Fermilab - Daycare Center Crawl Space Supports
ID: ISD-357300-RYKType: Solicitation
Overview

Buyer

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

NAICS

Structural Steel and Precast Concrete Contractors (238120)

PSC

IRON AND STEEL PRIMARY AND SEMIFINISHED PRODUCTS (9640)
Timeline
    Description

    The Department of Energy, through Fermilab, is soliciting proposals for the removal and replacement of crawl space jack posts and the installation of new footings at the Daycare Center building located in Batavia, Illinois. The project involves demolition of existing concrete footings and the installation of new ones, as the current infrastructure is deteriorating and insufficient. This construction work is critical for maintaining the structural integrity of the facility, ensuring a safe environment for daycare operations. Interested subcontractors must submit their proposals by October 11, 2024, and can contact Richard Konan at rkonan@fnal.gov or by phone at 630-840-2835 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fermi Research Alliance, LLC has issued a Request for Proposals (RFP) for a construction subcontract (RFP number ISD-357300-RK), inviting submissions by October 11, 2024. This RFP is a small business set-aside aimed at acquiring services for asbestos and mold abatement and general construction tasks associated with the Daycare Center Crawl Space. Offerors must comply with a range of requirements, including submission of a two-part proposal covering technical and cost aspects, with a bid guarantee of at least 20% of the proposal price. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) method, focusing on offeror experience, prior project scope, and safety compliance records. Additionally, proposals must align with the Davis-Bacon Act for wage determination and adhere to strict safety guidelines during performance. A mandatory site visit can be scheduled, and successful bidders are required to provide performance and payment bonds. Overall, this procurement underscores FRA's commitment to environmental safety and adherence to federal contracting standards while promoting small business participation in public projects.
    The FRA General Terms & Conditions for Construction outlines the contractual relationship between Fermi Research Alliance (FRA) and subcontractors performing work under its Prime Contract with the Department of Energy. The document emphasizes that the subcontractor operates as an independent contractor, ensuring compliance with all relevant laws, regulations, and safety standards. Key topics include payment structures, progress payment certifications, and the requirements for licenses and permits. The document allows FRA to enforce modifications and changes in the work scope while detailing procedures for pricing adjustments. Additionally, it discusses indemnification clauses, assuming risk until final acceptance of the work, and obligations related to insurance and bonding. The terms also dictate the process for conflict resolution through negotiations, mediation, and potentially arbitration, while adhering to compliance with regulations such as the Davis-Bacon Act. The comprehensive nature of these terms ensures a clear framework for executing construction projects while mitigating risks and protecting the interests of FRA and the federal government.
    The document outlines the insurance requirements for construction subcontracts associated with the Fermi National Accelerator Laboratory (Fermilab) as mandated by the Fermi Research Alliance, LLC (FRA). It specifies minimum coverage limits for various types of insurance, including general liability, automobile liability, excess liability, worker's compensation, contractor's pollution liability, and professional liability, indicating different thresholds based on subcontract amounts. Supplemental coverages may also be required, such as builder's risk and cargo insurance, emphasizing the need for comprehensive protection throughout the project lifecycle. Additionally, it mandates that FRA, the University of Chicago, and other entities be named as additional insureds, requires timely evidence of insurance certificates, and sets terms for indemnification. Compliance with these insurance standards is essential for all subcontractors and their sub-subcontractors. The overarching purpose of this document is to ensure adequate risk management and liability protection amidst construction activities at Fermilab, aligning with government contracting standards and safeguarding the interests of the involved parties.
    Fermilab seeks proposals for the replacement of deteriorating crawl space jack posts and the installation of new footings at the Daycare Center. The current infrastructure is insufficient, necessitating both demolition and reconstruction activities. The selected subcontractor will be responsible for all aspects of the project, including labor, materials, safety, quality control, and necessary compliance with specific specifications and regulations. Importantly, confined space training is mandatory due to the nature of the work. The project includes milestones for the construction timeline: starting with a Notice to Proceed (NTP), followed by material submittals, the start of construction, and ultimately project completion including any final adjustments. The schedule emphasizes the need for most intrusive activities to occur during Fermilab’s winter break when the facility will be less operational. Overall, this servicing contract reflects Fermilab’s dedication to maintaining and enhancing the facility’s infrastructure while ensuring safety and quality adherence throughout the process.
