker, mandating certified payroll from contractors and subcontractors. The Construction Manager or Project Manager can authorize field change orders up to $25,000. Contractors must notify the Purchasing Officer 30 days prior to any changes in key personnel, requiring justification for replacements. Final project completion is contingent upon meeting various criteria, including functional systems and complete documentation. The contractual and technical representatives are designated for oversight, with the contractual representative being the sole authority for modifications to the subcontract. This document is integral in promoting compliance, effective management, and structured oversight within federal contracting, reinforcing guidelines for labor practices and administrative procedures.
    The document provides a comprehensive list of attachments related to supply chain management for subcontractors at SLAC National Accelerator Laboratory, operating under the U.S. Department of Energy. Key attachments include the Davis Bacon Wage Determination, work planning and control summaries, and safety qualification forms. The document outlines important forms and processes necessary for subcontractors, such as the Injury and Illness Prevention Plan Acknowledgement Form, the NTP Submittal Checklist, and a subcontractor labor rate sheet to be included with proposals. Each attachment serves to ensure compliance with federal regulations, safety standards, and operational procedures. This structure emphasizes the need for thorough documentation and planning in managing subcontractors effectively while aligning with the laboratory's safety and efficiency objectives in government-funded projects.
    The document outlines the prevailing wage rates and contract requirements for construction projects in California, specifically governed by the Davis-Bacon Act and relevant Executive Orders. It provides updated wage determinations for various construction types, including building, heavy construction, highway, and dredging, across designated counties in California. Key wage rates are established for multiple occupations, varying by geographic area and reflecting mandated minimums that contractors must adhere to when employing workers on federal projects. Furthermore, it specifies conditions under which Executive Order 14026 or Executive Order 13658 apply, including minimum wage rates of $17.20 and $12.90 per hour respectively for eligible contracts. Contractors are required to submit conformance requests if classifications necessary for the project are not listed, underscoring compliance with worker protections. This document is vital for federal grant programs and state and local RFPs, as it ensures fair compensation and adherence to labor standards in federally funded construction contracts, thus promoting equitable labor practices across participating counties in California.
    The document details the Work Planning and Control (WPC) process for subcontractors at SLAC, emphasizing safety and hazard management. It outlines emergency protocols and the necessity of communication with supervisors in both life-threatening and non-life-threatening incidents. The WPC is designed to ensure clarity in the scope of work, identification of qualified personnel, hazard evaluation, and implementation of safety controls before starting work. Specific activities requiring additional safety procedures are listed, such as electrical work, confined space entry, and demolition. Key to SLAC's approach is the Integrated Safety and Environmental Management System (ISEMS), integrating five core functions: defining work scope, hazard analysis, hazard control development, compliant work performance, and continuous feedback and improvement. This structured approach aims to minimize risks and enhance safety during projects. Subcontractors are encouraged to engage proactively with their project managers or points of contact to address hazards and safety measures effectively, supporting SLAC's commitment to improving safety processes and minimizing accidents and injuries.
    The document outlines the requirements for subcontractors working at the SLAC National Accelerator Laboratory, focusing on their compliance with the Injury and Illness Prevention Program (IIPP). It specifies that both prime contractors and their subcontractors must complete a dedicated acknowledgment form affirming their understanding and compliance with SLAC's IIPP, which aligns with the stricter Department of Energy (DOE) safety regulations. Subcontractors can either adopt SLAC's compliant IIPP or submit their own for approval. Additionally, it emphasizes the necessity for comprehensive occupational medicine services for workers who will be on-site for extended periods or participate in exposure monitoring programs, ensuring adherence to safety standards. The document is structured to require certifications by supervisors, confirming compliance with these safety measures, and provides an avenue for reporting any occupational medicine provider's contact information. Ultimately, the document stresses the importance of workplace safety and health protocols in contractor operations at SLAC.
