Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
ID: 372698_DGType: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

AIR CONDITIONING EQUIPMENT (4120)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    RFP 372698_DG invites proposals for construction services related to IERC CCD Space Humidification for the Fermi Forward Discovery Group, LLC (FFDG). This is a small business set-aside with NAICS code 238220 ($19.0 Million size standard). A mandatory pre-proposal meeting and site visit is scheduled for December 18, 2025. Proposals, due January 7, 2026, by 5:00 PM CT, must include a technical and a business/management section. Key requirements include NFPA 70E compliance, 10 years of similar project experience, 5 years of humidification equipment installation experience for plumbing subcontractors, and specific experience for key personnel. Proposals must also include a bid guarantee, safety and quality documents, and adhere to Davis-Bacon Act and Buy American requirements. Payment and performance bonds are required for subcontracts exceeding $35,000 and $150,000, respectively.
    Fermilab's Infrastructure Services Division seeks construction services for the Integrated Engineering and Research Center (IERC) CCD lab. This project requires installing two humidification units to maintain precise humidity control, crucial for manufacturing sensitive experimental components. The scope encompasses all supervision, labor, materials, tools, and associated costs, as detailed in drawing set “2-6-8 IERC CCD Space Humidification Project” and specific technical sections. Key deliverables include a pre-construction meeting, submission of product submittals and shop drawings, and comprehensive closeout documentation. The project schedule outlines milestones from the Notice to Proceed (Day 0) to project completion (Day 96), including 21 days for submittals, 45 for construction, 20 for punch-list items, and 10 for closeout. Bidding documents are attached.
    The "IERC CCD SPACE HUMIDIFICATION" project (No. 2-6-8) involves the installation of humidification systems at the Integrated Engineering Research Center. The project, issued for bid on September 10, 2025, includes detailed plumbing and electrical plans for the ground floor of the CCD Testing Project Lab (G623), Support Lab (G583), Dark Room (G585), and Equipment Chase S (G295). Plumbing work entails routing new condensate drain lines to existing floor drains with specific funnel installations and air gaps. Electrical installations require new conduits and conductors from existing panels (PP-IERC-A1-A1-7 and PP-IERC-B1-1-6-A2) to humidifiers, blowers, and condensate pumps, adhering to strict electrical sheet notes. These notes cover fixture location coordination, grounding, wiring types, conduit specifications, pull box sizing, equipment listing, fire barrier caulking, circuit labeling, and lockout/tagout procedures, ensuring compliance with NEC and OSHA standards and Fermilab's safety program.
    The Fermi Forward Discovery Group, LLC (FFDG) General Requirements document outlines the project-specific requirements for the IERC CCD Space Humidification project (Project No. 2-6-8). The subcontractor is responsible for providing all labor, materials, equipment, transportation, services, and supervision to install two new humidification units in the CCD lab of the Integrated Engineering and Research Center Building at Fermilab, including extending existing water supply and electrical power lines. FFDG will provide certain services like electrical power for hand tools, drinking water, toilet facilities, and utility locates. The document details requirements for site access, parking, material transportation, temporary services, Fermilab closure dates, material substitutions, documentation, and a formal Request for Information (RFI) procedure. Key milestones and quality control measures, including inspections and final acceptance documentation, are also defined. The project emphasizes safety, adherence to industry standards, regulatory compliance, and best practices.
    The Fermi Forward Discovery Group, LLC (FFDG) ES&H Requirements document outlines the comprehensive environment, safety, and health policies for subcontractors working at Fermilab or DOE-leased spaces. It emphasizes FFDG's commitment to safety and environmental protection, requiring subcontractors to comply with federal, state, and local regulations, including 10 CFR Parts 851 and 835. Key aspects include pre-award and post-award submittals like the Construction ES&H Certification and Site-Specific ES&H Plans, comprehensive training requirements for all workers, and a robust occupational medicine and incident reporting program. The document details the subcontractor's ES&H program, integrated safety and environment management principles, and procedures for work planning, hazard analysis, and personal protective equipment. It also covers safe work execution, specific hazard management, work permits, and emergency procedures, aiming to protect all personnel and the environment.
