ContractCombined Synopsis/Solicitation

RFP - Corrective Repair and Preventative Maintenance Overhead Door Services

DEPARTMENT OF ENERGY 373654-BH
Response Deadline
Dec 17, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for corrective repair and preventative maintenance services for overhead doors, revolving doors, automatic pedestrian doors, fire doors, and dock levelers at its Batavia, Illinois campus. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Firm-Fixed-Price (FFP) and Firm-Fixed Unit Price (FFUP) rates, requiring the selected contractor to provide all necessary labor, materials, tools, and equipment while adhering to strict environmental, safety, and health regulations. Proposals are due by December 17, 2025, with questions accepted until December 10, 2025; interested parties should contact Brittany Hopkins at bhopkins@fnal.gov or 630-840-3708 for further information.

Classification Codes

NAICS Code
238290
Other Building Equipment Contractors
PSC Code
J035
MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT

Solicitation Documents

13 Files
01 RFP Letter (373654) Overhead Door Services.pdf
PDF968 KBDec 3, 2025
AI Summary
Fermi National Accelerator Laboratory (Fermilab) has issued RFP No: 373654-BH for Indefinite Delivery/Indefinite Quantity (ID/IQ) proposals, seeking Firm-Fixed-Price (FFP) and Firm-Fixed Unit Price (FFUP) rates for corrective repair and preventative maintenance overhead door services. This includes overhead, revolving, automatic pedestrian, and fire doors, as well as dock levelers, at its Batavia, Illinois campus. The RFP, issued by Fermi Forward Discovery Group, LLC, outlines requirements for all necessary labor, materials, tools, and equipment. Proposals are due by December 17, 2025, with questions due by December 10, 2025. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) source selection process, with awards anticipated for two qualified vendors. Submissions must include a technical proposal, pricing schedule (Attachment B), past performance proposal, and various certifications and insurance proofs. The scope of work is detailed in Attachment A – Statement of Work (SOW), dated July 25, 2025.
Att A - Statement of Work.pdf
PDF752 KBDec 3, 2025
AI Summary
This Statement of Work outlines requirements for corrective repairs, maintenance, and preventative maintenance for overhead doors, revolving doors, automatic pedestrian doors, fire doors, and dock levelers at Fermi National Accelerator Laboratory (Fermilab) in Batavia, Illinois. The subcontractor will provide all labor, materials, and equipment for emergency and scheduled repairs, ensuring compliance with commercial best practices, OEM specifications, and Fermilab guidelines. Preventative maintenance tasks are detailed for each door and dock leveler type, including inspections, lubrication, adjustments, and testing of mechanical, electrical, and safety systems. All work requires authorization via a Fermilab Work Order. The subcontractor must adhere to strict environmental, safety, and health (ES&H) requirements, including OSHA and EPA regulations, and complete mandatory Fermilab-specific training. The period of performance spans five years, with a base period and four option periods. Quality control procedures, progress meetings, and detailed invoicing are also specified.
Att B - Pricing Schedule.xlsx
Excel25 KBDec 3, 2025
AI Summary
Attachment B – Pricing Schedule outlines the cost structure for corrective repairs, maintenance, and preventative maintenance for overhead door services at Fermi National Accelerator Laboratory in Batavia, Illinois, under RFP NO. 373654-BH. The schedule details hourly rates for a General Maintenance Worker for preventative maintenance, routine repairs, and emergency repairs across a base year (January 1, 2026 – December 31, 2026) and four option years extending to December 31, 2030. Rates are categorized by regular, overtime (nights at x1.5), and overtime (weekends/holidays at x2.0). It also includes daily and weekly rates for equipment such as aerial lifts and scissor lifts, and a per-trip charge, all without specified monetary values. All pricing is considered “burdened/loaded,” encompassing real property taxes, insurance, levies, and all services outlined in the Statement of Work (SOW).
Att C - FFDG General Terms and Conditions for Services.pdf
PDF6041 KBDec 3, 2025
AI Summary
No AI summary available for this file.
