Construction Manager as Advisor
ID: 459544Type: Solicitation
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFBROOKHAVEN NATL LAB -DOE CONTRACTORUpton, NY, 11973, USA

NAICS

Industrial Building Construction (236210)

PSC

OPERATION OF GOVERNMENT-OWNED CONTRACTOR-OPERATED (GOCO) R&D FACILITIES (M1HA)
Timeline
    Description

    The Department of Energy, through Brookhaven National Laboratory, is seeking a qualified contractor to serve as a Construction Manager as Advisor (CMa) for the Electron-Ion Collider (EIC) Infrastructure Project. The selected contractor will oversee design and pre-construction activities, ensuring compliance with safety standards and effective collaboration among project teams, with a focus on managing a budget estimated at $305 million. This project is critical for advancing scientific research in particle physics, necessitating significant infrastructure development, including new buildings and utility systems. Interested parties must demonstrate relevant experience in managing large-scale projects and submit their proposals by March 31, 2025, with inquiries directed to Kevin Kirkendall at kkirkenda@bnl.gov or by phone at 631-344-4605.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for Pre-Construction Support Services concerning the Electron-Ion Collider (EIC) Infrastructure Project at Brookhaven National Laboratory. It details the procurement of a Construction Manager as Advisor (CMa) to oversee design and pre-construction activities. The CMa will provide management assistance, enforce safety standards, and facilitate collaboration among project teams, ensuring adherence to budget constraints estimated at $305 million. The project's goal is to build a particle accelerator to study the structure of protons and nuclei, necessitating significant infrastructure expansion, including new buildings and utility systems. The project emphasizes compliance with federal, state, and local codes, and includes comprehensive planning for cost estimation, constructability reviews, and scheduling using advanced project management tools. Key deliverables include training, meetings, and extensive utilization of Building Information Modeling (BIM) for design coordination. The document's structure is systematically organized into sections covering project overview, applicable codes, CMa responsibilities, pre-construction services, and quality assurance. This effort aligns with federal RFPs and grants focused on scientific advancements while reinforcing safety and environmental standards.
    The Brookhaven National Laboratory's Supplier Quality Assurance Requirements (BNL-QA-101) outline mandatory standards that suppliers must adhere to when providing products or services. The document is divided into two main sections: general quality requirements applicable to all suppliers and special quality requirements that are invoked under specific procurement conditions. Key requirements include maintaining an effective quality system compliant with ISO 9001 standards, rigorous assessments by the Buyer, and protection against counterfeit parts. Additionally, specific documentation and certification are required for each shipment, including a Certificate of Conformance and comprehensive reporting on inspections and tests. The special requirements section details processes such as configuration control, manufacturing and inspection plans, and defined procedures for special processes. This framework ensures quality assurance while promoting accountability for non-conformance and aligning with federal procurement standards. The requirements aim to safeguard the integrity of delivered goods and ensure compliance with safety regulations, reflecting the government commitment to maintaining high operational standards within federal contracts.
    The document outlines a contract between Brookhaven Science Associates, LLC (BSA) and a contractor for pre-construction support services related to the Electron-Ion Collider (EIC) Infrastructure Project. The contract mandates that the contractor performs specific deliverables, including reviews of long lead items, cost estimates, and constructability reviews, with set completion dates ranging from two to six weeks post-submission of necessary documents. The effective period of the contract extends until September 30, 2025, with a firm fixed price for services yet to be determined. Payment will follow approved invoicing, with an emphasis on electronic submissions. The document also specifies authorized representatives from both BSA and the contractor for technical and contractual matters, and includes references to additional terms and conditions that govern the contract. This contract exemplifies the procedural requirements inherent in federal RFPs and grants, underscoring compliance, deliverable timelines, and financial accountability.
    The document outlines the "Annual Representations & Certifications" form (AMS-FORM-050) required for Offerors, specifically Brookhaven National Laboratory (BNL/BSA), seeking to provide goods or services under U.S. Government contracts. The form is structured into sections detailing necessary business information, certifications for small business classification, and compliance with federal regulations. All Offerors must complete Sections A.1 and C, with additional requirements for small businesses in Section A.2. Important sections include business registration, identifying the Offeror's NAICS code, and confirming small business status, including subcategories such as women-owned or veteran-owned businesses. Section B emphasizes additional certifications required for federal contracts, including disclosures regarding lobbying, executive compensation reporting, and compliance with affirmative action regulations. The document stresses the need for accurate information and outlines potential penalties for misrepresentations. Overall, this form is crucial for regulatory compliance, enabling the government to gauge eligibility for various business classifications while ensuring Fair Competition and integrity in federal contracting processes.