    The Fermi Forward Discovery Group, LLC (FFDG) Submittals document outlines general methods and requirements for project work-related submittals, including shop drawings, material samples, and operation and maintenance manuals. Subcontractors must use the “Submittal for Review Transmittal” form and submit six copies or an electronic PDF of manuals. The document details the process for “As-Built” drawings, requiring subcontractors to maintain daily records of modifications and submit signed prints upon completion. FFDG will provide conformed drawings and technical specifications, review submittals within 10 working days, and provide feedback such as “No Exception Taken,” “Revise & Resubmit – Fabrication May Proceed,” “Make Corrections & Proceed,” “Rejected,” or “For Information Only.” Material substitutions are permitted but require comprehensive comparative information and acknowledgment that any related alterations will be at no cost to FFDG.
    The FermiForward Quality Requirements document, effective October 2025, outlines the quality control responsibilities for subcontractors. It mandates that subcontractors manage, control, and document all work to ensure compliance with subcontract documents, including activities by their organization, suppliers, sub-tier contractors, laboratories, and consultants. Key areas include safety, submittal management, testing, and inspection. Subcontractors must implement a Quality Control program and designate a responsible person, potentially a dedicated Quality Control Project Manager for complex projects. Bidders must submit a Corporate Quality Assurance Plan, or use the provided Appendix C form. Appendix A details the expected elements of this plan, such as purpose, roles, scope, organizational chart, requirements verification, document control, submittals, material control, turnover records, procedures, three phases of control, suspect/counterfeit items, nonconformance handling, lessons learned, continuous improvement, inspection and testing, definable features of work, and commissioning.
    This government file, Section 220500 - Common Work Results for Plumbing, outlines the requirements for escutcheons in plumbing installations. It specifies that escutcheons are to be included in plumbing work, detailing the need for product data submissions with construction details, material descriptions, dimensions, operating characteristics, and accessories. The document identifies acceptable manufacturers, including BrassCraft Manufacturing Co., Jones Stephens Corp., and ProFlo. It mandates the use of one-piece, steel escutcheons with a polished, chrome-plated finish and setscrew fasteners for both new and relocated insulated and bare piping at wall, ceiling, and finished floor penetrations. Installation guidelines emphasize a close fit around pipes and insulation, completely covering the opening. Furthermore, the file includes quality control measures requiring the replacement of broken or damaged escutcheons with new materials.
    This document outlines the requirements for general-duty valves used in plumbing piping systems, covering technical specifications, performance standards, and installation guidelines. It details standards such as the U.S. Safe Drinking Water Act (SDWA), NSF 61/NSF 372, and various ASME and AWWA compliances for different valve components and connections. The document specifies material requirements for bronze valves, pressure-temperature ratings, and valve sizing. It also includes specific requirements for ball valves, particularly lead-free types with press ends, brass construction, and full ports. The installation section emphasizes proper handling, placement for accessibility, and adherence to manufacturer instructions. The document concludes with general requirements for valve applications and a schedule for domestic hot- and cold-water ball valves, ensuring comprehensive guidance for procurement and installation in government projects.
    This government file, Section 220529, outlines the requirements for hangers and supports for plumbing piping and equipment in construction projects. It details the types of materials, performance criteria, and installation procedures for metal pipe hangers and strut support systems. Key requirements include structural performance in accordance with ASCE/SEI 7, the use of carbon steel for components, and specific coatings (galvanized, plastic, or epoxy) for durability. The document also specifies various MSS SP-58 types for different applications, such as adjustable clevis hangers, yoke-type pipe clamps, and U-bolts for horizontal piping, and extension or riser clamps for vertical piping. Installation guidelines emphasize allowing for thermal and seismic movement, proper load distribution, and adherence to pipe slopes. The file lists approved manufacturers like Anvil, Cooper B-line, and Atkore Unistrut. This comprehensive guide ensures the safe and effective support of plumbing systems, aligning with federal, state, and local RFP standards for infrastructure projects.
