Fermilab - Four village houses upgrade
ID: ISD-358573-RKType: Solicitation
Overview

Buyer

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

NAICS

Residential Remodelers (236118)

PSC

CONSTRUCTION OF OTHER RESIDENTIAL BUILDINGS (Y1FZ)
Timeline
    Description

    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the interior upgrade of four village houses located at the Fermi National Accelerator Laboratory in Batavia, Illinois. The project aims to enhance living conditions through various renovations, including plumbing replacements, kitchen upgrades, and safety improvements, while adhering to federal regulations such as the Davis-Bacon Act and the Buy American Act. This opportunity is particularly significant as it supports community development and infrastructure enhancement, with a focus on engaging small businesses under the NAICS code 236118 (Residential Remodelers). Proposals are due by 3:00 PM CST on February 24, 2025, and interested parties should contact Richard Konan at rkonan@fnal.gov or call 630-840-2835 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Proposal (RFP) issued by Fermi Forward Discovery Group, LLC, invites submissions for the interior upgrade of four village houses, scheduled for January 2, 2025. This project is set aside for small businesses under the NAICS code 236118 (Residential Remodelers), with a size standard of $45 million. A pre-proposal meeting is scheduled for January 23, 2025, allowing potential offerors to understand project specifics. Submissions must include a Technical Proposal addressing corporate capabilities, current/past project experience, and key personnel qualifications, as well as a Business Management Proposal detailing pricing, bid guarantees, and safety documentation. Proposals are due by 3:00 PM CST on February 17, 2025, and must adhere to numerous federal regulations, including the Davis-Bacon Act regarding labor wages and the Buy American Act for construction materials. The proposal evaluation will follow the Lowest Price Technically Acceptable (LPTA) criteria, emphasizing technical merit alongside cost. Successful offerors must comply with performance and payment bond requirements and provide insurance certificates before project commencement. The RFP underscores the necessity for compliance with various safety and labor standards, reflecting the federal government's commitment to rigorous procurement processes.
    This government document concerns an amendment to the Request for Proposal (RFP) ISD-358573-RK for the interior upgrade of four village houses, originally issued on January 5, 2025. The amendment, dated January 27, 2025, highlights a change in the management of Fermilab operations from Fermi Research Alliance, LLC (FRA) to Fermi Forward Discovery Group, LLC (FFDG), effective December 31, 2024. The amendment includes revisions to several exhibits to reflect this management transition, specifically updates to Exhibit C (Payment Bond), Exhibit Q (Proposal Form), Exhibit P (Wage Determinations), and the addition of Exhibit T (Price Sheet). The proposal submission deadline remains unchanged at 3:00 PM CT on February 17, 2025. Offerors are required to acknowledge receipt of the amendment by signing and returning a copy. This document exemplifies standard procedure in managing changes within government contract solicitations, ensuring transparency and compliance for all bidders involved.
    This document is an amendment to a Request for Proposal (RFP) concerning the interior upgrades of four village houses. Originally issued on January 5, 2025, the proposals are now due by February 24, 2025, extending from the previous deadline. The amendment outlines necessary qualifications and requirements for contractors, including adherence to Davis-Bacon wage regulations and the necessity of being US EPA Lead-Safe Certified due to potential lead paint hazards. Key updates include confirmation of kitchen renovations, electrical upgrades, asbestos abatement, and safety training related to project risks. The document specifies that both the existing drywall and certain plumbing must be replaced, while clarifying the scope of work for kitchens and bathrooms. Due to the age of the buildings, contractors must comply with various environmental regulations and provide documentation for safety practices, particularly concerning silica dust hazards. The amendment emphasizes safety training and the appropriate handling of identified environmental risks, ensuring project integrity and compliance with federal guidelines. All other terms remain unchanged, with instructions for acknowledgment of the amendment detailed at the conclusion.
