Professional Building Architectural and Engineering Services MATOC-IDIQ
ID: ISD_365048_DAType: Solicitation
Overview

Buyer

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

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: MISCELLANEOUS BUILDINGS (C1JZ)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 16, 2025, 10:00 PM UTC
Description

The Department of Energy's Fermi National Accelerator Laboratory (FNAL) is seeking qualified firms to provide Professional Building Architectural and Engineering Services through a Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) procurement. The selected firms will be responsible for a range of services including planning, design, and administration of projects related to alterations, repairs, and new construction at the Fermilab site in Batavia, Illinois, with task orders potentially issued in DuPage or Kane County. This initiative is crucial for maintaining and enhancing FNAL's infrastructure, ensuring compliance with federal and state regulations while supporting its mission in particle physics research. Interested firms must submit their qualifications by May 16, 2025, at 5 PM CT, and can direct inquiries to Danielle Amico at damico@fnal.gov or by phone at 630-840-3207.

Point(s) of Contact
Files
Title
Posted
Apr 22, 2025, 7:06 PM UTC
This document is an amendment to a Qualifications Based Selection (QBS) solicitation for Professional Building Architectural and Engineering Services, identified as ISD_365048_DA. Issued on April 8, 2025, the qualifications are due by May 16, 2025, at 5:00 PM CT. The amendment includes the attendance sheet from a pre-qualification meeting held on April 17, 2025, and updates to Exhibit F, which now requires the inclusion of Form PUR-466 and Subcontractor Annual Representations & Certifications as part of the necessary solicitation documents. It clarifies that Offerors do not need to submit separate qualifications for each project category. All other terms of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by signing and returning a copy. The document reflects standard procedures in government procurement, ensuring compliance and clarity in the solicitation process, aiming to attract qualified proposals for professional services in construction and engineering.
The Fermi Forward Discovery Group (FFDG) General Terms and Conditions for Services outlines the contractual framework between FFDG and its subcontractors for services provided in conjunction with the Fermi National Accelerator Laboratory. Key sections include definitions clarifying terminology utilized in the agreement and stipulations regarding the subcontractor’s status as an independent contractor, emphasizing no agency relationship with FFDG or the government. Payment terms require timely invoicing with provisions for withholding due to breaches. Standards of performance dictate that services be conducted competently and in line with industry best practices. The subcontractor must maintain necessary licenses and permits and promptly inform FFDG of any issues regarding these. The document allows FFDG to issue change orders and mandates that the subcontractor accepts these changes maintaining performance continuity. Indemnification clauses shield FFDG from liabilities arising from the subcontractor's actions. Furthermore, the agreement emphasizes adherence to safety, environmental, and legal regulations applicable during the execution of services. FFDG retains the right to terminate the subcontract for default or convenience, with further provisions for dispute resolution through negotiation or binding arbitration. The overarching goal is to ensure a clear, mutually beneficial contractual relationship that complies with federal regulations and maintains safety and efficiency in operations at Fermilab.
Apr 22, 2025, 7:06 PM UTC
The document outlines the insurance requirements for Architect and Engineer (A&E) subcontracts at the Fermi National Accelerator Laboratory (Fermilab), specifically under the Fermi Forward Discovery Group, LLC (FFDG). It mandates that subcontractors must secure various insurance coverages, including general liability, automobile liability, excess/umbrella liability, professional liability, and workers' compensation, with specified minimum coverage limits. All policies must list FFDG, the University of Chicago, Universities Research Association, Inc., and the U.S. Government as additional insureds while also including provisions against certain exclusions and terms. There is a requirement for subcontractors to provide proof of compliance within ten days and to notify FFDG of any significant changes in insurance coverage. The subcontractors are also responsible for ensuring that their sub-subcontractors meet similar insurance standards. Failure to comply with these requirements necessitates indemnification of FFDG by the subcontractor. This document is vital for ensuring risk management and liability coverage during projects at Fermilab, aligning with standard protocols in federal RFPs and grants.
Apr 22, 2025, 7:06 PM UTC
The Department of Energy's Fermi National Accelerator Laboratory (FNAL) in Batavia, Illinois seeks qualified architectural and engineering (A/E) services through this Statement of Work (SOW). Managed by FermiForward, these services involve the planning, design, and administration of projects ranging from small infrastructure repairs to new construction. A/E firms are required to deliver comprehensive support, including project definitions, designs, cost estimating, and construction documentation, all aligning with federal and state regulations. Key tasks include condition assessments, value engineering, sustainable building assessments, and adherence to safety and quality control standards. The A/E will also be responsible for coordinating all design documents and ensuring compliance with applicable building codes. Task orders will specify deliverables and reporting requirements, with the expectation of monthly updates on project progress. This RFP aims to enhance FNAL’s infrastructure and maintain its status as a leading research facility in particle physics while ensuring safety, efficiency, and regulatory compliance throughout all projects.