    The document is a Standard Form 24, which serves as a bid bond in federal government contracting processes. Its purpose is to guarantee that the principal (the bidder) will comply with the terms of their bid upon acceptance by Fermi Research Alliance, LLC. The form outlines essential details such as the legal name and business address of the principal, the type of organization, and the sureties involved. Key sections include the conditions under which the bid obligation becomes void, emphasizing that the principal must execute further contracts and provide required bonds within a specified timeframe. It allows for co-surety arrangements and requires corporate sureties to be approved by the Department of the Treasury. The form demands signatures from all parties involved, including principals and individual or corporate sureties, and stresses the necessity of corporate seals where applicable. The instructions clarify usage, completion requirements, and conditions for liability limits. Overall, the document is vital in ensuring compliance and financial responsibility in government bid solicitations, reflecting standard procedures for safeguarding both the contracting agency and the bidder during the procurement process.
    The document outlines the requirements and obligations for executing a Payment Bond necessary under federal contracting regulations, specifically 40 USC Chapter 31, Subchapter III. The Payment Bond serves to protect parties supplying labor and materials by ensuring that the Principal (the contractor) and Sureties (the bonding companies) are jointly responsible for payment obligations. It requires the disclosure of the Principal's legal name, type of organization, subcontract details, and the total penal sum of the bond. Key components include the signature requirements from the Principal and Sureties, conditions under which the bond becomes void, and specific instructions for completion. Each corporate surety must be on the Treasury's approved list and provide their corporate seal. Individual sureties must supply additional documentation. This form complies with paperwork standards set by the Office of Management and Budget (OMB) and emphasizes the collection of accurate information to minimize burden on respondents. The Payment Bond is integral to federal RFPs, grants, and state or local bids, ensuring financial accountability in contractual agreements.
    The document is a Performance Bond form utilized in the context of federal government subcontracts, specifically for agreements involving Fermi Research Alliance, LLC. It establishes a legal commitment between the Principal (contractor) and Sureties (bonding companies) to ensure that the terms of a subcontract are fulfilled. The bond guarantees that the Principal will meet all obligations stated in the subcontract, including tax payments to the government. If the Principal carries out the terms effectively, the bond becomes void. The form requires detailed information, including the type of organization, the penal sum of the bond, and signatures from authorized individuals along with corporate seals. The sureties must also meet specific regulatory criteria, emphasizing financial capability and accountability. This bond is a critical component for compliance and risk management in government contracts, safeguarding public interest by ensuring that contractors adhere to their commitments.
    The Fermilab ES&H Manual includes the Subcontractor Injury & Illness Data Questionnaire, aimed at collecting essential safety-related information from subcontractors to ensure compliance with environmental, safety, and health standards. The questionnaire requests detailed data over the past three years, including the company’s experience modification rate, workers' compensation carrier information, and OSHA 300 log summaries—focusing on recordable cases, case rates, days away, and fatalities. Additionally, it requires identifying the safety officer within the company, detailing their qualifications and years of service. Calculations for total recordable case rates and lost workday case rates are included, highlighting the need for accurate documentation and certification of the provided information. The manual emphasizes the necessity for subcontractors to maintain high safety standards in their operations, aligning with federal requirements and promoting safe working environments at Fermilab. Overall, the document serves as a guideline for assessing subcontractor safety performance, critical to project approvals in the broader context of government contracts and grants.
    The document outlines the Statement and Acknowledgment for a subcontract under federal contract regulations. It includes information regarding the prime contractor, subcontractor, and the details of the subcontract award, including contract numbers, dates, and addresses. Key clauses related to labor standards and compliance, such as the Contract Work Hours and Safety Standards Act and Construction Wage Rate Requirements, are acknowledged. The prime contractor, Fermi Research Alliance LLC, awarded the subcontract for a project involving low-level waste handling at Fermilab, Illinois. The subcontractor is tasked with all necessary labor, supervision, materials, and compliance with safety and quality control requirements, demonstrating adherence to federal procurement standards. The OMB control number is also mentioned, indicating the regulatory framework for data collection related to contracts. Overall, this document serves to formalize subcontractual relationships while ensuring compliance with federal labor laws and project specifications.