    The Fermi Forward Discovery Group, LLC (FFDG) outlines detailed general terms and conditions for construction subcontracts under its Prime Contract with the Department of Energy. The document establishes the framework for various aspects related to subcontracts, including definitions, scope, payment procedures, and liability provisions. Key areas include the subcontractor's commitment to acting as an independent contractor, adherence to safety and environmental laws, indemnity clauses, and conditions regarding changes to the scope of work. The document mandates compliance with applicable federal and state regulations, including the Davis-Bacon Act, and incorporates specific FAR and DEAR clauses relevant to construction. The terms also cover aspects such as superintendence, site access requirements, insurance and bonding obligations, and conflict resolution procedures through mediation or arbitration, ensuring efficiency in addressing disputes. The overall purpose is to ensure clear responsibilities and regulatory compliance while safeguarding the interests of FFDG and the Government. This comprehensive approach underscores the importance of safety, quality, and responsibility in fulfilling federally funded construction projects.
    The document outlines the insurance requirements for construction subcontracts at the Fermi National Accelerator Laboratory (Fermilab), specified by the Fermi Forward Discovery Group, LLC (FFDG). It mandates that subcontractors secure comprehensive insurance coverage before commencing work. Key coverage areas include Commercial General Liability, Automobile Liability, Excess Liability, Workers' Compensation, Contractor’s Pollution Liability, and Contractor’s Professional Liability, with minimum coverage limits set for each. Additional coverages may also be required depending on project specifics, including Builder’s Risk insurance and specialized cargo insurance. Subcontractors must also ensure that all policies include FFDG and other entities as additional insureds, while maintaining all stipulated insurance conditions. The document emphasizes the need for strict compliance, as well as the inclusion of additional insureds and oversight for sub-subcontractors. Importantly, the subcontractor is responsible for indemnifying FFDG for any losses incurred due to non-compliance with insurance requirements. This detailed overview serves to ensure adequate risk management and liability protection during construction activities aligned with federal standards and contractual obligations in the context of RFPs and grants.
    The document is a Payment Bond form utilized under federal contracting regulations, specifically for protection of subcontractors supplying labor and materials. It outlines the responsibilities of the Principal and Surety, requiring them to guarantee payment to those in direct obligation to the Principal. Key information to be filled includes the Principal's legal name, business address, type of organization, and details of the Surety(ies), including liability limits. The bond becomes void if the Principal pays all relevant parties as outlined in the subcontract conditions, and modifications communicated to Surety(ies) are deemed waived. Instructions emphasize adhering strictly to the form and include requirements for authorized signatories, obligation limits from corporate sureties, and stipulations regarding individual sureties. The corporate seals must be affixed where applicable. This document is integral in federal and state contracting processes, serving to assure compliance with labor and material payment obligations, hence facilitating smoother project execution and fostering trust among contracting parties.
    This document serves as a Payment Bond template associated with contracts for federal projects, specifically under Fermi Forward Discovery Group, LLC. It details the obligations of the Principal and Sureties to ensure that all payments for labor and materials related to the contract are made promptly. The bond binds the Principal and Sureties collectively to a penal sum, which is the maximum amount they can be liable for if obligations are not met. Essential clauses include that the bond becomes void upon the Principal making complete payments to all relevant parties. The document outlines the requirements for completing the bond, including necessary signatures, legal names, business addresses, and compliance with regulations pertaining to corporate sureties approved by the Department of the Treasury. It stresses that no deviations from the prescribed format are allowed. Furthermore, it includes procedural instructions for the inclusion of individual sureties and the necessity of affixing corporate seals where applicable. Overall, the template emphasizes accountability and financial responsibility in government contracts, ensuring protection for all parties involved in the execution of federal projects.
    The document outlines the requirements for a bid bond submitted by a Principal in response to a federal solicitation, specifically for contracts with the Fermi Research Alliance, LLC. It stipulates the necessary identification for the Principal, including legal name, type of organization, and state of incorporation. The bond, executed by both the Principal and Surety(ies), serves as a financial guarantee ensuring that if the Principal fails to follow through on their bid, the Sureties will cover the specified penal sum. Key conditions include the timely execution of further contractual documents upon bid acceptance and payment of excess costs if required. The bond's liability limits must be defined, and corporate Sureties must be on the Treasury's approved list. The document also provides instructions on completing the bond, emphasizing compliance with federal regulations such as the Paperwork Reduction Act. Overall, it establishes the framework to ensure that bids are backed by financial security, protecting the interests of the federal government and related entities in contractual obligations.