    The document is a Quotation Pricing Sheet from Brookhaven National Laboratory, detailing a response to a Request for Quotation (RFQ) for Commissioning Agent Services. The quotation identifies the contractor’s commitment to the requirements outlined in the solicitation and confirms registration with the System for Award Management (SAM), ensuring necessary compliance with federal requirements. The pricing includes a single line item for the commissioning agent services, the total cost to be confirmed, and an assurance that the proposal remains valid for 120 days. The necessary information for contact and acknowledgment of terms is included, needing the contractor's completion of details such as name, address, title, and date. The document serves a critical role in the procurement process, demonstrating compliance with federal regulations, and ensuring that contractors understand their obligations and responsibilities when responding to government RFPs.
    The document is a Vendor ACH Authorization Form managed by Brookhaven Science Associates, LLC for the U.S. Department of Energy. Its primary purpose is to facilitate Automated Clearing House (ACH) payments to vendors via electronic credit entries. The form requires vendors to provide their company name, vendor number, Tax ID, and bank account information, including the financial institution, routing number, and account number. It also contains an authorization statement that allows Brookhaven National Laboratory/Brookhaven Science Associates to initiate payments to the specified account until written notice is provided by the vendor to modify or revoke the authorization. An authorized representative must sign the form and provide contact information. This document is crucial for streamlining payment processes as part of government contracts and grants, ensuring compliance with NACHA regulations, and enhancing operational efficiency in the procurement of services or goods related to federal and state projects.
    Form W-9, revised in March 2024, is a tax-related document from the IRS used by U.S. persons to provide their taxpayer identification number (TIN) to those required to report payments made to them. This form includes sections for the entity or individual's name, business name, federal tax classification, exemptions, and TIN. New updates clarify classifications for LLCs and require partnerships or trusts with foreign partners to disclose this information. The form also emphasizes the importance of providing accurate information to avoid backup withholding, which is a percentage withheld from certain payments when TINs are not accurately reported. It outlines the purpose of the form, detailing the types of information returns that necessitate its use, such as Form 1099 for various income types. The W-9 must be submitted to the requester rather than the IRS. This document is crucial for maintaining compliance in federal grants, contracts, and RFPs, ensuring taxpayer identification accuracy and providing guidelines to mitigate identity theft and wrongful withholding of funds.
    The document outlines the Office of Contractor and Supplier Diversity's Staffing Plan for federal contract bids or proposals. It requires contractors and subcontractors to report their workforce composition based on Equal Employment Opportunity (EEO) Job Categories, which includes classifications like Officials/Administrators, Professionals, and Laborers. Bidders must detail their total workforce, along with gender and race/ethnic breakdowns, including categories for disabled individuals and veterans. The form is mandatory for all offers, ensuring accountability and transparency in workforce diversity as part of the bidding process. The document emphasizes the importance of accurate demographic representation in government contracts, reflecting a commitment to diversity and equity. Each submitting entity must complete the form, providing necessary details including the solicitation number, their classification status, and contact information for the individual completing the report. The definitions provided for race/ethnic identification help standardize reporting and promote clarity in measuring diversity within the workforce.
    The document outlines the requirements for submitting a Minority and Women-Owned Business Enterprise (M/WBE) and Service-Disabled Veteran-Owned Business (SDVOB) Utilization Plan as part of contract bids for government projects. Contractors must provide detailed information about the certified M/WBE and SDVOB firms involved in the contract, including contact details, the nature of work provided, firm type, and contract value. Mandatory fields must be completed, and if a contractor cannot meet the MWBE or SDVOB goals, they must submit a Waiver Request form. The document emphasizes compliance with NYS Executive Law and outlines guidelines regarding the calculation of participation goals, particularly for MWBEs acting as suppliers or brokers. The aim is to facilitate the participation of diverse businesses in government contracts and ensure regulatory adherence. The document's structure includes sections for contractor details, goal percentages, and a checklist for firm certification statuses, reasserting the importance of documenting and verifying firm compliance through the appropriate state directories.