Apr 22, 2025, 7:06 PM UTC
The document outlines the Proposal Certifications (PUR-466) for offers submitted to the Fermi Forward Discovery Group, LLC, emphasizing compliance with federal regulations in the context of government RFPs. It details the certification requirements based on the proposal's value, including export/import controls, Buy American provisions, and rights to proposal data. Specific sections require offerors to disclose information regarding export compliance contacts and whether items are designated for military or dual-use applications. The Buy American clause mandates the use of domestic construction materials unless exceptions apply, requiring offerors to substantiate requests for foreign materials due to cost or availability. Other certifications pertain to compliance with anti-lobbying laws, responsibility matters, and employment reports on veterans. For proposals exceeding $500,000, additional certifications are required concerning trafficking in persons. The document provides a structured outline for offerors to follow, ensuring they include pertinent certifications and represent their compliance with all relevant regulations and laws. Overall, it serves as a comprehensive guide for firms engaged in government contracting to adhere to necessary certifications and legal requirements.
The "Subcontractor Annual Representations & Certifications" (SARC) form is issued by Fermi Forward Discovery Group, LLC to ensure compliance from subcontractors regarding U.S. Government contract requirements. It serves as a comprehensive collection of various representations needed for eligibility in federal procurement processes, encompassing business ownership structure, registration status in SAM.gov, executive compensation disclosures, and compliance with employment verification and export control laws. Key sections of the document include declarations of business ownership and structure, certifications of the company's responsibility, and assertions of compliance with federal regulations such as the FAR. It mandates that companies must report changes in status and maintain accurate certifications over a 12-month duration. Furthermore, the form categorizes businesses based on size and ownership, mandates affirmative action program adherence, and outlines restrictions on subcontracting practices. It emphasizes integrity and ethical practices in corporate behavior, especially concerning anti-human trafficking measures. Each contractor must certify their accuracy, confidentiality, and compliance to the stated representations, fostering a transparent and accountable contracting environment. Overall, the SARC form is essential for maintaining adherence to federal procurement standards, protecting both the government's interests and those of the contractors involved.
The document outlines the qualifications and required submissions for Offerors responding to a solicitation for various project categories in the Chicagoland area. Offerors must submit a Statement of Interest, detailing the project category, primary contact, and office location. Each submission must be well-organized and clear. Key components include a narrative that discusses the firm’s project approach, highlighting a recent example per category, including a corporate Quality Control Plan. The narrative should also detail the approach to budget and design alternatives. Offerors need to showcase key personnel, specifically a Project Manager and a Project Architect/Designer, with minimum relevant experience and examples of past work. Additional requirements are set for certifications related to building codes and life safety. Lastly, specific documentation, including proposals and subcontractor certifications, must accompany the submissions. This structured process aims to ensure qualified firms are selected for government projects, maintaining a focus on local presence and experience, particularly related to Illinois-based work. Overall, the purpose is to ascertain the Offerors' competence and readiness for the proposed projects while emphasizing local expertise and methodology effectiveness.
Apr 8, 2025, 5:05 PM UTC
The federal solicitation document outlines the necessary qualifications and submission requirements for firms applying for specific project categories. Offerors must submit a separate Qualifications Submittal for each category, including a one-page Statement of Interest identifying project categories, contact information, and the location of their offices. A narrative (maximum of one page per category) must detail a successful project approach, highlighting experience in scope, schedule, budget management, and quality control processes. Key personnel qualifications are crucial, with required resumes for a designated Project Manager and Project Architect/Designer for each category, along with an explanation of their relevant experiences. The Project Manager must have a minimum of ten years’ experience, while the architect/designer should possess an architectural degree and five years of relevant project experience. An ICC-certified individual is also required for oversight of building code compliance. This document reflects the structured process involved in federal and local RFP submissions, emphasizing qualifications and quality assurance critical for project approval and execution.