    This document outlines the requirements and conditions for a Performance Bond related to subcontracts made with Fermi Research Alliance, LLC. The bond ensures that the Principal (the contractor) and Surety(ies) (guarantors) are jointly responsible for adhering to the obligations outlined in the subcontract. Key aspects include the necessity of fulfilling all terms of the subcontract and associated modifications while ensuring the payment of applicable taxes. The form mandates detailed information such as the legal name and business address of the Principal, type of organization, Surety details, and liability limits. It specifies that corporate sureties must be listed on the Department of the Treasury's approved sureties list and provides guidelines for signing and sealing the bond. The Performance Bond is critical in safeguarding government and subcontractor interests in federally funded projects, ensuring compliance and addressing any potential financial liabilities. This structured approach reflects the federal government's emphasis on accountability in the administration of grants and contracts.
    The document outlines the Scope of Work (SOW) for interior repairs planned at three Village Houses (Potawatomi 14, Shabbona 12, and Neuqua 19) and one additional site (Sauk 28) within the Fermi National Accelerator Laboratory in Batavia, Illinois. The purpose is to engage qualified subcontractors to handle various renovations, including bathroom demolition, installation of new plumbing systems (copper pipe replacement for galvanized pipes), kitchen cabinet painting, countertop replacement, interior and exterior painting, and flooring installation. Each SOW specifies tasks such as secure water supply management, meticulous site preparation to control dust, and proper disposal of debris. The project also necessitates adherence to safety protocols like Lock Out/Tag Out (LOTO) during electrical installations. A Task Manager/Construction Coordinator from the Fermi Research Alliance will oversee all activities to ensure compliance with project specifications and safety standards. This SOW serves as a structured guide for bidders and subcontractors in responding to federal grant opportunities, emphasizing labor, materials, and expertise needed for the renovations, ultimately enhancing facility conditions at Fermilab for research purposes.
    The Fermilab ES&H Manual includes the Subcontractor Injury & Illness Data Questionnaire designed to assess the safety and health performance of subcontractors. It requires contractors to provide detailed historical injury and illness data for the past three years, including the Workers’ Compensation Experience Modification Rate, insurance carrier information, and a summary of incidents as per the OSHA 300 log. Key metrics to be reported include total recordable cases, case rates, days away from work, and fatalities. The document outlines the calculations for required averages and emphasizes the importance of accurate reporting by a safety expert within the company. The form must be certified for truthfulness by the individual submitting it. This manual serves as a critical tool for ensuring compliance with safety standards, thereby minimizing risks associated with workplace injuries and illnesses, which aligns with federal and state obligations regarding contractor safety in government-related projects.
    The document is a Statement and Acknowledgment pertaining to a subcontract awarded under a prime contract to Fermi Research Alliance LLC for work on structures at the Fermilab site in Batavia, Illinois. It includes details on the prime contractor and subcontractor, contract numbers, and a description of the work involved, which consists of replacing existing roofing systems, assessing plywood decking, and installing protective materials. The document verifies compliance with specific clauses, such as the Contract Work Hours and Safety Standards Act and includes an acknowledgment section for the subcontractor. This form aims to ensure adherence to labor standards and contract regulations in government-funded projects, reflecting the importance of compliance and oversight in federal procurement processes. It is designed for efficient information collection in alignment with federal requirements, contributing to the transparency and accountability of public contracts.
    The Proposal Certifications document (PUR-466) outlines certification requirements for offerors responding to federal contracts, specifically regarding compliance and assurance of integrity in pricing, procurement, and labor practices. It details the mandatory certifications based on proposal dollar amounts: all proposals over $10,000 must certify export control compliance; proposals over $150,000 must include a Certificate of Independent Price Determination and disclose any lobbying activities; and proposals exceeding $500,000 require certifications pertaining to trafficking in persons. Additional sections address Buy American preferences, rights to proposal data, and responsibilities related to tax status and previous contractual defaults. The document serves as a framework for ensuring compliance with federal regulations in proposals, emphasizing the veracity of information submitted and enabling governmental evaluation of offeror qualifications and ethical conduct. Overall, it illustrates the importance of transparency and adherence to legal standards in federal contracting processes.