Att D - 2025 Onsite NonProfessional Services Insurance Requirements.pdf
PDF230 KBDec 3, 2025
AI Summary
This document outlines the mandatory insurance requirements for subcontractors performing onsite non-professional services at Fermi National Accelerator Laboratory (Fermilab). Subcontractors must maintain specific minimum coverages, including Commercial General Liability ($1M per occurrence, $2M aggregate), Automobile Liability ($1M combined single limit), and Workers’ Compensation (statutory limits) and Employer’s Liability ($1M per accident/disease). Excess/Umbrella Liability is also required, with limits of $1M for subcontracts less than $3.5M and $5M for those greater than $3.5M. Additional coverages like Aircraft Liability, Builder's Risk, Broad Form cargo, and Installation floater may be required. All policies, except Workers' Compensation, must name Fermi Forward Discovery Group, LLC, the University of Chicago, Universities Research Association, Inc., and the U.S. Government as additional insureds with waivers of subrogation. Certain exclusions and terms are prohibited in Commercial General Liability policies. Subcontractors must provide evidence of insurance within ten days, with 30 days' notice for cancellation (10 days for non-payment). These requirements extend to all sub-subcontractors, and subcontractors are responsible for their compliance and indemnifying FFDG for any non-compliance.
Att E - FESHM 7020 Exhibit A.pdf
PDF882 KBDec 3, 2025
AI Summary
This document outlines the Environment, Safety, and Health (ES&H) requirements for subcontractors working with Fermi Forward Discovery Group, LLC (FFDG), a federal government entity. It details responsibilities for ES&H coordination, hazard analysis (including specific guidance for silica exposure), emergency reporting, and comprehensive training. The file also covers work site conditions such as access, permits, utilities, hazardous materials, and various safety protocols for activities like confined space entry, fall protection, lifting operations, excavation, and electrical work. Subcontractors must submit an ES&H Program, adhere to federal regulations (e.g., 10 CFR 851, OSHA), and maintain a strong safety record, with potential civil penalties for non-compliance. Attachments provide specific guidance on silica and high-hazard work, emphasizing stringent controls and approval processes.
Att F - Door Inventory List.xlsx
Excel105 KBDec 3, 2025
AI Summary
The document outlines a comprehensive maintenance and inspection schedule for various types of doors across multiple facilities. It lists numerous assets, primarily Overhead Doors (OHD), Automatic Pedestrian Doors (APD), Pedestrian Fire Doors (PFD), and Revolving Pedestrian Doors (RPD). The maintenance frequency is specified as either annual or semi-annual for most doors. For example, there are 162 Overhead Doors (OHD) requiring semi-annual maintenance and inspection, and 101 Overhead Doors (OHD) requiring annual maintenance and inspection. Additionally, 21 Automatic Pedestrian Doors (APD) need annual servicing, 37 Pedestrian Fire Doors (PFD) require annual inspection, and 6 Revolving Pedestrian Doors (RPD) are scheduled for annual checks. The file also includes a few Dock Levelers (DL) that require annual maintenance. The detailed inventory, including asset IDs, sizes, and maintenance frequencies, suggests a systematic approach to facility management, aiming to ensure the operational integrity and safety of these critical access points.
Att G - Campus Maps.pdf
PDF3465 KBDec 3, 2025
AI Summary
The Fermilab Site Map provides a comprehensive guide to the Fermi National Accelerator Laboratory, detailing public access areas, facilities, and natural habitats. Key attractions include the Lederman Science Center, Wilson Hall (with its atrium, cafeteria, art gallery, and credit union), the bison herd viewing areas, and various interpretive trails. The map highlights important features such as the Tevatron Collider (decommissioned) and the Main Injector Particle Accelerator, alongside restored prairies, savannas, woodlands, and wetlands like the Robert F. Betz Prairie and several lakes and ponds. Information on parking, bike paths, walking trails, and public access roads is also provided, with specific instructions for short-term parking on Pine Street and additional parking at Building 327. The document serves as a public guide, inviting visitors to explore the scientific and natural aspects of Fermilab, and includes contact information for emergency dispatch and the Fermilab website for more details on tours and activities.