Apr 22, 2025, 7:06 PM UTC
The document outlines the pre-qualification process for Architectural/Engineering (A/E) services for a federal project, detailing important dates and submission requirements. Firms interested in bidding must submit qualifications by May 16, 2025, including a Statement of Interest, a narrative, and information on key personnel. If applying for multiple project categories, a single response suffices. The project categories include Planning, Repair and Maintenance, Interior Design, New Building Construction, and Building Code compliance, each with specific requirements and examples. The document emphasizes the need for comprehensive project documentation, including construction documents and detailed financial estimates, adhering to federal procurement standards. Proposals must focus on clarity and relevance, minimizing promotional content. Overall, this RFP serves to streamline the selection process for qualified firms to execute various professional building services, ensuring compliance with safety and design standards in federal projects.
Apr 22, 2025, 7:06 PM UTC
The document presents the attendee list from a pre-qualification meeting related to federal, state, or local RFPs (Requests for Proposals) for architectural services. It includes contact information for representatives from various firms, such as Studio GC Architecture + Interiors, Holabird & Root, and Healy Bender Patton & Been Architects. Each entry contains the attendee's first and last name, company affiliation, and either email or phone number for follow-up communication. This meeting likely aimed to align multiple stakeholders in the bidding process and explore opportunities for collaboration on upcoming projects outlined in government solicitations. The consolidated list indicates active participation from several architecture firms, reflecting the interest and readiness of the industry to engage with government contracts focused on construction and design services.
Apr 22, 2025, 7:06 PM UTC
The document outlines a Qualifications Based Selection (QBS) process conducted by Fermi Forward Discovery Group, LLC for engineering services at the Fermi National Accelerator Laboratory, under the U.S. Department of Energy. It invites proposals for a range of architectural and engineering projects, including tasks related to planning, repairs, new construction, and building code compliance. Submissions are required by May 16, 2025, with a minimum acceptance period of 90 days for proposals. A virtual pre-qualification meeting will provide further clarity on the QBS requirements. Interested firms must deliver qualifications specific to their chosen project categories, demonstrating experience and competencies through detailed narratives and resumes of key personnel. The evaluation will prioritize responsiveness to requirements and previous relevant work, with a focus on firms with local offices. The selected subcontractors will perform duties under firm fixed-price task orders, while adhering to strict quality, safety, and risk management protocols. The contract period includes an initial two-year term with optional extensions, emphasizing the importance of maintaining adherence to the necessary regulations and safety standards throughout the project lifecycle.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
RFP#366727KMW - APS-TD CRYO IB1 MYCOM 3 Electrical Work
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for electrical work associated with the APS-TD CRYO IB1 MYCOM 3 project, specifically under RFP366727KMW. Contractors are required to provide labor, materials, and equipment necessary to complete the project in compliance with specified guidelines, including adherence to safety standards such as NFPA 70E and OSHA regulations. This procurement is particularly significant as it emphasizes the involvement of small businesses, with a total small business set-aside designation, and aims to enhance operational safety and efficiency at Fermilab in Batavia, Illinois. Interested parties must submit their proposals by 5 PM Central Time on May 9, 2025, and are encouraged to attend a pre-proposal meeting on April 30, 2025, for further clarification on project requirements. For inquiries, contact Kody M Whittington at kwhittin@fnal.gov or call 630-840-6898.
Kautz Road Construction Entrance Alterations, Project 3-2-213
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for the Kautz Road Construction Entrance Alterations project (Project 3-2-213) in Batavia, Illinois. This project, set aside for small businesses under the NAICS code 237310, involves a comprehensive scope of work including demolition, roadway widening, installation of a guardhouse, and various improvements to the IDOT right-of-way. The successful contractor will be responsible for adhering to federal regulations, including the Davis-Bacon Act for wage standards, and must demonstrate significant experience in roadway construction. Key deadlines include a pre-proposal conference on April 17, 2025, and proposal submissions due by May 8, 2025. Interested parties can contact Robert Ropos at rropos@fnal.gov or by phone at 630-840-5249 for further information.
Fermilab - Fabrication of Tunnel Transfer Line Control Valves
Buyer not available
The Department of Energy, through the Fermi Forward Discovery Group (FFDG), is soliciting proposals for the fabrication of Tunnel Transfer Line Control Valves, essential components for the Proton Improvement Plan II accelerator at Fermilab. Offerors are required to demonstrate compliance with stringent technical specifications, including experience with cryogenic valves in radiation environments and the ability to meet specified delivery schedules. These valves play a critical role in the operation of superconducting radio frequency cryomodules, ensuring efficient transport of cryogenic helium. Proposals must be submitted by May 19, 2025, with inquiries directed to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835.