    The Subcontractor Annual Representations & Certifications (SARC) form from Fermi Research Alliance, LLC outlines the necessary certifications and disclosures required from contractors involved with U.S. Government contracts. The form collects detailed business information, including ownership structure, employee count, and compliance with federal regulations. Offerors must declare their business classification, whether large or small, and can identify as diverse businesses under various categories recognized by the Small Business Administration. Additionally, the form emphasizes the importance of maintaining an adequate accounting system and responsible business practices, including adherence to labor laws and anti-trafficking measures. It also necessitates the disclosure of top executive compensation under certain conditions, as well as compliance with U.S. export regulations. The SARC requires periodic updates from subcontractors and underscores the significance of accurate information throughout the contracting process. This ensures that all involved parties remain compliant with government requirements and standards integral to achieving successful contract execution and fiscal responsibility.
    The clause 52.219-9 outlines the requirements for a Small Business Subcontracting Plan, applicable mainly to large businesses involved in government contracts, excluding small businesses. It defines key terms such as Alaska Native Corporations, subcontracting types, reporting systems, and describes the process and structure involved in creating a subcontracting plan. The contractor must set specific goals to include small businesses, veteran-owned businesses, and other designated categories, detailing the dollar value and percentages planned for subcontracting. The subcontracting plan requires rigorous reporting and record-keeping to evaluate compliance and facilitate participation from various business concerns. Contractors must provide assurance of timely payments to subcontractors and cooperate with studies or surveys for compliance. The commercial plan is favored for contractors delivering commercial products and services. The clause underscores the federal commitment to supporting small businesses through these subcontracting initiatives, promoting equitable opportunities in federal contracting.
    The document outlines the general requirements for a subcontract related to the construction of crawl space supports at the Daycare Center on the Fermilab site. The primary purpose is to provide a comprehensive framework regarding project management, safety, quality control, and coordination needed to ensure successful completion per specified regulations and industry standards. Key components include the responsibilities of the subcontractor, site access protocols, and details regarding utilities and temporary services. The subcontractor is expected to furnish all labor, materials, and necessary equipment while adhering to the Environment, Safety, and Health (ES&H) guidelines. The document emphasizes compliance with the Buy American Act and delineates responsibilities in waste disposal, material substitution, and reporting requirements. Specific project milestones and quality assurance processes are detailed to facilitate effective monitoring. Overall, the document serves as a guidance mechanism for managing the construction project efficiently and safely, ensuring that all operational standards are met while maintaining clear communication among involved parties, including Fermilab's Construction Coordinator and other key personnel.
    The FRA Environment, Safety, and Health (ES&H) Requirements document outlines the comprehensive safety protocols and responsibilities associated with subcontractor work at the Fermi National Accelerator Laboratory. It emphasizes the paramount importance of safety and environmental protection for all personnel on site, mandating adherence to federal, state, and local regulations. The document specifies various components, including ES&H policy, submission requirements for safety certifications, safety training, hazard analyses, and the protocols for stop-work authority in case of unsafe conditions. Significant sections detail the responsibilities of subcontractors in ensuring safety through effective personnel training, proper waste disposal, and the implementation of hazard control measures tailored to specific tasks. Each subcontractor must also have a robust ES&H program addressing the complexities of their work. Overall, the guidelines aim to foster a culture of safety, responsibility, and compliance, aligning with government standards for safety in hazardous work environments.
    The document outlines the submittal requirements for subcontractors involved in federally funded projects with the Federal Railroad Administration (FRA). It specifies the necessity for shop drawings, material samples, and operations maintenance manuals, with detailed submission protocols to ensure compliance with project specifications. Subcontractors must submit six copies of operational and maintenance manuals and follow a structured "Submittal for Review Transmittal" process for shop drawings that must be checked for accuracy and dimensional correctness before submission. FRA plays a critical role in reviewing these submittals, providing feedback within ten working days, which can include acceptance, requests for revisions, or outright rejections. Any proposed material substitutions must be comparably detailed and will require no additional costs to FRA for alterations. The document emphasizes maintaining accurate as-built drawings for inspection and approval, asserting that final acceptance of work is dependent on these approved drawings. This systematic approach underscores the importance of thorough documentation and compliance in government contracting and RFP processes, particularly for projects involving federal grants and local/state bidding processes.