    The document outlines the MWBE (Minority and Women-owned Business Enterprises) and SDVOB (Service-Disabled Veteran-Owned Business) Compliance and Payment Report required by the Office of Contractor and Supplier Diversity, Empire State Development. It mandates contractors to provide detailed information about their compliance with regulations, reporting payments made to MWBEs and SDVOBs on federal and state contracts or projects. The report must include information such as contractor details, project specifics, percentage of work completed, and a record of payments along with proof, such as contracts and wire transfer confirmations. The certification section requires an officer from the reporting company to attest the accuracy of the information submitted. Reports are to be sent to the Office of Contractor and Supplier Diversity and may be submitted via email, ensuring that contact details are included. This document emphasizes the importance of compliance in supporting diversity within government contracts and outlines the procedures for ensuring proper reporting and accountability in fulfilling MWBE and SDVOB requirements. Failure to submit accurate information may result in contract noncompliance or termination.
    Brookhaven Science Associates (BSA) is seeking quotes for a Construction Manager as Advisor through RFQ 459544. The project, under a contract with the U.S. Department of Energy (DOE), requires the provision of construction management services. Key qualifications include prior management of large-scale projects exceeding 175,000 square feet, experience with utility infrastructure, and the ability to safeguard existing structures. Offerors must demonstrate a robust track record through project experience, including manageability in cost estimation and scheduling for projects valued over $105 million. The successful bidder will adhere to a firm-fixed price contract, with submission deadlines set for March 31, 2025. The proposal must include detailed organizational structure and qualifications of key personnel. BSA will evaluate bids based on total price and compliance with technical requirements, cautioning potential participants that exceptions taken to BSA's terms may render their bid non-responsive. Registration in the System for Award Management (SAM) is mandated for contractors, ensuring compliance with government contracting procedures. This request underscores BSA’s commitment to transparent procurement processes as part of federal grant and contract fulfillment.
    Lifecycle
    Title
    Type
    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 for advanced neutrino research, requiring comprehensive construction services including site preparation, structural work, and utility installation. The selected contractor will be responsible for adhering to stringent federal safety and quality standards, with an initial funding amount of up to $12 million, and additional funding anticipated in subsequent years. Proposals are due by September 23, 2024, and interested parties should direct inquiries to Craig Schmitz at schmitzc@fnal.gov or Sharlene Horton at shorton@fnal.gov.
    Fermilab LBNF NSCF Construction - Near Detector Complex RFP
    Buyer not available
    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, excavation of shafts, and site improvements necessary to support the Deep Underground Neutrino Experiment (DUNE). This project is critical for advancing neutrino research and requires adherence to strict safety and environmental standards, as well as compliance with federal regulations such as the Buy American Act. Proposals are due by March 19, 2025, and interested parties should direct inquiries to Brian Quinn at bquinn@fnal.gov or Craig Schmitz at schmitzc@fnal.gov.
    RFI-25 EIC Adjustable DC Power Supply
    Buyer not available
    The Department of Energy, through the Jefferson Lab, is seeking proposals for the fabrication of an Adjustable DC Power Supply to support the Electron-Ion Collider project at Brookhaven National Laboratory. The procurement specifically requests independent DC power supplies with configurations of 39 kW and 75 kW, including detailed specifications for input voltage, ambient conditions, and operational parameters. This initiative is crucial for ensuring the precision and reliability of power supplies necessary for the lab's operations, with a formal Request for Quote (RFQ) expected to be released by late May or early June 2025. Interested vendors must submit their business information, experience, and a Rough Order of Magnitude (ROM) estimate by March 7, 2025, and can contact Jessie Tenbusch at jessie@jlab.org or Mitchell Laney at laney@cebaf.gov for further details.
    Fabrication of 3Cell Niobium Box Cavity
    Buyer not available
    The Department of Energy, through Fermilab, is seeking proposals for the fabrication of a 3-Cell Niobium Box Cavity, a critical component for advanced quantum computing applications. The procurement requires adherence to stringent manufacturing specifications, including quality assurance measures, precise mechanical tolerances, and compliance with federal regulations, ensuring the integrity of superconducting RF cavity production. This initiative underscores Fermilab's commitment to enhancing technological capabilities in alignment with federal standards. Proposals must be submitted by 5 p.m. Central on March 9, 2025, with inquiries directed to Spencer Keske at skeske@fnal.gov, and must include necessary forms such as the Subcontractor Annual Representations & Certifications (SARC) and Proposal Certifications (PUR-466).