Lamination Die and Machined Parts
Buyer not available
The Department of Energy, specifically the Fermilab office, is seeking proposals for the design and construction of a lamination die, along with the machining of two parts and the production of 6,695 components using the die. This procurement is critical for the ORBE magnet core project, which plays a significant role in advancing particle acceleration systems at Fermilab. Interested suppliers must submit firm-fixed price proposals by 5 PM CST on April 28, 2025, ensuring compliance with stringent quality control standards and technical specifications outlined in the associated documents. For inquiries, potential bidders can contact Patrick Tarpey at ptarpey@fnal.gov.
ELECTRONICS - CRYOGENIC HARDWARE
Buyer not available
The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of specialized cryogenic hardware assemblies as outlined in Request for Proposal (RFP) 368223-GMG. This procurement aims to acquire critical components, including amplifiers, ferrite components, and infrared filters, which are essential for Fermilab's operations and must meet stringent technical specifications. Interested vendors are required to submit their firm-fixed price proposals, along with necessary certifications and supporting documents, by the deadline of May 2, 2025. For further inquiries, potential offerors can contact Grace Gomez at ggomez@fnal.gov.
Magnetic Tape Library
Buyer not available
The Department of Energy, specifically the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for a Magnetic Tape Library to enhance its data storage capabilities for scientific programs. The procurement aims to acquire a next-generation tape storage solution with a minimum native capacity of 225 PB, equipped with 20 tape drives and expandable to 40, ensuring high availability and compliance with operational standards. This advanced technology is critical for managing large volumes of scientific data, supporting ongoing and future research initiatives in high-energy physics. Proposals must be submitted electronically by April 28, 2025, with inquiries directed to Chris Rossman at crossman@fnal.gov or by phone at 630-840-5355.
MI-65 Transfer Piping
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for the MI-65 Transfer Piping project, which involves the demolition and reconstruction of a piping system connecting two tanks within the MI-65 service building in Batavia, Illinois. The project aims to replace existing double wall PVC piping with a welded stainless steel piping system, adhering to ASME B31.3 standards, and includes specific requirements for construction, safety, and environmental compliance. This opportunity is set aside for small businesses under the NAICS code 332996, with a total small business size standard of $45 million, and requires bidders to submit their proposals by May 22, 2025, following a pre-proposal meeting on May 1, 2025. Interested parties can contact Ryan O'Sullivan at ryanosul@fnal.gov or by phone at 630-840-2402 for further details.
Fermilab -Fabrication of Thermal Straps
Buyer not available
The Department of Energy, through Fermilab, is soliciting proposals for the fabrication of thermal straps, a critical component in various electronic applications. The procurement aims to secure high-quality thermal straps made from certified Oxygen Free High Conductivity copper, adhering to specific tolerances and quality standards, which are essential for efficient thermal management in electronic systems. Interested offerors must submit comprehensive technical and pricing proposals by May 19, 2025, with inquiries directed to Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835. This opportunity is open to both large and small businesses, with no set-aside provisions, and is categorized under NAICS code 334419.
Magnets for NNSA Beamline
Buyer not available
The Department of Energy, through Fermilab, is seeking proposals for the procurement of magnets for the National Nuclear Security Administration (NNSA) Beamline project. The procurement involves specific assemblies, including focusing solenoids and bending magnets, which are crucial for electron beam accelerators aimed at addressing the cobalt-60 shortage in healthcare sterilization. Proposals must be submitted by May 12, 2025, with technical questions accepted until May 6, 2025, and will be evaluated based on criteria such as technical capabilities, pricing, and delivery timelines. Interested bidders should contact Spencer Keske at skeske@fnal.gov for further information and ensure compliance with all required certifications and specifications outlined in the RFP documentation.
MAG-F Probe Fluxgate Sensor
Buyer not available
The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the procurement of a MAG-F Probe Fluxgate Sensor. This solicitation aims to secure a firm fixed price for the sensor, which is critical for measuring and controlling industrial process variables in scientific applications. The procurement process will follow a Low Price Technically Acceptable (LPTA) source selection method, emphasizing the importance of cost-effectiveness while ensuring technical compliance. Proposals are due by May 2, 2025, at 4 PM CT, and interested parties should direct inquiries and submissions to Procurement Specialist Grace Gomez at ggomez@fnal.gov. Compliance with federal regulations, including the completion of necessary representations and certifications, is required for all submissions.