RFP SC-25-637 Ames Infrastructure Modernization Project
ID: RFP-SC-25-637Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFAMES LABORATORY - DOE CONTRACTORAmes, IA, 50011, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF GOVERNMENT-OWNED CONTRACTOR-OPERATED (GOCO) R&D FACILITIES (Y1HA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Terms and Conditions for Fixed-Price Construction Services related to the Ames National Laboratory operated by Iowa State University for the U.S. Department of Energy. It details critical components such as definitions, acceptance protocols, order of precedence, bonding and insurance requirements, dispute resolution processes, and compliance obligations related to environmental protection. There are clauses addressing governmental immunity, changes to contracts, and liabilities associated with patent infringement and indemnification. In the event of administrative issues, the document specifies how disputes should be managed, allowing for negotiations and potentially involving Alternative Dispute Resolution (ADR). It also emphasizes compliance with federal, state, and local laws, including export controls, risk management, and subcontracting policies. The Laboratory retains the right to terminate contracts for convenience or cause. Additional guidance is provided on insurance requirements ensuring adequate coverage during project execution. Overall, this document serves as a comprehensive framework designed to govern construction services, ensuring adherence to legal and operational standards while prioritizing government interests.
    The document outlines the Environment, Safety, and Health (ESH) requirements for subcontractors working on construction services at the Ames National Laboratory, operated by Iowa State University for the U.S. Department of Energy. It establishes the subcontractor's obligations to protect the environment and ensure safety by adhering to various federal, state, and local regulations, particularly those found in Title 29, Title 40, and Title 10 of the Code of Federal Regulations. Noncompliance can lead to notification from the Laboratory, potential fines from the DOE, or a stop work order. The guidelines detail requirements for employee conduct, safety protocols, personal protective equipment, waste disposal, and hazardous materials management, alongside expectations for training certification and incident reporting. Additionally, a disciplinary program is defined to address safety violations, ranging from verbal warnings to suspension for repeated offenses or imminent danger scenarios. The contractor must submit an ES&H Program and Job Safety Analysis within specified timelines. The commitment to maintain a drug-free workplace is also emphasized, mandating reporting of any substance-related violations. The comprehensive nature of these requirements reflects the government’s focus on upholding rigorous safety and health standards in public contracting contexts.
    The Ames Infrastructure Modernization (AIM) Project #SC-25-637, managed by Iowa State University, focuses on significant upgrades to the infrastructure of the Ames National Laboratory. The project encompasses comprehensive construction documents outlining the technical specifications, procurement, and contracting requirements necessary for the successful execution of the work. Key sections include stipulations for the contractor's obligations, detailed specifications for materials and methods across various disciplines such as electrical, plumbing, HVAC, and fire suppression systems, and a structured approach to project management and schedule adherence. The document emphasizes the roles and responsibilities of the Owner, Contractor, and Design Professional, alongside provisions for changes in work, subcontractor management, and claims resolution processes. By establishing clear guidelines for compliance, oversight, and quality expectations, the AIM project showcases a commitment to modernizing laboratory facilities in adherence to state and federal standards, underscoring the importance of safety and contractual clarity throughout a government construction initiative.
    The document outlines the wage determination for building construction projects in Story County, Iowa, as specified under the General Decision Number: IA20240074, effective from August 16, 2024. It indicates that all contracts subject to the Davis-Bacon Act must adhere to enforced minimum wage requirements as per Executive Orders 14026 and 13658. Specifically, contracts executed on or after January 30, 2022, require a minimum wage of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay $12.90 unless higher prevailing rates apply. The document further details various trade classifications, their respective wage rates, and fringe benefits for numerous construction roles, emphasizing the need for compliance with federal wage standards. Additionally, it addresses the inclusion of sick leave provisions as mandated by Executive Order 13706. The appeal process for wage determinations is also outlined, providing a framework for contractors and parties affected by wage decisions to seek review and possible reconsideration. This document is essential for contractors to ensure compliance with federal wage laws and regulations associated with government contracts, enhancing protections for workers in the construction industry.