    This government file outlines the requirements for identifying plumbing piping and equipment, including equipment labels, pipe labels, and valve tags. It details product specifications for each, such as material, thickness, letter and background colors, maximum temperature resistance, and minimum sizing for readability. Key manufacturers are listed for each product type. The document also provides comprehensive installation guidelines, emphasizing coordination with other trades, proper placement for visibility, and specific requirements for different piping systems, including flow direction arrows and color schedules. Special instructions are given for pipes conveying high-temperature fluids. The overall purpose is to ensure clear, consistent, and compliant identification of plumbing systems for safety, maintenance, and operational efficiency, likely within the context of federal or state infrastructure projects.
    This document outlines specifications for plumbing piping insulation, covering domestic cold-water piping. It details requirements for product data submissions, scheduling, and performance, including surface-burning characteristics with flame-spread and smoke-developed indices of 25 and 50 or less, respectively. The insulation materials must be free of asbestos, lead, and mercury, with specific types like glass-fiber, preformed pipe insulation from manufacturers such as Knauf Insulation, Manson Insulation Inc., and Owens Corning. Adhesives and sealants must be compatible with insulation materials, with approved manufacturers including Childers Brand and Foster Brand. The document also specifies factory-applied jackets and comprehensive installation guidelines, including examination of substrates, surface preparation, general installation requirements, and procedures for fittings, valves, and penetrations. Quality control measures involve destructive inspections by a qualified testing agency, confirming adherence to insulation schedules for indoor piping, particularly for domestic cold water.
    This document outlines the requirements for domestic water piping, focusing on copper tube and fittings. It emphasizes compliance with the U.S. Safe Drinking Water Act, NSF 61, and NSF 372 for lead content. The document specifies materials like ASTM B88, Type L drawn-temper copper tube, and pressure-seal-joint fittings from approved manufacturers. Installation guidelines include proper sloping, alignment, and connections to equipment, ensuring accessibility for servicing. Joint construction requires reaming and cleaning, with pressure-sealed joints for copper tubing. Hangers and supports must comply with MSS SP-58. The document details cleaning procedures, including flushing and submitting water samples for approval. Field quality control involves inspections by authorities having jurisdiction and pressure testing at 50 psig above operating pressure. All leaks and defects must be repaired, and reports prepared for all tests and inspections.
    This document outlines the requirements for sanitary waste and vent piping installations, primarily focusing on PVC pipe and fittings. It details performance criteria, specifying that components must withstand a minimum working pressure of 10 ft. head of water. The document lists approved manufacturers, including Apollo Valves and Charlotte Pipe and Foundry Company, and mandates compliance with ASTM standards for solid-wall PVC pipe and socket fittings. Installation guidelines cover piping arrangement, concealment, slopes, and connections, emphasizing adherence to drawings and approval by authorities. Joint construction for plastic, nonpressure piping requires solvent-cemented joints according to ASTM standards. Hangers and supports must comply with manufacturer instructions and local codes. Field quality control includes roughing-in and final inspections, with reinspection if necessary. The document concludes with cleaning and protection protocols and a piping schedule specifying solid-wall PVC pipe and fittings for aboveground soil and waste piping NPS 4 and smaller.
    This document outlines the General Terms and Conditions for Construction Subcontracts with Fermi Forward Discovery Group, LLC (FFDG) for work at the Fermi National Accelerator Laboratory, under a DOE prime contract. It covers essential aspects like definitions, scope of work, payment terms (including progress payments, retainage, and final payment conditions), and requirements for superintendence, licenses, and permits. The document details procedures for changes and modifications, indemnification, liabilities, warranties, and conditions for termination and dispute resolution. It also addresses compliance with laws and regulations, site access, environmental, safety, and health (ES&H) standards, stop-work/suspension orders, insurance, bonds, and the Davis-Bacon Act. A significant section incorporates various Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses by reference, specifying their applicability based on subcontract value and type of work, ensuring adherence to federal contracting standards.
