Fermilab - Fabrication of Tunnel Transfer Line Control Valves
ID: 368534-RKType: Solicitation
Overview

Buyer

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

NAICS

Industrial Valve Manufacturing (332911)

PSC

QUALITY CONTROL- VALVES (H148)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The PIP-II Cryogenic Distribution System (CDS) specification pertain to the procurement of cryogenic control valves for the Tunnel Transfer Line (TTL) at Fermi National Accelerator Laboratory (FERMILAB), designed to support the new Proton Improvement Plan II accelerator. These valves are essential for the operation of superconducting radio frequency (SRF) cryomodules, transporting cryogenic helium effectively. The document outlines requirements for valve specifications including technical performance, manufacturing standards, testing protocols, and quality assurance compliant with relevant codes such as ASME B31.3. Key aspects include valve construction details, heat leak performance, leak tightness standards, and operational requirements tailored for environments with extreme temperatures. Vendors are expected to provide valves meeting stringent service experience qualifications, particularly for low-temperature helium applications and high-radiation environments, along with proper documentation and delivery schedules. Conclusively, the specification emphasizes the technical and quality assurance benchmarks necessary for any vendor aiming to participate in the bidding process for this federal RFP, ensuring the valves provided will meet both performance and safety standards essential for the PIP-II project.
    This document outlines the minimum requirements for an Offeror responding to a Request for Proposal (RFP) targeting the provision of control valves for particle accelerator systems. Offerors must confirm their compliance to various technical specifications and provide specific details about their prior experience. Key requirements include: demonstrated service experience for valves in radiation environments, provision of 2 Kelvin helium service valves for at least 15 years, and provision of cryogenic valves for two relevant particle accelerator systems in the past decade. Additionally, Offerors are expected to utilize Siemens SIPART PS2 positioners and confirm their ability to meet specified delivery schedules. Non-compliance in any area, reflected by failing to check boxes or provide necessary details, may lead to disqualification from the bidding process. This document emphasizes the importance of meeting stringent technical and historical performance criteria for potential bidders in a highly specialized field, reflecting the rigorous requirements of government procurement processes for scientific and technical applications.
    The document presents the General Terms and Conditions for Supplies by the Fermi Forward Discovery Group, LLC (FFDG), which governs the procurement of supplies under a subcontract related to the operation of the Fermi National Accelerator Laboratory. Key clauses include general provisions, payment terms, inspection requirements, and changes/modifications to the subcontract. Notably, it emphasizes the independent contractor status of the subcontractor and details on indemnification, liability, and warranties. The subcontractor must ensure compliance with all applicable laws and maintain necessary licenses. Changes to the scope of work can occur through written change orders from FFDG, and the subcontractor must provide detailed proposals for any modifications. The document highlights safety and environmental responsibility, mandating the subcontractor to minimize risks and adhere to health and safety regulations. Additionally, it specifies insurance requirements and outlines provisions for handling disputes, particularly through negotiation and mediation. The terms reflect compliance with federal regulations including specific clauses from the FAR and DEAR, indicating its alignment with government procurement standards. Overall, this RFP and associated terms aim to ensure a formal framework for supply acquisition while protecting the interests of both FFDG and the U.S. government.
    The document outlines the requirements for small business subcontracting plans under federal contracts, particularly for subcontractors working with the Federal Railroad Administration (FRA). It emphasizes the need for subcontractors to develop and negotiate plans that include precise subcontracting goals for various categories of small businesses, such as veteran-owned, HUBZone, and women-owned firms. Key elements include defining roles, establishing dollar values for planned sub-subcontracting, and ensuring equitable opportunities for small businesses to participate in subcontracting. Subcontractors are required to submit individual or commercial plans, maintain detailed records of outreach and awards, and report on their subcontracting achievements using the Electronic Subcontracting Reporting System (eSRS). Compliance with these guidelines is critical, as failure to adhere may result in ineligibility for contract awards. The document emphasizes promoting inclusion of diverse business entities in federal procurement, demonstrating a commitment to economic empowerment through government contracts while ensuring a level playing field for all participants.