    The document outlines the Intellectual Property Provisions (IPP) relevant to construction contracts requiring the delivery of data, adhering to federal regulations. It includes articles on the government’s authorization for the use of patented inventions, obligations concerning patent and copyright infringement notifications, refunds of royalties, and indemnity clauses in case of patent infringement. The provisions grant the government unlimited rights to all data produced under the contract while imposing restrictions on the contractor’s claims to copyright. Additionally, the contractor must report royalties and obtain prior government approval for any royalty payments. The purpose of these provisions is to protect the government's interests and ensure compliance with intellectual property laws while delineating contractor obligations concerning data produced and patented materials. This comprehensive IP framework is crucial for federal contract management, ensuring that both parties understand their rights and responsibilities regarding intellectual property in government-funded projects.
    The Small Business Subcontracting Plan outlines the contractor's approach to utilizing small businesses in fulfilling contract obligations, adhering to requirements of Public Law 95-507 and FAR Clause 52.219-9. It consists of specific goals and projected dollar amounts allocated to various types of small businesses, including small disadvantaged, women-owned, veteran-owned, HUBZone, and service-disabled veteran-owned businesses. The plan includes a designated administrator responsible for overseeing compliance, goal attainment, and record-keeping. It articulates methods for ensuring equitable opportunity in subcontracting by maintaining source lists, integrating small businesses in procurement processes, and reporting compliance through various systems. This strategic plan emphasizes the contractor's commitment to supporting small business participation for contracts over $3,000, fostering competition, and ensuring contractual accountability. Ultimately, the plan is essential for compliance with federal initiatives aiming to promote small businesses within government contracts, ensuring their competitive participation in the market.
    The Ames Infrastructure Modernization (AIM) Project's Appendix F outlines safety requirements for contractors and subcontractors involved in the project, focusing on compliance with the Department of Energy (DOE) regulations and worker protection. Key elements include mandatory documentation of training, medical clearances, and safety data sheets (SDS) for all chemicals used on-site. Contractors are prohibited from accessing certain areas due to potential contamination risks, such as mercury, beryllium, and asbestos, which will be identified and managed by Ames Laboratory. Hazard assessments, such as evaluations for thermal stress and noise exposure, must be incorporated into work planning. Safety protocols for electrical work, confined spaces, lifting heavy objects, and the use of personal protective equipment (PPE) are emphasized, including adherence to specific federal regulations. Special considerations for hot work and proper emergency and safety measures are also mandated. Overall, this appendix serves to ensure a safe working environment by outlining essential health and safety requirements while providing guidelines for hazard identification and risk management throughout the project.
    The document outlines the affirmation and certification of environment, safety, and health (ESH) requirements related to subcontract SC-25-637 for the AIM Projects construction at Ames National Laboratory, managed by Iowa State University for the U.S. Department of Energy. The subcontractor is required to verify compliance with safety and health regulations, reviewing relevant terms and communicating them effectively to all involved parties. Key clauses include adherence to laws, conduct of employees, and ESH standards specific to Ames Laboratory. A legally authorized representative of the subcontractor must sign the document, validating the accuracy and completeness of the provided affirmations. This form is essential to ensure compliance with federal safety and regulatory standards, showcasing the government's commitment to maintaining a safe working environment throughout the project. The document emphasizes accountability and communication within subcontractor operations, aligning with the protocols of federal grants and RFPs.
    The document outlines the "Representations and Certifications Supplemental" form necessary for suppliers and subcontractors engaged with the Ames National Laboratory, managed by Iowa State University under a Department of Energy contract. To be eligible for contracts worth $10,000 or more, businesses must register in the U.S. Government System for Award Management (SAM) and complete relevant representations and certifications. The submission guidelines specify company information, business size, and export compliance. Notably, compliance with the Buy American Act and certification of nonsegregated facilities is mandated. Suppliers must declare whether they utilize any radioactive materials or suspect counterfeit parts. Additionally, suppliers may request a waiver for patent rights linked to inventions developed during the contract period. The form also emphasizes the contractor's responsibility to maintain compliance and the potential legal consequences for false representations. Overall, this document serves as a regulatory framework ensuring that contractors adhere to federal standards and promote the use of domestic products and services within government contracts, particularly those funded by taxpayer dollars.
    The document is a Statement and Acknowledgment for a subcontract under a prime contract, specifically relating to the Ames Infrastructure and Modernization Project at the Ames National Laboratory. It outlines essential information about the prime contractor, subcontractor, project details, and various regulatory clauses that must be acknowledged by the subcontractor. Key elements include the nature of the work (electrical, plumbing, roofing, and IT upgrades), project location, and the responsibilities under labor standards, including compensation and compliance with applicable laws. The document also includes sections for the signatures of the prime contractor and subcontractor representatives to acknowledge their agreement to the terms. It is structured in two parts: the prime contractor's statement and the subcontractor's acknowledgment, ensuring clarity in the subcontracting relationship. This form is significant for ensuring that all parties adhere to federal labor standards and regulations as part of government contracting practices.