    The document outlines a subcontract between Fermi Forward Discovery Group LLC and a subcontractor for the interior upgrade of four village houses at the Fermi National Accelerator Laboratory in Batavia, Illinois. This firm fixed-price subcontract is under the Prime Contract with the U.S. Department of Energy. Key aspects include the full scope of work involving labor, materials, and safety oversight, with acceptance based on adherence to high professional standards. The timeline for completion is specified but left blank for input. Payment terms include monthly progress payments based on an approved schedule, with a 10% retention until project completion. The subcontractor must submit detailed invoices and maintain supporting documentation. The subcontract also emphasizes the necessity for closeout documentation upon project completion, detailing any inventions and necessary audits. Overall, this subcontract serves to ensure a structured, regulated approach to construction and project management, adhering to federal guidelines and emphasizing accountability through clear deliverables and financial management protocols, essential for compliance in government-funded projects.
    The document outlines wage determinations for landscaping work under federal contracts associated with the Davis-Bacon Act in Illinois, specifically for various counties including Boone, Cook, and Du Page, among others. It specifies minimum wage rates depending on the type of contract and relevant Executive Orders, including Executive Order 14026 (minimum $17.20/hour) and Executive Order 13658 ($12.90/hour). The file details wage classifications and conditions for landscape operators, laborers, and truck drivers across different counties, highlighting current pay rates and fringe benefits like health and welfare contributions and holidays. Additionally, it emphasizes that rates may vary by equipment type and job function, and underscores compliance with local labor laws and reporting requirements. The document serves as essential guidance for companies involved in federal construction projects, ensuring fair compensation and adherence to regulatory labor standards within State and local agreements.
    The document is a Request for Proposal (RFP) from the Fermi Research Alliance, LLC, designated as ISD-344165-RK, and dated July 10, 2024. It invites bids for the project titled “Replacing 22 EOL Village/Site 29 House.” Proposals are to be submitted by 3:00 PM Central Time on the due date, alongside a completed form reflecting the total firm fixed price. The acceptance period for offers is defined as ninety days from the opening date unless otherwise stated by the offeror. Included in the proposal requirements are a bid guarantee, firm fixed price details, and the submission of the Subcontractor Annual Representations & Certifications (SARC). The RFP emphasizes the obligation for bidders to submit proposals to Richard Konan via the FRA Oracle Cloud Service, signifying the formal and structured nature typical of government procurement processes. This RFP reflects the procedure used by federal and local governments to procure services, ensuring transparency and competitiveness in the request for bids.
    The FRA Quality Requirements document outlines the responsibilities and processes required for ensuring quality in subcontracted construction work. It mandates that subcontractors manage and control all aspects of quality control, including safety, inspections, and documentation. Each subcontractor must submit a Corporate Quality Assurance Plan and Project Quality Control (PQC) Plan within strict timelines, detailing the necessary quality control measures and personnel responsibilities. The PQC Plan should cover definitions of work features, testing protocols, and procedures for handling nonconformance. Acceptance of the PQC Plan is required before proceeding with the project, with provisions for modifications if quality standards are not met. Overall, the document emphasizes the importance of rigorous quality oversight to comply with project specifications and government standards, reflecting typical processes in federal grants and RFPs within the construction sector.
    The Village Homes Remodel Project involves renovation activities at four specific properties: 12 Shabbona, 14 Potawatomi, 19 Neuqua, and 28 Sauk. The initiative is likely aimed at improving housing conditions and enhancing community infrastructure within the village. The document briefly lists the addresses targeted for the remodel but lacks detailed specifications about the scope of work or the renovations planned for each location. As part of a government request for proposal (RFP) or funding program, such projects typically require detailed planning, compliance with local regulations, and community engagement. Ultimately, this project reflects a broader commitment to community development and the enhancement of local housing through targeted remodeling efforts.