    The Proposal Certifications document, titled PUR-466, outlines essential certifications and representations required from offerors submitting proposals to the Fermi Research Alliance, LLC. This document establishes compliance with federal regulations, including export control and the Buy American Act. It specifies that all proposals equal to or greater than $10,000 must include export compliance information and certificates confirming domestic content for construction materials. For proposals above $150,000, additional certifications regarding independent price determination and lobbying disclosures are required. Proposals of $500,000 or more necessitate compliance with regulations against human trafficking. Each submission requires signatures from company officials, assuring the accuracy and completeness of the information provided. The structure includes detailed sections outlining specific certifications categorized by dollar thresholds, reinforcing the importance of transparency, legal compliance, and ethical standards in government contracting processes. Overall, the document reflects the federal government’s commitment to fair and responsible procurement practices while ensuring accountability from contractors.
    The Subcontractor Annual Representations & Certifications (SARC) form from Fermi Research Alliance (FRA) details essential compliance requirements for subcontractors involved in U.S. government contracts. It mandates subcontractors to provide comprehensive business information, including ownership structure, industry classification, executive compensation, and accounting system status. Critical sections cover responsibility declarations, affirmative action commitments, and certifications related to export/import control laws. Subcontractors must ensure accurate and timely reporting, with immediate updates required for any changes in status. Furthermore, special classifications like small business categories and necessary certifications align with federal regulations. This form is crucial for maintaining accountability and adherence to legal standards, streamlining the procurement process while safeguarding governmental interests.
    The clause 52.219-9 regarding the Small Business Subcontracting Plan mandates that federal contractors submit a detailed subcontracting plan to encourage the participation of small business entities—specifically those owned by veterans, service-disabled veterans, women, and those in HUBZone or economically disadvantaged areas. The plan must outline goals for subcontracting with these groups, provide a breakdown of anticipated subcontractors, and develop methods for identifying and recruiting potential vendors. Contractors are required to report on their compliance with the plan using the Electronic Subcontracting Reporting System (eSRS) and adhere to measures that facilitate equitable opportunities for small businesses. The document highlights different types of plans (commercial, individual, master) and stipulates the integration of guidelines within contract clauses. This initiative represents a federal commitment to fostering small business participation in federal contracting, thus contributing to economic growth and diversity in government procurement practices.
    The document outlines the general requirements for the construction project at the Daycare Center on the Fermilab premises, identified by Project No. ISD 10-2-153. It details the responsibilities of the subcontractor, including planning, labor, materials, and equipment provision, adhering to safety, regulatory standards, and the Buy American Act. Noteworthy aspects include project scope covering the removal and replacement of crawl space supports, coordination with on-site operations, and thorough quality control procedures. The subcontractor must submit various documentation prior to project initiation, including insurance, hazard analyses, and a construction schedule. The timeline includes key milestones, with final project completion scheduled within 120 calendar days. Regular progress meetings are mandated, where quality control measures and potential deficiencies will be tracked. The completion of work requires careful addressing of any punch list items, with final acceptance contingent upon rigorous documentation review. Ultimately, this guidance ensures a structured approach to the project, emphasizing safety, quality, and coordination to minimize disruption to ongoing operations at Fermilab while enhancing the Daycare Center’s infrastructure.
    The FRA Environmental, Safety, and Health (ES&H) Requirements outline the rigorous safety protocols and environmental protection measures for subcontractors working at Fermilab. Prioritizing the safety of employees, visitors, and the environment, the document emphasizes compliance with various federal, state, and local regulations. Key sections detail responsibilities, including completing a Construction ES&H Certification, conducting hazard analyses, ensuring job site orientations, and implementing waste disposal and recycling practices. The requirements mandate the use of personal protective equipment, training for subcontractor personnel, and procedures for reporting and investigating incidents. Furthermore, the document highlights the necessity of obtaining the correct permits before initiating work activities, particularly for excavation, electrical work, and those involving hazardous materials. This structured approach ensures that subcontractors implement effective safety measures while adhering to Fermilab's high standards, aiming for zero accidents or environmental impacts during construction activities. Overall, the guidelines represent a commitment to integrated safety and environmental management within the complex scientific environment of Fermilab.
