The Fermi Forward Discovery Group, LLC (FFDG) General Terms and Conditions document outlines the contractual obligations for commercial products and services provided to FFDG, which operates the Fermi National Accelerator Laboratory under a Department of Energy (DOE) prime contract. Key provisions cover definitions, subcontract scope, independent contractor status, assignment, acceptance, performance standards, payment, inspection, licenses, and change orders. It details indemnification, liability, warranties (including for energy-consuming products, EPEAT-registered computers, and IPv6 compliance), and intellectual property rights. The document also addresses suspect/counterfeit parts, excusable delays, termination, dispute resolution (including mediation and arbitration), applicable laws, information release, notifications, and site access requirements, particularly for foreign nationals. Subcontractors must comply with environmental, safety, and health (ES&H) regulations and various Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses, which are incorporated by reference based on subcontract value and specific conditions.
The Fermi Forward Discovery Group, LLC (FFDG) document PUR-466 outlines required certifications for proposals, categorized by dollar value. For proposals ≥ $10,000, Offerors must provide Export/Import Control information, including details on items for military, space, or commercial use, and comply with "Buy American – Construction Materials" regulations, which define domestic content requirements for construction materials and allow for exceptions under specific conditions. For proposals ≥ $150,000, certifications cover "Independent Price Determination," "Payments to Influence Certain Federal Transactions" (lobbying), "Responsibility Matters" (debarment, convictions, delinquent taxes), "Employment Reports on Veterans," and "Anti-Kickback Procedures." For proposals ≥ $550,000 where work may be performed outside the U.S. and is not entirely COTS, a "Combatting Trafficking in Persons Compliance Plan" certification is required. The document also addresses "Rights to Proposal Data (Technical)" and "Patent Rights," allowing Offerors to specify proprietary data or patent waiver intentions. This comprehensive set of certifications ensures compliance with various federal regulations and FFDG policies.
RFP 374758, Appendix A, outlines the procurement of various cryogenic relief valves for different systems, specifically for CM 4.5K Helium Supply, CM LTTS Return, CM HTTS Supply, CM HTTS Return, CM 2K Return, TC 4.5K Helium Supply, TC LTTS Return, TC HTTS Supply, TC HTTS Return, TC 2K Return, and TC cooldown. The RFP details the quantity required for each valve type, with 25 units for the CM systems and 1 unit for the TC systems. All valves must adhere to the specifications outlined in document ED0044200. This appendix serves as a detailed list for vendors to provide pricing, unit of measurement, and lead-time for each item.
This document specifies requirements for cryogenic reclosable relief valves for the Proton Improvement Plan II (PIP-II) Cryogenic Distribution System (CDS) Tunnel Transfer Line (TTL) at Fermi National Accelerator Laboratory (FERMILAB). The PIP-II accelerator, using superconducting radio frequency technology, requires cryogenic helium for operation, which the CDS provides. The TTL protects process lines and accelerator components from overpressure. The specification details general technical requirements for these valves, including ASME Section VIII Code NB/UV stamping, cryogenic helium service, specific flange connections, radiation-tolerant materials (metal seats, EPDM o-rings), and API 527 seat sealing leak tightness. It also provides detailed tables for relief valves on both TTL Bayonet Cans and the TTL Turnaround Can, outlining process lines, required quantities, flange types, design temperatures, operating pressures, relief set pressures, flow rates, and orifice sizes. Additional requirements cover maximum allowed relief capacity, overpressure allowances for fire exposure, dual relief system considerations, backpressure compensation, and vendor-conducted orifice sizing. The document concludes with transportation and handling instructions, specific document deliverables for proposals and delivery, and FNAL's incoming quality check procedures.
Fermi National Accelerator Laboratory (Fermilab), managed by Fermi Forward Discovery Group, LLC (FFDG), has issued Request for Proposal (RFP) 374758 for a Cryogenic Relief Valve. The RFP, dated October 11, 2025, requires proposals to be submitted by October 29, 2025, at 1:00 PM CT. The award will be based on a Low Price Technically Acceptable source selection, with FFDG intending to award without discussions. The period of performance is from receipt of the purchase order through March 1, 2026. Proposals must include the completed RFP page, Appendix A (Parts & Price Sheet), SARC (Subcontractor Annual Reps & Certs), and PUR-466 (Proposal Certifications). All inquiries should be directed to Sharon L. Duchaj, Procurement Specialist IV, at sduchaj@fnal.gov or 630-840-8693. The procurement is under Prime Contract No. 89243024CSC000002 with the U.S. Department of Energy.
The Subcontractor Annual Representations & Certifications (SARC) form, issued by Fermi Forward Discovery Group, LLC, is a crucial document for subcontractors involved in U.S. Government contracts. It requires offerors to provide detailed information on their entity’s ownership, operational structure, business category (e.g., small, large, foreign, or diversity classifications), and executive compensation if certain federal revenue thresholds are met. The form also mandates certifications regarding the offeror’s accounting system, overall responsibility, compliance with anti-human trafficking laws, and E-Verify enrollment. Additionally, it addresses compliance with U.S. export/import control laws and Federal Acquisition Regulation (FAR) certifications related to Equal Opportunity, Affirmative Action, and limitations on pass-through charges. Submitting this form certifies accuracy, acknowledges awareness of government contracting programs, and ensures compliance with all stated requirements for a 12-month period, necessitating prompt notification of any changes.