Att H - 014200 Quality Requirements.pdf
PDF770 KBDec 3, 2025
AI Summary
The FermiForward Quality Requirements document outlines the essential quality control protocols for service subcontractors. It mandates the submission of a Corporate Quality Assurance Plan with bids and a Project Quality Control (PQC) Plan within ten working days of award. The PQC Plan must detail personnel, procedures, controls, and testing specific to the project, with a designated Project Quality Control Manager responsible for implementation, record-keeping, and reporting. Acceptance of the PQC Plan is crucial before work commences, and FermiForward reserves the right to request modifications. The document includes detailed guidance for both Corporate Quality Assurance and Project Quality Control Plans, covering aspects like roles, responsibilities, documentation, nonconformance handling, and continuous improvement. An optional Corporate Quality Assurance Plan form is provided for subcontractors without their own plan.
Att I - SARC Subcontractor Annual RepsCerts Rev 7.pdf
PDF274 KBDec 3, 2025
AI Summary
The Fermi Forward Discovery Group, LLC Subcontractor Annual Representations & Certifications (SARC) form is a crucial document for subcontractors and suppliers working on U.S. Government contracts. It requires offerors to provide detailed information across five sections: Business Category, Offeror Responsibility, Export/Import Control Certifications, Federal Acquisition Regulation (FAR) Certifications, and a final Certification. Key information includes ownership structure (U.S., foreign, or incorporated with foreign parent), operational type (e.g., corporation, LLC, non-profit), business size (large, small, and diversity classifications), and executive compensation details. The form also addresses accounting system adequacy, responsible offeror criteria (including financial resources and ethical conduct), compliance with anti-trafficking laws, E-Verify enrollment, and adherence to U.S. export control laws. Additionally, it outlines limitations on pass-through charges for cost-reimbursement subcontracts. This certification is valid for 12 months, requiring prompt notification of any changes. The form ensures compliance with various federal regulations and statutes.
Att J - PUR-466 Proposal Certifications.pdf
PDF476 KBDec 3, 2025
AI Summary
The document, PUR-466 Revision 5, outlines proposal certifications required for contracts with Fermi Forward Discovery Group, LLC (FFDG), categorizing them by dollar value. For proposals at or exceeding $10,000, certifications include Export/Import Control, detailing items' military/space or dual-use classifications, and the Buy American—Construction Materials clause, which defines domestic construction materials, COTS items, and preferences for U.S.-sourced goods, with specific cost thresholds for foreign content. It also covers Rights to Proposal Data and Patent Rights. For proposals at or exceeding $150,000, additional certifications include the Certificate of Independent Price Determination, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, Certification Regarding Responsibility Matters (addressing debarment, convictions, and delinquent taxes), and Employment Reports on Veterans. Proposals at or exceeding $550,000 require certifications related to Combatting Trafficking in Persons and a compliance plan for contracts involving work outside the United States or non-COTS items. Offerors must complete applicable sections and provide a certified signature, acknowledging the accuracy of their submissions.
Att K - WD - Illinois DuPage SCA 2015-5017 Rev 30 Dated - 7-08-2025.pdf
PDF366 KBDec 3, 2025
AI Summary
No AI summary available for this file.
Att L - WD - Illinois Kane SCA 2015-5741 Rev 26 Dated - 7-08-2025.pdf
PDF4893 KBDec 3, 2025
AI Summary
No AI summary available for this file.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 3, 2025
deadlineResponse DeadlineDec 17, 2025
expiryArchive DateJan 1, 2026

Agency Information

Department
DEPARTMENT OF ENERGY
Sub-Tier
ENERGY, DEPARTMENT OF
Office
FERMILAB - DOE CONTRACTOR

Point of Contact

Name
Brittany Hopkins

Place of Performance

Batavia, Illinois, UNITED STATES

Official Sources