    The Ames Laboratory Contractor Safety & Quality Assurance Information Questionnaire is a crucial document for federal government Requests for Proposals (RFPs) and grant applications. It gathers essential safety and quality assurance information from contractors bidding for projects. Key sections of the questionnaire include the contractor's Experience Modification Rate (EMR), injury statistics over the past three years, safety policies, and training protocols for employees. Contractors must disclose accident reporting frequency, safety meeting schedules, and safety inspection practices. Additionally, it assesses the existence and adequacy of a documented Quality Assurance Program. The form distinguishes between work performed by the contractor and any subcontractors, listing various construction and mechanical tasks. This comprehensive questionnaire ensures that contractors meet strict safety and quality standards, aiming to foster a safe work environment and guarantee project quality, which is particularly important in government-funded projects. The document emphasizes safety training and accountability within the contractor's organization, ultimately reinforcing the importance of adhering to federal regulations and promoting efficiency in project execution.
    This document outlines a Fixed-Price Construction Contract between Ames Laboratory, operated by Iowa State University, and Bergstrom Construction Inc. The contract is exempt from certain taxes due to its nature as a procurement for a nonprofit educational organization. Upon execution, the contract mandates that all work be initiated within ten days and completed by a specified date. Compensation for the contracted work is fixed at a designated amount, and invoices are directed to Ames Laboratory’s Accounts Payable. Key attachments include specifications and requirements for the contractor, terms and conditions specific to fixed-price contracts, and wage determinations. The document designates the authorized representatives for managing contract changes and communications, enhancing clarity in contractual obligations. Overall, the contract facilitates construction services critical to the Ames Laboratory, aligning operations with federal guidelines and state regulations. The agreement underscores cooperative engagement between the laboratory and the contractor to ensure timely and compliant project execution.
    Addendum Number 2 for RFP SC-25-637, concerning the Ames Infrastructure Modernization Project, updates critical timelines and project specifications. The due date for proposal submissions has been extended to November 20, 2024, at 4:00 p.m. CST, with the question submission deadline moving to October 23, 2024. The issuance of responses to submitted questions is now scheduled for October 29, 2024. The addendum includes a question/answer log addressing various inquiries related to project requirements such as tax exemption confirmation, the necessity of on-site personnel (superintendent, safety officer, and quality control manager), and clarifications on specific project components. The project mandates BIM coordination and stipulates that the preferred project management software is Procore. Significant project specifications regarding generator setups, quality control, and safety protocols are also clarified, with various items scheduled for further definition in subsequent addenda. This document serves to ensure that all potential contractors have the essential information necessary for compliance and clarity in their proposals for the infrastructure modernization project.
    The Ames Laboratory's RFP SC-25-637 seeks proposals for the Ames Infrastructure Modernization Project, inviting qualified contractors to provide general construction services. The proposal submission deadline is November 15, 2024. An addendum issued on October 7, 2024, includes key updates, such as the addition of a "Period of Performance" section and amendments to bid bond procedures. A mandatory pre-proposal conference will be held on October 11, 2024, to facilitate understanding of project requirements. The Laboratory emphasizes a commitment to using small and minority businesses in subcontracting opportunities and has established a firm-fixed-price contract model. Offerors must submit separate technical and price proposals, with evaluation criteria focusing on technical capability, past performance, and pricing. Safety measures and sustainable practices will be prioritized, with documentation required on company safety records and quality control plans. Ultimately, the award will be given based on the best value to the Laboratory, balancing technical merits with pricing considerations, ensuring that proposals are comprehensive and adhere to stipulated submission guidelines.
    The Ames National Laboratory is issuing Request for Proposals (RFP) No. SC-25-637 for General Construction Services related to the Ames Infrastructure Modernization (AIM) Construction Project. The project, managed by Iowa State University of Science & Technology for the Department of Energy, seeks a subcontractor whose proposal provides the best value, focusing on technical and price considerations. Key elements of the RFP include a mandatory pre-proposal conference, open competition encouraging the use of small and minority-owned businesses, and clear submission guidelines. The proposal process requires separate technical and price proposals, documentation proving past performance, and adherence to various administrative and financial requirements. Important evaluation factors involve assessing the Offeror's technical approach, management capabilities, safety records, and past project experience. Proposals must demonstrate compliance with the contract terms and meet specific bonding and insurance requirements. The Laboratory will award the contract based on the best overall value while prioritizing superior technical capabilities over cost. This solicitation reflects the government’s commitment to fostering efficient project execution while ensuring compliance with federal and local procurement standards.