    The Work Classification Form is designed for assessing project activities at SLAC, specifically determining whether projects are classified as "Green" or "Non-Green" work. "Green work" encompasses low-risk activities like routine office tasks and field observations, while "Non-Green work" involves higher risk operations such as construction, use of power tools, or chemical handling that requires additional safety assessments. This particular form pertains to Phase 2 of the Site Restoration Project, detailing activities like asphalt demolition and site leveling. The form requires input from project managers regarding health and safety (ES&H) assessments to ensure required safety documents are in place for subcontractors. It encompasses categories such as construction safety, hazardous material handling, waste disposal, and training for personnel involved. Required records include safety qualifications and training expenditures, ensuring compliance with local and federal regulations throughout the project's lifecycle. This classification and associated assessments are critical for maintaining safety standards and facilitating smooth project execution while minimizing risks to workers and the environment.
    The document is a "Statement and Acknowledgment" form used for prime contractors and subcontractors in government contracting, specifically under OMB Control Number 9000-0066. It contains essential information regarding the awarding of subcontracts, including prime contractor and subcontractor details, contract number, and specific clauses included in the subcontract. The form ensures compliance with labor standards, such as the Contract Work Hours and Safety Standards Act and various wage rate requirements. Additionally, it acknowledges the presence of intermediate subcontractors, if any. The paperwork aligns with the regulations mandated by the Paperwork Reduction Act, indicating the estimated time required for completion. This document is vital for maintaining transparency and accountability in federal contracting processes and ensures that all parties adhere to legal obligations related to labor standards and contracts.
    The SLAC National Accelerator Laboratory's Subcontractor Safety Qualification Form outlines the safety requirements for prime subcontractors engaged in construction or high-risk service work. Effective from May 21, 2021, it mandates a comprehensive health and safety manual submission that includes a California Injury and Illness Prevention Plan and specific safety protocols based on proposed work activities. The form necessitates detailed project experience, clearly defining types of work the subcontractor is licensed to perform and requiring documentation of past incident histories as reported on OSHA forms. Additionally, subcontractors must present evidence of safety policies and any prior OSHA citations along with corrective actions taken. Signature acknowledgment confirms the information's accuracy and the firm's responsibility for worker safety. This qualification process is crucial for ensuring safe working conditions at SLAC and reflects broader compliance with federal regulations governing contractor safety.
    This document outlines the requirements for submitting a Notice to Proceed in the context of a supply chain management project at SLAC. Key points include the necessity of performance and payment bonds for subcontracts over $35,000, and mandatory insurance types such as Professional Errors and Omissions Insurance for design-related subcontracts exceeding $25,000 and Builder's All Risk Insurance for contracts over $50,000. The document also calls for a "Statement and Acknowledgment” form for Sub-Subcontractors, along with valid licenses and permits. Additionally, it requires the submission of Issue for Construction (IFC) Drawings and Specifications, and compliance with a specific project schedule format mandated by the SLAC Project Manager. The overall purpose of this checklist is to ensure all necessary documentation and insurance protections are in place to mitigate risks and ensure project compliance, reflecting standard practices associated with government requests for proposals and contracts. The deadline for completion of these requirements is noted as June 14, 2024.
    The document outlines a final release related to a subcontract conducted at the SLAC National Accelerator Laboratory, part of the U.S. Department of Energy. It serves as a formal release of claims by the subcontractor upon receipt of final payment for services rendered. The subcontractor affirms that all labor and material costs have been settled and agrees to indemnify Stanford University and the Department of Energy from any subsequent claims related to the work performed. The agreement emphasizes that all construction and improvements are owned by the U.S. government, which shields them from state lien laws. The release signifies that the subcontractor has completed the project and will not pursue further billing. The signatory confirms their legal authority to bind the subcontractor to these terms. This document is essential in federal contracting, ensuring clarity in financial obligations and legal protections for government entities involved.
    The document is a Final Inspection Report required for final payment processing of a subcontractor’s work for SLAC National Accelerator Laboratory. It confirms that the subcontractor's deliverables align with contractual requirements and details the inspection process. Key components include the date of inspection, attendance records, receipt, and acceptance dates for as-built drawings, operation manuals, and badges. Completion of certified payrolls and punch list approvals by relevant authorities are documented. A Final Certificate of Occupancy or Permit Card issuance is also noted. The report concludes with a section for acknowledgment and acceptance signatures from SLAC Project Management and the subcontractor. This report serves as a formal record ensuring compliance with federal contracting requirements and underscores SLAC’s process for the oversight of federal grants and RFPs. It emphasizes the importance of documentation and accountability in government-funded projects.
