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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    RFP - Corrective Repair and Preventative Maintenance Overhead Door Services
    Energy, Department Of
    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.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Energy, Department Of
    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.
    Giese Road Substation Feeder 24 Backfeed
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the Giese Road Substation Feeder 24 Backfeed project, which involves electrical medium voltage construction services in Batavia, Illinois. The project requires the installation of overhead feeders, underground duct banks, and the pulling and testing of 15kV power cables, with all work to be completed by February 1, 2026. This opportunity is set aside for small businesses under NAICS code 238210, emphasizing the importance of compliance with safety and quality standards, including the Davis-Bacon Act wage rates and Buy American requirements. Interested contractors must submit their proposals by December 24, 2025, and direct any inquiries to Gina M. Kern at ginakern@fnal.gov.
    Ferrite Fabrications
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for the procurement of 700 Fast Kicker Magnet Assembly Side Pieces and 320 Fast Kicker Magnet Assembly Top Pieces, specifically made from ferrite materials. This Request for Proposal (RFP 375377swk) aims to secure firm-fixed price proposals for a total of 1,020 units, which will be delivered to Fermilab's Receiving Warehouse 2 in Batavia, Illinois. The components are critical for the operation of scientific apparatus at Fermilab, contributing to ongoing research and development in particle physics. Proposals are due by 5 PM Central on January 5, 2026, and must include necessary certifications and documentation, including the SARC and PUR-466 forms. Interested parties should direct any inquiries to Spencer Keske at skeske@fnal.gov.
    Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
    Energy, Department Of
    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.
    HD Coldboxes Fabrication
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the fabrication of two high-density (HD) coldbox structures, with an option for a third unit, to support the Long-Baseline Neutrino Facility/Deep Underground Neutrino Experiment (DUNE-US) project. The procurement involves detailed specifications for stainless steel (SS 304) coldboxes designed to house active detectors for cold testing in cryogenic conditions, with strict adherence to quality control measures and compliance with national standards. Proposals must be submitted by 5 PM Central on December 19, 2025, and should include completed SARC and PUR-466 forms for proposals exceeding $10,000. Interested parties can direct inquiries to Spencer Keske at skeske@fnal.gov.
    Electrical Steel Coils
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of Non-Grain Oriented Electrical Steel (NGOES) Coils, specifically requiring a total of 35,175 pounds of this material. The NGOES is critical for the fabrication of PIP-II ORBUMP magnet cores, necessitating compliance with stringent specifications regarding chemical and magnetic properties, as outlined in the associated technical documents. Proposals must be submitted by December 23, 2025, at 1:00 PM CT, with the contract period extending through December 1, 2026. Interested vendors should direct inquiries to Sharon Duchaj at sduchaj@fnal.gov or call 630-840-8693 for further details.
    LBNF Liquid Argon LAr Circulation Equipment
    Energy, Department Of
    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.
    FY26 A&E IDIQ Scott AFB, IL
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified architect-engineer firms to provide Title I and Title II services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract at Scott Air Force Base, Illinois. The procurement aims to award contracts to up to five small business firms for multi-discipline A-E services that will support the Base Civil Engineer's real property and construction programs, with each contract potentially spanning one base year and four option periods. Interested firms must submit their qualifications using Standard Form 330 by 3:00 p.m. CST on January 6, 2026, and are required to be registered in the System for Award Management (SAM) and licensed to practice in Illinois. For further inquiries, contact Christa Wooten at christa.wooten@us.af.mil or Fawne E. Lee at fawne.lee@us.af.mil.
    Architect-Engineer Supplemental Services - North Central Regional Office
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified architect-engineer firms to provide supplemental services for various facilities in the North Central Region, which includes states such as Colorado, Illinois, and Kansas. The procurement involves indefinite-delivery indefinite-quantity (IDIQ) contracts with a one-year base period and up to four option years, focusing on complex design efforts within secure correctional environments. Interested firms must submit their qualifications using the Standard Form 330, with a guaranteed minimum contract amount of $10,000 and an estimated maximum of $7.5 million annually. Submissions are due by January 19, 2026, and should be directed to Kevin Slone at kslone@bop.gov.