    Similar Opportunities
    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.
    International Construction Agreements
    Active
    Energy, Department Of
    The Department of Energy, through National Technology & Engineering Solutions of Sandia, LLC (NTESS), is seeking information from qualified contractors regarding international construction services for a project anticipated to be valued between $100 million and $150 million. The Request for Information (RFI) focuses on general construction services in Eastern Europe, specifically involving civil foundations, structural elements, utilities, and electrical considerations, while emphasizing the necessity for significant coordination due to the critical nature of the infrastructure work. Interested suppliers must demonstrate international construction experience, possess a valid environmental safety program, and meet various safety and licensing requirements, although responding to this RFI does not guarantee future contract awards. For further inquiries, potential respondents can contact Devin DeMenno at ddemenn@sandia.gov or call 505-249-0309.
    Phase 2 - S11 Site Restoration Project
    Active
    Energy, Department Of
    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.
    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.
    ISD-341872-DH - Renovations of Fermilab’s Dorm 4 in “The Village”
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for a construction subcontract to renovate Dorm 4 in "The Village" at Fermilab, located in Batavia, Illinois. The project entails significant upgrades, including asbestos and mold abatement, installation of new ceilings, lighting, flooring, and fixtures, as well as painting and other interior improvements, all while adhering to the Davis-Bacon Act for wage standards. This renovation is crucial for maintaining the facility's operational integrity and enhancing living conditions for its occupants. Proposals must be submitted electronically by November 1, 2024, with a mandatory site visit scheduled for October 4, 2024, and interested contractors should contact Procurement Specialist Dustin Hansrote at hansrote@fnal.gov for further details.
    C--SYNOPSIS A-E Services
    Active
    Energy, Department Of
    The Department of Energy, specifically the NNSA Non-MO Contracting Operations Division, is seeking architect-engineer services through a presolicitation notice titled "C--SYNOPSIS A-E Services." This opportunity involves providing responses to inquiries related to the procurement, with specific amendments made to clarify submission requirements and page limits for proposals. The services are crucial for engineering projects within the department, emphasizing the importance of compliance with detailed submission guidelines. Interested firms should note that the inquiry response date has been extended to 2:00 PM EDT on October 18, 2024, and the procurement has a size standard of $25.5 million. For further information, potential bidders can contact John P. Bazylewicz at john.bazylewicz@nnsa.doe.gov or call 202-909-7513.
    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.
    C0 Service Building Renovation
    Active
    Energy, Department Of
    The Department of Energy, through Fermi Research Alliance LLC, is soliciting proposals for the renovation of the C0 Service Building located in Batavia, Illinois. The project involves significant upgrades, including the replacement of doors and windows with ENERGY STAR certified options, re-epoxying concrete flooring, and restroom renovations, all aimed at preparing the facility for a new tenant. This renovation is critical for maintaining operational standards and enhancing energy efficiency within the facility. Interested small businesses must submit their proposals by October 30, 2024, with a pre-proposal meeting scheduled for October 10, 2024. For further inquiries, potential offerors can contact Danielle Amico at damico@fnal.gov.
    National Aeronautics and Space Administration (NASA) Engineering and Mission Operations Facility (EMO) N278 at the Ames Research Center in Moffett Field, CA.
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting design-build teams for the construction of the Engineering and Mission Operations Facility N278 at NASA's Ames Research Center in Moffett Field, California. This project involves the demolition of two existing buildings and the construction of a new facility spanning approximately 30,292 gross square feet, designed to support NASA's operational needs while promoting sustainability and efficiency. The procurement emphasizes achieving Design Excellence and compliance with federal guidelines, with an estimated project cost between $33 million and $43 million. Interested contractors must submit their qualifications by the specified deadlines, and a virtual pre-proposal conference is scheduled for October 18, 2024, to address project details and requirements. For further inquiries, contact Raymond J. Porter at raymondj.porter@gsa.gov or Shane O'Brien at shane.obrien@gsa.gov.