    This document outlines the mandatory insurance requirements for construction subcontracts at Fermi National Accelerator Laboratory (Fermilab), incorporating Fermi Forward Discovery Group, LLC (FFDG) standards. Subcontractors must maintain specific minimum coverages, including Commercial General Liability ($1M per occurrence, $2M aggregate), Automobile Liability ($1M), Excess Liability ($1M or $5M depending on subcontract value), Workers’ Compensation (statutory limits), Employer’s Liability ($1M), Contractor’s Pollution Liability ($1M), and Contractor’s Professional Liability ($1M where applicable). All policies, excluding Workers’ Compensation and Professional Liability, must name FFDG, the University of Chicago, Universities Research Association, Inc., and the U.S. Government as additional insureds with waivers of subrogation. Subcontractors are also required to provide evidence of insurance, give notice of any cancellations or material changes, and ensure sub-subcontractors comply with similar insurance provisions. Certain exclusions in Commercial General Liability are prohibited, and FFDG reserves the right to obtain replacement coverage if the subcontractor fails to comply.
    The Standard Form 24 (SF 24) is a bid bond form used in federal government procurements, specifically for RFPs, grants, and state/local RFPs, serving as a bid guaranty. This form is essential for ensuring that a principal (bidder) who submits a bid will enter into the contract and provide required bonds if their bid is accepted. The bond outlines the obligations of the principal and surety(ies) to the United States of America and Fermi Forward Discovery Group, LLC, specifying that if the principal fails to execute contractual documents or provide necessary bonds, they are liable for the cost of procuring the work that exceeds their bid. The form includes detailed instructions for completing it, such as proper identification of principals and sureties, how to express the penal sum (either as a percentage or a fixed dollar amount), and requirements for corporate and individual sureties, including the need for corporate seals and evidence of authority for signatories. The document also addresses extensions of bid acceptance time and outlines the process for handling multiple corporate sureties and individual sureties. The OMB Control Number 9000-0001 indicates compliance with federal information collection requirements, with an estimated burden of one hour for completion.
    Standard Form 25A (SF 25A) is a payment bond form authorized for use with Fermi Forward Discovery, LLC subcontracts, ensuring that the principal promptly pays all persons providing labor or materials for the contract. This form outlines the obligations of the principal and surety(ies) to the United States of America and Fermi Forward Discovery Group, LLC. It specifies that the obligation becomes void if payments are made as stipulated. The instructions detail requirements for principals and corporate sureties, including the need for corporate sureties to be on the Department of the Treasury's approved list and to adhere to liability limits, especially in co-surety arrangements. Individual sureties must submit a completed Standard Form 28 (Affidavit of Individual Surety). The form also provides guidance on signatures, corporate seals, and the completion of various fields, emphasizing no deviation from the form. The document includes a Paperwork Reduction Act Statement, estimating a one-hour burden for completion.
    This document outlines the Standard Form 25 (Performance Bond), mandated by GSA-FAR, for contracts with the United States of America and Fermi Forward Discovery Group, LLC. It details the obligations of the Principal and Surety(ies) to ensure contract performance, including extensions and modifications, and compliance with tax requirements under 41 USC Chapter 31, Subchapter III. The bond specifies joint and several liability for the penal sum, with provisions for co-sureties to allocate liability. Instructions cover the proper execution of the bond, including legal names, addresses, and the requirement for corporate sureties to be on the Department of the Treasury's approved list. It also addresses the use of individual sureties, requiring a completed Affidavit of Individual Surety (Standard Form 28). The form emphasizes no deviation from its structure and provides guidelines for signing, sealing, and documenting surety information, ensuring adherence to federal regulations and financial responsibility for contract undertakings.
    REQUEST FOR PROPOSAL NO. 372698, dated December 2, 2025, invites proposals for construction services related to "IERC CCD SPACE HUMIDIFICATION" at Fermilab. The proposal requires the submission of a total cost for furnishing all labor, equipment, materials, transportation, overhead, bonding, insurance, safety and quality oversight, supervision, and all necessary work in strict accordance with the provided specifications, drawings, and other solicitation documents. Proposers must indicate the total cost in both numerical and written format. This proposal will be open for acceptance for a period of ninety (90) days after the opening date, with the option for offerors to specify a longer acceptance period if desired. The form requires the company name, signature, name and title of the individual, and the date of submission.