    The document is a representation and certification supplement from the SLAC National Accelerator Laboratory, which is operated by Stanford University on behalf of the U.S. Department of Energy. Dated August 25, 2022, it falls under the scope of supply chain management and is a crucial element of the federal government’s grant and RFP processes. The document outlines the necessary representations and certifications that contractors must comply with when engaging in federally funded projects. It serves to assure that all parties are informed and uphold the requisite standards regarding environmental, ethical, and operational practices in their dealings. The purpose of this supplement is to promote accountability and transparency in federal contracting, ensuring compliance with federal laws and policies, ultimately enhancing the integrity of government procurement. This document's succinct nature supports contractors in understanding their obligations and contributes to effective supply chain operations within federal projects.
    The Representations and Certifications Supplement outlines requirements for Stanford University's involvement in a prime contract with the U.S. Department of Energy for managing the SLAC National Accelerator Laboratory. The document mandates completion and submission of various certifications and representations as part of the offeror's proposal. Key elements include certification of business information, compliance with the System for Award Management (SAM), and enrollment in E-Verify for employment eligibility. It emphasizes a thorough examination of potential conflicts of interest involving employees or relatives of Stanford University. The offeror must disclose any relevant ownership or financial interests. Additional certifications relate to environmental compliance, specifically toxic chemical release reporting, as well as anti-kickback regulations which apply to offers exceeding $100,000. The export control section requires representations regarding nuclear and military-related items, ensuring compliance with government regulations. The document concludes with a signature section, confirming that the signatory is authorized to make commitments and has validated the accuracy of the representations provided. Overall, this supplement highlights rigorous compliance processes necessary for entities contracting with federal agencies, ensuring ethical conduct, transparency, and regulatory adherence.
    The document pertains to the RFI (Request for Information) log associated with RFP # 350877 for the Phase 2 S11 Site Restoration Project. It outlines a section for solicitation clarifications, intended to gather and address inquiries pertinent to the RFP's details. The structure includes a numbered list format for tracking each inquiry, detailing when submissions were made, the specific document references, and expected response dates. However, the document currently lacks any entries under these categories, indicating that no inquiries have been submitted or addressed as of this point. This structure is designed to ensure clarity, transparency, and effective communication among stakeholders involved in the project. The RFI process helps potential bidders clarify project specifics, contributing to informed responses to the RFP. Overall, the document underscores the importance of clear communication in federal solicitation processes to facilitate successful project execution.
    The document outlines the scope for the S11 Site Restoration Project, detailing the various phases and requirements for roof restoration. The project involves complete demolition of existing roof components, followed by the installation of insulation and coverboards in line with NRCA standards. The new roofing will comprise multiple plies of membrane, along with specific installation procedures for flashing and surfacing. Key materials include 24-gauge stainless steel for various roofing applications, along with a directive against using lead. The job will require significant construction equipment and specialty crews, such as a crane crew, and is assumed to last for two months, necessitating comprehensive jobsites management including safety protocols and field coordination. The summary emphasizes meticulous adherence to manufacturer specifications and safety regulations throughout the project to ensure quality and compliance, essential in the context of government contracts and construction grants.
    The RFP 350877 outlines the Instructions to Offerors (ITO) for the Phase 2 - S11 Site Restoration Project at SLAC National Accelerator Laboratory. It details submission requirements for proposals, emphasizing compliance with the Statement of Work (SOW) and Technical Specifications. Proposals must be marked for proprietary information and include a cover sheet, with separate technical (Volume I) and price (Volume II) proposals, each capped at 100 pages. Critical evaluation factors include the technical approach, safety plans, schedule, past performance on similar projects, project management methodologies, and qualifications. Offerors must provide documentation of their safety compliance, a proposed project schedule, and past project references, particularly from the San Francisco Bay Area. Additionally, the document specifies eligibility requirements, including registration with SAM and a valid contractor’s license. Proposals are to be submitted electronically and must remain valid for 90 days. The document ensures a structured submission process, emphasizing transparency and detailed criteria for evaluation, pivotal for government projects involving site restoration and environmental compliance.
