RFP - Corrective Repair and Preventative Maintenance Overhead Door Services
ID: 373654-BHType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT (J035)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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).
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the installation of 15KV cables as part of the Main Ring Electrical P-F3 to P-F4 15KV Cable Installation project (FESS Project 3-7-103B) in Batavia, Illinois. The selected subcontractor will be responsible for providing all necessary labor, materials, equipment, and supervision to complete the installation, which includes tasks such as cable pulling, terminations, splices, and testing, adhering to strict safety and quality control standards. This project is significant for maintaining the electrical infrastructure at Fermilab, ensuring reliable power distribution for ongoing scientific research. Proposals are due by December 11, 2025, at 4:00 PM CT, and interested parties should contact Chris Daley at cdaley@fnal.gov for further information.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.
    Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for construction services related to the Integrated Engineering and Research Center (IERC) CCD Space Humidification project. The selected subcontractor will be responsible for providing all necessary supervision, labor, materials, tools, and associated costs to install two humidification units, which are critical for maintaining precise humidity control in the lab environment. This project is particularly important for the manufacturing of sensitive experimental components, ensuring compliance with safety and quality standards throughout the construction process. Interested small businesses must submit their proposals by January 7, 2026, including a technical and business management section, following a mandatory pre-proposal meeting on December 18, 2025. For further inquiries, contact Dasia Guthrie at dguthrie@fnal.gov or call 630-840-2494.
    Purchase of Spare 3000 KVA Process Power Transformer
    Buyer not available
    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the purchase of a spare 3000 KVA Process Power Transformer and associated breaker assemblies for the Proton Improvement Plan II (PIP-II) project at the Fermi National Accelerator Laboratory in Illinois. This procurement aims to ensure a reliable power infrastructure, with the selected subcontractor responsible for all aspects of the project, including supervision, labor, materials, and transportation, while adhering to specific technical specifications and quality assurance standards. Proposals are due by 2:00 P.M. CST on December 11, 2025, with questions accepted until December 4, 2025; interested parties should contact Michele Reynolds at micheler@fnal.gov for further information.
    LBNF Liquid Argon LAr Circulation Equipment
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for the engineering, manufacturing, and delivery of Liquid Argon (LAr) Circulation Equipment for the Long-Baseline Neutrino Facility (LBNF) project in South Dakota. The procurement involves the design and construction of a vacuum jacketed pump valve box, associated piping, valves, instrumentation, and protective structures for cryogenic equipment, all essential for the efficient transfer of liquid argon within the facility. This project is critical for advancing particle physics research and ensuring the operational integrity of the LAr Circulation System, which plays a vital role in the LBNF/DUNE initiative. Proposals are due by January 5, 2026, with technical questions accepted until December 8, 2025; interested vendors should contact Jeremy Duncan at jeremyd@fnal.gov for further details.
    25-ID KB Mirror System
    Buyer not available
    The Department of Energy, through Argonne National Laboratory, is soliciting proposals for a KB Mirror System intended for the 25-ID-E Beamline, requiring a firm fixed-price proposal in U.S. Dollars. The procurement aims to acquire a highly precise mirror system that meets stringent technical specifications for optical performance, motion control, and vacuum integrity, essential for advanced x-ray applications. Proposals must be submitted electronically by 09:00 AM CST on January 19, 2026, and should include both technical and business sections, adhering to the Best Value Methodology for evaluation. Interested parties can direct inquiries to Jazlyn Mangis at jmangis@anl.gov.
    Request for Information - Housing, Transportation and Parking
    Buyer not available
    The Department of Energy, through Fermilab, is seeking qualified firms to provide housing management/sourcing, transportation, and parking services for the Long-Baseline Neutrino Facility (LBNF) and Deep Underground Neutrino Experiment (DUNE) in Lead, South Dakota. The procurement aims to establish a comprehensive solution for housing approximately 10-80 personnel from early 2026 through 2031, with specific requirements for fully furnished units that include utilities, cleaning, and internet access, all located within 30 miles of the Sanford Underground Research Facility. This Request for Information (RFI) is intended for market research purposes only, and no contracts will be awarded directly as a result of this RFI; responses are due by December 5, 2025. Interested parties can contact Caroline Jones at cjones@fnal.gov or 303-916-9897, or Latasha Johnson at lbouldin@fnal.gov or 630-840-3501 for further inquiries.
    DDAG - Dock Leveler and Industrial Door Maintenance - SP3300-26-Q-0012
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking qualified small businesses to provide preventative and corrective maintenance services for dock levelers and industrial doors at DLA Distribution Albany, Georgia. The procurement involves a hybrid firm-fixed-price and time-and-materials purchase order, covering maintenance for various equipment including hydraulic dock levelers and rolling steel doors, with a contract duration of one base year and four option years, from March 2026 to March 2031. This maintenance is crucial for ensuring the operational efficiency and safety of material handling equipment at the facility. Interested vendors must submit their quotes electronically by December 5, 2025, and can contact Michael French at michael.s.french@dla.mil for further information.
    CFA 608/609 Parking Lot
    Buyer not available
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of the parking lot and associated infrastructure at CFA-608 and CFA-609 located at the Idaho National Laboratory (INL). The project aims to enhance site safety, accessibility, and operational reliability by replacing the aging asphalt parking lot and sidewalks, installing new canopies, gutters, downspouts, heat trace, exterior light fixtures, engine block heaters, and performing minor landscaping. This initiative is critical for maintaining the operational integrity of a national laboratory dedicated to nuclear energy and clean energy innovation. Interested vendors must submit their EOIs, including company details and relevant experience, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.
    Facilities Maintenance and Management Services
    Buyer not available
    The Department of Energy is seeking qualified contractors to provide Facilities Maintenance and Management Services at its Headquarters Complexes located in Washington, DC, and Germantown, MD. The procurement encompasses a range of services including recurring work and preventative maintenance, daily operations management, limited Energy Management Control System (EMCS) operations, service calls, safety and fire outage management, work control permit management, and hazardous materials management. These services are crucial for ensuring the efficient operation and safety of the facilities, which support the Department's mission. Interested parties can contact Dremayne T. Doyle at dremayne.doyle@hq.doe.gov or by phone at 240-220-1498 for further details.