    PIP-II Cryoplant Electrical Phase 3
    Buyer not available
    The Department of Energy, specifically Fermilab, is seeking qualified small businesses for the PIP-II Cryoplant Electrical Phase 3 project, which involves electrical work for the Fermilab facility in Batavia, Illinois. The procurement requires contractors to adhere to comprehensive specifications and safety standards, including the development of a construction quality control plan and effective communication with FermiForward representatives. This project is critical for the systematic and safe execution of electrical installations, ensuring compliance with regulatory standards and environmental protection during operations. Interested parties can contact Sandra Efstathiou at sandraef@fnal.gov or by phone at 630-840-5784 for further details regarding this total small business set-aside opportunity.
    457675 - X-ray Microscope Instrument (XRM) Request for Proposal
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is soliciting proposals for the procurement of a high-resolution X-ray Microscope (XRM) under Request for Proposal (RFP) No. 457675. The objective is to acquire advanced analytical laboratory instrumentation to support research at the Center for Functional Nanomaterials, with a focus on technical performance, manufacturing capabilities, and quality assurance. This procurement is critical for enhancing nanoscience research capabilities and addressing national energy challenges. Interested vendors must submit their proposals by April 4, 2025, with questions due by March 6, 2025, and can contact Lisa Gonzales at lgonzales@bnl.gov or 631-344-5965 for further information.
    FERMI 2025
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the supply and transmission of electricity to the Fermi National Accelerator Laboratory over a 36-month period from January 2026 to January 2029. The procurement aims to meet the electricity needs associated with the Proton Improvement Plan-II, which is expected to increase load requirements, while also accommodating planned shutdowns in 2028. Offerors are required to submit non-price proposals by March 25, 2025, with pricing to follow in a reverse auction format, ensuring compliance with federal regulations and promoting small business participation. Interested parties can reach out to DLA Energy at dlaenergy.eteam@dla.mil for further inquiries.
    Management & Operating Contractor for the Thomas Jefferson National Accelerator Facility (TJNAF)
    Buyer not available
    The Department of Energy is seeking a qualified management and operating contractor for the Thomas Jefferson National Accelerator Facility (TJNAF) located in Newport News, Virginia. The procurement aims to secure services that will support the operation of government-owned contractor-operated research and development facilities, specifically in the fields of physical, engineering, and life sciences. This opportunity is critical for advancing scientific research and development initiatives at the facility, which plays a significant role in the nation's scientific infrastructure. Interested parties can reach out to Lisa Froe at TJNAFcompetition@science.doe.gov for further information regarding the submission process and any associated deadlines.
    20 Ton Carry Deck Mobile Crane
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of a 20 Ton Carry Deck Mobile Crane equipped with a diesel engine. This crane is essential for supporting the Deep Underground Neutrino Experiment (DUNE) at the Sanford Underground Research Facility, where it will be used for lifting and assembling various components of the scientific project. Proposals must be submitted by March 11, 2025, with an expected delivery timeline of no more than 26 weeks post-Purchase Order, and interested vendors should direct inquiries to Sharon Duchaj at sduchaj@fnal.gov. The procurement emphasizes compliance with federal regulations and requires adherence to the Low Price Technically Acceptable source selection method.
    B212 and LS212 D&D Planning Sources Sought
    Buyer not available
    The Department of Energy, through Lawrence Livermore National Laboratory (LLNL), is seeking qualified contractors for the B212 and LS212 demolition and decontamination (D&D) planning project located in Livermore, California. The objective of this procurement is to engage contractors with relevant experience to safely remove hazardous materials, demolish existing structures, and prepare the site for future use, ensuring compliance with safety and environmental regulations. Interested contractors must submit a comprehensive prequalification application, including documentation of prior relevant projects, safety records, insurance certificates, and a capability statement, with a submission deadline of March 13, 2025. For further inquiries, interested parties can contact Nicholas Michlig at michlig1@llnl.gov or by phone at 925-423-9646.