    The Fermilab Subcontractor Injury & Illness Data Questionnaire (Form 7010-F1-1) is a critical document for assessing the safety performance of subcontractors. It requires companies to provide three years of interstate experience modification rates, workers' compensation carrier details, and OSHA 300 log data, including total recordable cases, total recordable case rates, cases with days away/restricted/job transferred (DART), DART case rates, employee hours worked, and fatalities. The form also mandates calculating three-year averages for total recordable case rates and DART case rates, and identifying the individual responsible for safety, including their qualifications. This questionnaire ensures that Fermilab engages with subcontractors who meet specific safety and health standards, aligning with federal contracting requirements for demonstrating a strong safety record.
    Standard Form 1413 (REV. 10/2023) serves as a Statement and Acknowledgment form used in federal government subcontracting, specifically for Construction Services for IERC CCD Space Humidification at Fermilab, Batavia, IL. The form details the prime contract between Fermi Forward Discovery Group, LLC, and an unnamed prime contractor (likely the federal government), and the subcontract awarded to Dasia Guthrie for the aforementioned construction work. It confirms whether the prime contract includes the "Contract Work Hours and Safety Standards Act -- Overtime Compensation" clause. Part II of the form ensures the subcontractor acknowledges inclusion of several critical labor standards clauses in the subcontract, such as "Payrolls and Basic Records," "Withholding of Funds," "Disputes Concerning Labor Standards," and "Construction Wage Rate Requirements." The document emphasizes compliance with federal labor laws and regulations, indicating its role in federal procurement processes to ensure fair labor practices within subcontracted government projects. The OMB Control Number 9000-0066 with an expiration date of 5/31/2025 confirms its official federal use and compliance with the Paperwork Reduction Act.
    The document PUR-466, Revision 5, dated 10/14/2025, outlines mandatory certifications for proposals submitted to Fermi Forward Discovery Group, LLC (FFDG), categorizing them by dollar value thresholds. Proposals ≥ $10,000 require Export/Import Control certifications and compliance with the Buy American – Construction Materials clause (FAR 52.225-9), detailing domestic preference for construction materials, critical components, and iron/steel content. It also includes certifications for Rights to Proposal Data (Technical) (FAR 52.227-23), Rights in Data-General (FAR 52.227-14), Patent Rights (DEAR 952.227-11 & 952.227-13), and the Buy American Certificate (FAR 52.225-2). Proposals ≥ $150,000 necessitate additional certifications for Independent Price Determination (FAR 52.203-2), Payments to Influence Certain Federal Transactions (FAR 52.203-11), Responsibility Matters (FAR 52.209-5), Employment Reports on Veterans (FAR 52.222-37), and Anti-Kickback Procedures (FAR 52.203-7). Finally, proposals ≥ $550,000 require certifications concerning Combatting Trafficking in Persons (FAR 52.222-50) and a Trafficking in Persons Compliance Plan (FAR 52.222-56) if certain conditions are met regarding work performed outside the United States or non-COTS items. Offerors must complete applicable sections and return them to their Procurement Specialist.
    The Fermi Forward Discovery Group, LLC's Subcontractor Annual Representations & Certifications (SARC) form is a critical document for subcontractors to complete for U.S. Government contracts. It gathers essential information including ownership, operational structure (e.g., corporation, LLC, non-profit), business categories (e.g., large, small, foreign, and various small business diversity classifications), and executive compensation details. The form also covers the offeror's accounting system, responsibility certifications (including compliance with anti-trafficking laws and E-Verify requirements), and adherence to U.S. Export/Import Control Laws. Furthermore, it addresses Federal Acquisition Regulation (FAR) certifications related to Equal Opportunity, Affirmative Action, and Limitations on Pass-Through Charges. Subcontractors must certify the accuracy of all statements, acknowledge awareness of government contracting programs, and agree to comply with all stated requirements, including prompt notification of any changes in status.
    General Decision Number IL20250008, effective September 26, 2025, outlines prevailing wage rates for building and residential construction projects in Du Page, Grundy, Kane, Kendall, Lake, McHenry, and Will Counties, Illinois. It supersedes IL20240008 and excludes landscape projects. The document mandates minimum wage rates as per Executive Orders 14026 ($17.75/hour for contracts entered on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022). It details wage rates and fringes for various crafts, including Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Power Equipment Operators, Ironworkers, Laborers, Painters, Glaziers, Plasterers, Cement Masons, Plumbers, Pipefitters, Roofers, Sprinkler Fitters, Sheet Metal Workers, and Truck Drivers, categorized by county and specific duties. The document also addresses conformance requests for unlisted classifications, provides information on paid sick leave for federal contractors under EO 13706, and outlines the wage determination appeals process. It specifies how union, union average, survey, and state-adopted wage rate identifiers are used and updated.