    This document outlines the evaluation criteria and contract award basis for the Supply Chain Management RFP for the Phase 2 - S11 Site Restoration Project. The contract will be awarded to the lowest-price, technically acceptable proposal that meets all specified requirements. Key evaluation factors include the Technical Approach, Safety, Schedule adherence, Past Performance, Project Management & Experience, and Statement of Qualifications. Each proposal is assessed on a pass/fail basis for technical feasibility, with several sub-factors under each main factor guiding the evaluation process. Financial evaluation will focus on bonding capacity, Dun and Bradstreet ratings, and the submission of complete documentation. Offers will also be assessed for realism and reasonableness in pricing. Companies must demonstrate compliance with environmental, safety, and health standards, alongside proven experience in relevant projects, particularly in the San Francisco Bay Area, and in working with federal agencies. This structured evaluation process aims to ensure successful project execution while ensuring that all legal and operational standards are met, reflecting the stringent requirements typical of government RFPs.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    2-Axis Engineered Table
    Active
    Energy, Department Of
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking proposals for the procurement of a 2-Axis Engineered Table for sample positioning. The table must meet specific technical criteria, including a load capacity of 1000 lbs, dimensions for the breadboard, and motorized vertical and horizontal axes with defined travel distances and resolutions. This equipment is crucial for experimental setups within the laboratory, ensuring precise positioning and stability during research activities. Interested vendors must submit their quotations by COB November 7, 2024, to Katherine Jill A. Coh at kcoh@slac.stanford.edu, and comply with the Buy American Act Certification and other federal requirements as outlined in the solicitation documents.
    Controller
    Active
    Energy, Department Of
    The Department of Energy, through the SLAC National Accelerator Laboratory, is soliciting bids for the procurement of specific controller units and modules essential for their operations. The requirement includes a U.S. domestic end item source for three distinct products: a crate with a controller, a high-precision HV module, and a low-voltage module, all of which are critical for advanced scientific research and technology applications. This procurement is governed by the SLAC National Accelerator Laboratory's Terms and Conditions for Fixed Price Commercial Supplies and Services, emphasizing compliance with federal regulations, including the Buy American Act. Interested vendors must submit their quotes, delivery timelines, and technical compliance statements to Shay Farmer at shayj@slac.stanford.edu, with payment terms set at net 30 days and freight terms as FOB Destination Prepaid and Add.
    TXM Camera System
    Active
    Energy, Department Of
    The Department of Energy, through the SLAC National Accelerator Laboratory, is inviting proposals for the procurement of a Transmission X-ray Microscope (TXM) Camera System. Interested suppliers are required to submit firm-fixed price proposals that meet the specifications outlined in the Request for Proposal (RFP 348671), which includes a triple objective monochromatic motorized camera and various scintillators, emphasizing the need for competitive pricing that meets technical requirements. This procurement is critical for advancing research capabilities in analytical laboratory instrumentation, reflecting the government's commitment to supporting domestic manufacturing through compliance with the Buy American Act. Proposals must be submitted by October 30, 2023, at 5:00 PM Pacific, and all inquiries should be directed to Perry Rostrata at rostrata@slac.stanford.edu or by phone at 650-926-3759.
    Fermilab LBNF NSCF Construction - Beamline Complex RFP
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance (FRA), is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Beamline Complex in Batavia, Illinois. The project aims to select a subcontractor to provide comprehensive construction services, including labor, materials, and equipment necessary for the Beamline Complex, which supports significant neutrino research initiatives. This construction effort is critical for advancing scientific research facilities and ensuring compliance with stringent safety and performance standards. Interested contractors must attend a mandatory Pre-Proposal Conference on July 11, 2024, and submit their proposals by December 18, 2024. For further inquiries, contact Brian Quinn at bquinn@fnal.gov or 630-840-5777.