    The document outlines the general methods and requirements for submitting project-related documents under the FRA (Federal Railroad Administration) guidelines. Subcontractors must provide shop drawings, material samples, and operation maintenance manuals for all project materials, with specific submission processes and timelines outlined. The subcontractors are required to submit six copies of operation and maintenance manuals before the completion of the project. As-built drawings are to be maintained daily at the job site, allowing for FRA inspection and marking of modifications. FRA acts as the final authority on the acceptance of submittals and requires prompt approval or feedback within 10 working days following submission. Proposed material substitutions must include detailed comparisons to specified products, with any necessary adjustments at no cost to FRA. The document serves as a crucial guide for subcontractors to ensure compliance with FRA requirements during construction projects, thereby promoting quality and adherence to specified regulations.
    The document outlines a firm fixed price subcontract between Fermi Research Alliance LLC and a subcontractor for the construction of Daycare Center Crawl Space Supports at the Fermi National Accelerator Laboratory in Batavia, Illinois. The subcontract delineates the scope of work, expectations for performance, payment terms, and reporting requirements. Key points include the provision of supervision, labor, and materials by the subcontractor, with acceptance based on high professional standards. Payment schedules involve monthly progress payments, with specified retention percentages until project completion. Additionally, the subcontract emphasizes the importance of submitting proper invoices and outlines conditions under which payments may be withheld. The document also includes provisions for important communications, closeout processes, and the necessity of key personnel under this agreement. Various incorporated documents serve as references for construction standards and compliance. Overall, this subcontract serves as a structured agreement ensuring accountability, quality, and adherence to government regulations within the context of federal contracts.
    The document outlines the General Decision Number IL20240008, effective from February 23, 2024, for construction projects in several Illinois counties, including Du Page, Kane, and McHenry. It details wage rates mandated under the Davis-Bacon Act and specifies requirements under Executive Orders 14026 and 13658, which establish minimum wage rates for federal contractors. For contracts starting or renewing on or after January 30, 2022, the minimum wage is $17.20 per hour, while older contracts must pay at least $12.90 per hour. The document enumerates various classifications of workers—from Asbestos Workers to Electricians—providing their respective wage rates and fringe benefits. It also emphasizes the need for contractors to comply with worker protections and to submit classification requests when necessary. The purpose of this document is to guide federal contractors and local governments in adhering to prevailing wage laws, ensuring fair compensation for labor in construction projects funded by government contracts. This aligns with regulatory frameworks governing federal grants and state/local RFPs.
    The Fermi Research Alliance, LLC, has released a Request for Proposal (RFP) identified as ISD-354053-RK, dated April 24, 2024. This RFP seeks proposals for "Time and Material Facilities Condition Assessments," with a submission deadline of June 10, 2024, at 3:00 P.M. Central Time. Interested bidders must submit a completed offer form, including their total firm fixed price, bid guarantees, and partner information, to Richard Konan via specified channels, including FRA Oracle Cloud Service. The offer is valid for 90 calendar days post-opening unless otherwise stated, with payments due net 30 days. The document incorporates Subcontractor Annual Representations & Certifications (SARC) as part of the contractual obligations. This RFP demonstrates FRA's commitment to evaluating and maintaining its facilities through a structured bidding process, ensuring compliance with financial and operational protocols.
    The document outlines a construction project for the replacement of crawl space supports at a daycare center located at Fermilab. Key activities include the removal and replacement of existing crawl space jack posts, demolition of concrete footings, and installation of new concrete footings as delineated in the provided engineering drawings. The subcontractor is required to verify dimensions prior to work, coordinate operations with daycare staff, and ensure proper alignment and safety protocols during the construction phase. Shoring methods must be implemented to support the ground floor during demolition, adhering to specified load requirements. Concrete specifications and materials are outlined, mandating compliant mixtures and proper curing processes. The detailed drawings also include existing conditions and planned modifications, emphasizing the importance of safety measures. This project adheres to strict regulatory standards, aiming to enhance structural integrity while facilitating a safe environment for daycare operations.