    The document outlines a breakdown of fixed price allocations for five designated properties: Potawatomi, Shabbona, NEUQUA, and SAUK. The corresponding values are stated next to each property, with Potawatomi quoted at 14, Shabbona at 12, NEUQUA at 19, and SAUK at 28. A final total is implied but not specified in the provided text. This allocation model suggests a structured approach to contractual agreements under federal or state RFP frameworks, demonstrating transparency in pricing for specific government projects. Overall, the document’s purpose is to present financial allocations in a clear and succinct manner, which is essential for accountability in public spending and effective resource management in compliance with regulated funding processes.
    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.
    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.
    Fermilab -Replacement of EOL water-cooled HVAC system
    Buyer not available
    The Department of Energy, through Fermilab, is seeking qualified contractors for the replacement of an end-of-life water-cooled HVAC system at the Proton West 7 facility in Batavia, Illinois. The project involves the removal of the existing unit and installation of a new 20-ton system, requiring comprehensive compliance with federal safety and quality standards, including the submission of detailed proposals and adherence to the Davis-Bacon Act. This procurement is critical for maintaining operational efficiency and safety at Fermilab, ensuring that the facility meets its environmental and operational requirements. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835.
    Repair Day Care Roof Leaks
    Buyer not available
    The Department of Energy, specifically Fermilab, is seeking contractors to address roof leaks at their day care facility located in Batavia, Illinois. The project involves maintenance and repair work to ensure the integrity and safety of the building, which is crucial for the ongoing operation of the facility that serves the community. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the NAICS code 236220 pertaining to Commercial and Institutional Building Construction. Interested contractors can reach out to Robert Ropos at rropos@fnal.gov or by phone at 630-840-5249 for further details regarding the solicitation.
    Fermilab - Replacement of two Pedestrian Gates with Access Controlled Gates
    Buyer not available
    The Department of Energy, through Fermilab, is seeking proposals for the replacement of two pedestrian gates with access-controlled gates at the Fermi National Accelerator Laboratory in Batavia, Illinois. The project involves the removal of existing gates and the installation of custom electrically lockable gates equipped with card access systems, emphasizing safety and compliance with technical specifications. This initiative is crucial for enhancing security measures at Fermilab while ensuring minimal disruption to ongoing operations. Interested parties must submit their proposals by March 31, 2025, with inquiries directed to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835.
    Fiberglass duct system for DUNE Cryostats
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for a fiberglass duct system intended for DUNE cryostats under Request for Proposal (RFP) 366454. The procurement aims to acquire fixed-price assemblies that meet specific technical specifications, including dimensions and structural integrity to prevent condensation, which is critical for advanced neutrino physics research. Proposals must be submitted by February 28, 2025, at 1 PM CT, and will be evaluated based on a Low Price Technically Acceptable method, with the performance period extending through December 31, 2025. Interested vendors should direct inquiries to Procurement Specialist Sharon L. Duchaj at sduchaj@fnal.gov or call 630-840-8693.
    Hi Cube 300 pump Station
    Buyer not available
    The Department of Energy, specifically the Fermilab - DOE Contractor, is soliciting proposals for the Hi Cube 300 pump Station, which falls under the NAICS code 334515, focusing on Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. Offerors are required to comply with various proposal certifications, including adherence to federal regulations concerning export/import controls, Buy American provisions, and ethical conduct in bid submissions, as outlined in the accompanying proposal certifications document. This procurement is critical for advancing experimental development in general science and technology, with performance expected in Illinois, United States. Interested parties should contact Sharon Duchaj at sduchaj@fnal.gov or call 630-840-8693 for further details regarding submission requirements and deadlines.
    Temporary Power MLCs
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of two units of 4850 Level Temp Power Mine Load Centers (MLCs) to support the Long-Baseline Neutrino Facility (LBNF) / Deep Underground Neutrino Experiment (DUNE) project. The MLCs are critical for providing and distributing temporary power during the construction of the facility, ensuring compliance with safety codes and quality control standards throughout the procurement process. Proposals are due by March 3, 2025, and must include completed forms verifying compliance with federal regulations, including the SARC and PUR-466 certifications. Interested suppliers should contact Spencer Keske at skeske@fnal.gov for further details regarding the submission process and requirements.
    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).