    Fermilab - Removal and replacement of roofing systems
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the removal and replacement of roofing systems at the Site 40 Low Level Waste Handling Building in Batavia, Illinois. The project involves comprehensive work, including the complete tear-off of existing roofing down to the decking, installation of new SBS Asphalt roofing systems, and the relocation of existing roof equipment, all while adhering to strict safety and environmental standards. This procurement is critical for maintaining the integrity and functionality of Fermilab's infrastructure, ensuring compliance with federal regulations, including the Davis-Bacon Act for labor wages. Proposals are due by November 15, 2024, and interested contractors should contact Richard Konan at rkonan@fnal.gov for further details.
    Fermilab LBNF NSCF Construction - Near Detector Complex RFP
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance (FRA), is seeking a qualified subcontractor for the construction of the Near Detector Complex as part of the Long-Baseline Neutrino Facility (LBNF) project at Fermilab in Batavia, Illinois. The procurement involves comprehensive construction services, including the development of a service building, shafts, a detector cavern, and site improvements, all under a Firm Fixed Price (FFP) subcontract. This project is critical for advancing neutrino physics research, necessitating adherence to high safety and quality standards throughout the construction process. Proposals are due by December 13, 2024, with a mandatory pre-proposal conference scheduled for July 10, 2024. Interested parties can contact Brian Quinn at bquinn@fnal.gov or Craig Schmitz at schmitzc@fnal.gov for further information.
    LBNL RFP HW-10012024 SR Supports
    Active
    Energy, Department Of
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for a fixed-price subcontract to supply various machined support parts for Storage Ring applications. The procurement requires the delivery of stainless steel and aluminum components, utilizing advanced manufacturing techniques such as 5-axis CNC and wire erosion, along with additional services like dimensional inspection and cleaning. These components are critical for laboratory operations, ensuring the functionality and efficiency of research projects at LBNL. Interested vendors must submit their quotations by November 8, 2024, and are encouraged to contact Howard Wilson at hjwilson@lbl.gov or 510-486-9787 for further information.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential design-bid-build (DBB) construction project aimed at improving and repairing the Defense Logistics Agency (DLA) Disposition Services facility at Sierra Army Depot in Herlong, California. The project scope includes extensive renovations of existing pre-engineered metal buildings, site improvements, and the installation of new systems, with an estimated construction timeline of 730 calendar days. The anticipated contract value ranges between $10 million and $25 million, with a firm-fixed-price solicitation expected around November 2024 and an award projected for February 2025. Interested contractors are encouraged to submit capability statements to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil by 11:00 a.m. PDT on September 30, 2024.
    RFP SC-25-637 Ames Infrastructure Modernization Project with RFP Addendums
    Active
    Energy, Department Of
    The Department of Energy, through the Ames National Laboratory, is soliciting proposals for the Ames Infrastructure Modernization Project (RFP SC-25-637), which seeks qualified contractors to provide general construction services. The project aims to enhance the infrastructure of the Ames National Laboratory in Ames, Iowa, focusing on various construction disciplines including electrical, plumbing, and HVAC systems, while emphasizing safety and sustainable practices. Interested contractors must submit separate technical and price proposals by November 20, 2024, with a mandatory pre-proposal conference scheduled for October 11, 2024. For further inquiries, potential bidders can contact Andrew Saxton at saxton@ameslab.gov or Nicole Howe at nhowe@ameslab.gov.
    RFI for Construction Manager/General Contractor Services
    Active
    Energy, Department Of
    Special Notice ENERGY, DEPARTMENT OF is requesting information for Construction Manager/General Contractor Services at Brookhaven National Laboratory in Upton, NY (zip code: 11973), USA. This request is for information and planning purposes only and should not be considered as a commitment by the U.S. Government. The purpose of this notice is to survey available resources for the Department of Energy (DOE). Interested parties are requested to indicate their interest in bidding on the services outlined in the attached RFI document and provide answers to the questions stated in the document. Submissions must be received by 5:00 PM Eastern Time on March 8, 2024. Electronic submissions via email to kkirkenda@bnl.gov with the subject line "BSA RFI-422254" are preferred. For more information, contact Kevin Kirkendall at kkirkenda@bnl.gov.