    The FRA Quality Requirements document outlines the responsibilities of subcontractors regarding quality control for construction projects, specifically focusing on compliance with subcontract documents. It necessitates the development and submission of a Corporate Quality Assurance Plan and a Project Quality Control (PQC) Plan for review within specified timeframes. The PQC Plan must delineate roles, responsibilities, procedures, and control measures for quality assurance across all operations, including those by sub-tier contractors. Key personnel, particularly the Project Quality Control Manager, are responsible for ensuring plan implementation and maintaining quality records. Acceptance of the PQC Plan is a prerequisite for the Notice to Proceed, with FRA retaining the authority to request modifications if necessary. The document also includes appendices that provide detailed guidance for the preparation of both corporate and project-specific quality plans, covering elements like document control, nonconformance handling, and continuous improvement. This structured approach ensures quality assurance is integrated into project execution, supporting the overarching goals of effective governance and compliance within federal and local RFP frameworks.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fermilab - Removal and replacement of roofing systems
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the removal and replacement of roofing systems at the Site 40 Low Level Waste Handling Building in Batavia, Illinois. The project involves comprehensive work, including the complete tear-off of existing roofing down to the decking, installation of new SBS Asphalt roofing systems, and the relocation of existing roof equipment, all while adhering to strict safety and environmental standards. This procurement is critical for maintaining the integrity and functionality of Fermilab's infrastructure, ensuring compliance with federal regulations, including the Davis-Bacon Act for labor wages. Proposals are due by November 15, 2024, and interested contractors should contact Richard Konan at rkonan@fnal.gov for further details.
    Fermilab LBNF NSCF Construction - Near Detector Complex RFP
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance (FRA), is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Near Detector Complex in Batavia, Illinois. The selected subcontractor will be responsible for comprehensive construction services, including the development of a service building, shafts, a detector cavern, and site improvements, all under a Firm Fixed Price contract. This project is critical for advancing neutrino physics research, necessitating adherence to high standards of safety, quality, and environmental compliance throughout the construction process. Proposals are due by December 13, 2024, with a mandatory pre-proposal conference scheduled for July 10, 2024; interested parties should direct inquiries to Brian Quinn at bquinn@fnal.gov or Craig Schmitz at schmitzc@fnal.gov.
    Fermilab LBNF NSCF Construction - Beamline Complex RFP
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance (FRA), is soliciting proposals for the construction of the Long-Baseline Neutrino Facility (LBNF) Beamline Complex in Batavia, Illinois. The project aims to select a subcontractor to provide comprehensive construction services, including labor, materials, and site infrastructure necessary for the Beamline Complex, which supports significant neutrino physics research. This initiative is crucial for advancing scientific infrastructure and enhancing capabilities in fundamental physics research. Interested contractors must attend a mandatory Pre-Proposal Conference on July 11, 2024, and submit their proposals by December 18, 2024. For further inquiries, contact Brian Quinn at bquinn@fnal.gov or 630-840-5777.
    ISD-341872-DH - Renovations of Fermilab’s Dorm 4 in “The Village”
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi Research Alliance, LLC, is soliciting proposals for the renovation of Dorm 4 in "The Village" at Fermilab, under the reference number ISD-341872-DH. The project entails comprehensive upgrades, including the installation of new ceilings, lighting, flooring, and fixtures, as well as necessary asbestos and mold abatement, all while adhering to the Davis-Bacon Act wage standards. This renovation is crucial for maintaining the facility's operational standards and enhancing the living conditions for its occupants. Proposals are due by October 23, 2024, with a mandatory site visit scheduled for October 4, 2024. Interested contractors should direct inquiries to Procurement Specialist Dustin Hansrote at hansrote@fnal.gov.