    This document outlines a firm-fixed-price subcontract between Fermi Forward Discovery Group, LLC, and a Subcontractor for a project at the Fermi National Accelerator Laboratory in Batavia, Illinois. The subcontract, issued under a prime contract with the Department of Energy, details the scope of work, requiring the Subcontractor to furnish all necessary labor, materials, and equipment. Key provisions include a specified period of performance upon receipt of a Notice-to-Proceed, a fixed price with limitations on FermiForward's liability, and detailed invoicing and payment terms. Monthly progress payments are subject to a 10% retainage, reduced to 5% upon 50% completion, and FermiForward can withhold payments for various reasons, including defective work or failure to provide reports. The document also specifies subcontract administration procedures, including notice submission and modification protocols, and outlines reporting requirements, such as monthly progress reports. It incorporates FAR and DEAR clauses based on the subcontract's value and nature of work.
    This document is a map detailing public access areas, buildings, parking lots, ponds, bicycle paths, trails, streams, and public access roads within a recreational area. Key features include various ponds such as Swan Lake, Lake Law, Dusaf Pond, Andy's Pond, and Casey's Pond, as well as the Sea of Evanescence and Main Ring Lake. The map also delineates public access areas and transportation infrastructure like bicycle paths and public access roads. Published on April 3, 2017, this map serves as a guide for visitors, providing an overview of the area's natural and man-made features relevant for planning outdoor activities or understanding the layout of the park. It is likely intended for public information within the context of state or local government recreational facilities.
    Lifecycle
    Similar Opportunities
    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.
    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 - Corrective Repair and Preventative Maintenance Overhead Door Services
    Buyer not available
    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.
    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.
    LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory operated by Stanford University, is soliciting proposals for the LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation project. This procurement involves the installation of conduit and waveguide bundles as part of a significant upgrade to the Linac Coherent Light Source II, aimed at enhancing the electron beam energy. The project is critical for advancing research capabilities in particle physics and related fields, with work scheduled to occur during a long downtime period in early 2026. Proposals must be submitted by December 4, 2025, at 5:00 PM Pacific Time, and interested parties should direct inquiries to Perry Rostrata at rostrata@slac.stanford.edu.
    M1/M3 Flexure Systems and Vacuum Chambers
    Buyer not available
    The Department of Energy, through the Lawrence Berkeley National Laboratory (LBNL), is soliciting proposals for the manufacture, assembly, and testing of M1/M3 Flexure Systems and Vacuum Chambers as part of the Advanced Light Source Upgrade (ALS-U) project. This procurement includes five flexure systems, two transport yokes, four vacuum chambers, four copper liners, and various subassemblies, with a focus on precision engineering and UHV compatibility for advanced scientific instrumentation. The contract is expected to last approximately 68 weeks, with proposals due by January 12, 2026, and a pre-proposal conference scheduled for November 21, 2025. Interested parties should direct inquiries to Martha Grausz at mggrausz@lbl.gov or by phone at 510-486-6618.
    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.
    Integrated Biorefinery Facility North High Bay Revitalization Custom Equipment
    Buyer not available
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the "Integrated Biorefinery Facility North High Bay Revitalization Custom Equipment" project, aimed at enhancing biomass conversion and waste carbon utilization technologies. The project requires the design, fabrication, and commissioning of specialized process equipment, including a Hydroprocessor and a Distillation Column, with a production capacity of approximately one barrel per day, emphasizing operational flexibility and process safety. This initiative is critical for advancing renewable technologies for commercial deployment, with an estimated funding range of $750,000 to $3.5 million and a performance period extending through March 30, 2027. Interested parties must submit their proposals by 5:00 PM Mountain Time on December 17, 2025, and can direct inquiries to Todd Labosky at Todd.Labosky@nrel.gov.
    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.