    C0 Service Building Renovation
    Active
    Energy, Department Of
    The Department of Energy, through Fermi Research Alliance LLC, is soliciting proposals for the renovation of the C0 Service Building located in Batavia, Illinois, with a focus on small businesses in the finish carpentry sector. The project entails significant upgrades, including the replacement of doors and windows with ENERGY STAR certified options, re-epoxying concrete flooring, and restroom renovations, all aimed at preparing the facility for a new tenant. This renovation is crucial for maintaining compliance with federal energy efficiency standards and ensuring a safe and functional environment for future occupants. Interested contractors must submit their proposals by October 30, 2024, with a pre-proposal meeting scheduled for October 10, 2024; inquiries can be directed to Danielle Amico at damico@fnal.gov.
    PIP II Strut Assemblies
    Active
    Energy, Department Of
    The Department of Energy, specifically Fermilab, is seeking proposals for the procurement of PIP II Strut Assemblies, a critical component for ongoing projects. The solicitation aims to identify qualified vendors capable of manufacturing these assemblies, which play a vital role in experimental development and general science and technology research. The place of performance for this contract will be in Batavia, Illinois, and interested parties can reach out to Sharon Duchaj at sduchaj@fnal.gov or by phone at 630-840-8693 for further details. The timeline for submissions and additional requirements will be outlined in the forthcoming documents associated with the solicitation.
    DWS Loop Feed
    Active
    Energy, Department Of
    The Department of Energy, specifically Fermilab, is seeking qualified contractors for the DWS Loop Feed project, which involves the removal and installation of various water and sewer infrastructure components in Batavia, Illinois. The project scope includes the removal of DI DWS pipe and HDPE storm sewer, as well as the installation of PVC C900 pipe, storm sewer, DWS valves, valve boxes, valve vaults, and a flushing hydrant, along with landscape restoration. This procurement is designated as a Total Small Business Set-Aside and will follow a Lowest Price Technically Acceptable evaluation process, with key deadlines including a pre-proposal meeting on October 9, 2024, and proposal submissions due by October 25, 2024. Interested parties can contact Robert Ropos at rropos@fnal.gov or by phone at 630-840-5249 for further information.
    RFP-362658-CMR
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory, is soliciting proposals for the procurement of various technical items, including turbo drives and related components, under the Request for Proposal (RFP-362658-CMR). Interested firms are required to submit firm-fixed price proposals by 4 pm CT on October 10, 2024, with all submissions directed to Procurement Specialist Crystal Momon-Reed via email. The procurement process will utilize a best value source selection approach, emphasizing the lowest price of technically acceptable proposals, and all items will be shipped to the Fermilab Receiving Warehouse in Batavia, Illinois. For further details, including compliance requirements and general terms applicable to the contract, interested parties can contact Crystal Momon-Reed at cmomreed@fnal.gov.
    Request for Proposal - UIP-KRS-358655-JK
    Active
    Energy, Department Of
    The Department of Energy, specifically the Fermilab - DOE Contractor, is soliciting proposals for the procurement of a 345 KV Dead Tank Circuit Breaker and associated protective devices. The selected subcontractor will be responsible for providing all necessary labor, materials, tools, equipment, and supervision to ensure the safe and efficient operation of the circuit breaker, adhering to specified quality management plans and acceptance criteria. This procurement is critical for maintaining the operational integrity of electrical systems, emphasizing the importance of reliable circuit breakers in energy infrastructure. Interested offerors must submit their proposals by the new deadline of October 10, 2024, and acknowledge any amendments via email to Jerry King at jking@fnal.gov.
    RFP#361279KMW - Neutron Detector Beam Loss Monitors
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is seeking proposals for the procurement of Neutron Detector Beam Loss Monitors (RFP361279KMW) to be utilized in the PIP-II superconducting H- linear accelerator. The project requires the design and fabrication of neutron detectors that meet specific technical requirements, including a photomultiplier/scintillator-based design and precise measurement capabilities for neutron flux. This procurement is critical for enhancing the operational efficiency of the accelerator, which plays a significant role in advancing scientific research. Interested contractors must submit their proposals by October 10, 2024, at 6:00 pm CT, and can direct inquiries to Procurement Specialist Kody M. Whittington at kwhittin@fnal.gov or by phone at 630-840-6898.