    The Subcontractor Annual Representations & Certifications (SARC) form, issued by Fermi Research Alliance, LLC, is a crucial document for subcontractors seeking to comply with federal procurement requirements. It necessitates the provision of essential business information, including ownership status, accounting system compliance, and executive compensation details, which are critical for contracting with the U.S. government. Key sections include ownership classification, business structure, responsibility criteria, and certifications related to export/import laws and affirmative action. The form mandates that all stated information be accurate, with updates required for any status changes within a specified timeframe. It also emphasizes adherence to federal regulations regarding employment eligibility verification and limitations on subcontracting costs. By delineating these requirements, the SARC form aims to ensure that subcontractors meet compliance standards for federal grants and contracts while safeguarding the confidentiality of sensitive information. Thus, it serves as a significant tool in maintaining the integrity of government procurement processes.
    The Proposal Certifications document (PUR-466) outlines the compliance requirements for offerors submitting proposals for federal contracts through the Fermi Research Alliance, LLC. It includes necessary certifications based on proposal values, emphasizing export compliance, Buy American preferences, rights to proposal data, and various regulations relevant to government contracts. Key sections address the need for disclosures regarding export-controlled items, adherence to Buy American guidelines, patent rights, and federal lobbying regulations. Offerors must also certify their independence in pricing, responsibilities regarding ethical conduct, and compliance with labor laws. The document specifies thresholds for additional certifications based on proposal amounts, ensuring that contractors meet legal and regulatory criteria. The detailed instructions aim to maintain fairness in competition and ensure accountability in federal procurement processes, reflecting a commitment to transparency and adherence to federal standards.
    The document pertains to a request for pricing information related to the procurement of control valves for Tunnel Transfer Lines, as specified in ED0042030, Section 4.5. It outlines a table for vendors to fill in key information: the valve sizes, costs for spare bullets and spare seals/seats, and lead times for delivery after purchase order approval. The valve sizes listed include various dimensions ranging from ½ inch to 2 ½ inches, indicating the requirements for potential bidders to submit detailed cost estimates and timelines. This document is part of a broader federal RFP process aimed at securing vital components for infrastructure projects, thus ensuring compliance and functionality when managing transfer line controls. The information provided by vendors will facilitate governmental decision-making in terms of budget allocations and supplier selection for the project.
    The Request for Proposal (RFP) #368534-RK seeks submissions for the fabrication of Tunnel Transfer Line Control Valves. The Fermi Forward Discovery Group (FFDG) invites qualified offerors to submit technical and business proposals by May 19, 2025, adhering to specific submission guidelines. The RFP outlines requirements including NAICS code (332911 - Industrial Valve Manufacturing) and emphasizes the need for a small business subcontracting plan if the awardee does not meet small business criteria. Offerors must detail their technical capabilities, delivery timelines, management plans, and past experiences with similar projects, ensuring adherence to quality control and safety standards. Proposals are evaluated based on technical merit, delivery commitments, management controls, and previous experiences, with pricing submitted on a specified form. Terms such as delivery obligations, tariff responsibilities, and the prohibition of direct contact with FFDG personnel during the proposal period are included. This procurement process showcases FFDG’s commitment to ensuring quality and compliance in manufacturing, underscoring the importance of competitive, value-based contracting in government initiatives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    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.
    Vacuum gate valve & Pendulum valve or its equivalent
    Energy, Department Of
    The Department of Energy, through the Brookhaven National Laboratory (BNL), is seeking quotes for vacuum gate valves and pendulum valves or equivalent products. Vendors are required to provide an "All Inclusive" Firm Fixed Price (FFP) quote that includes all costs associated with delivery, including freight, tariffs, and handling fees, as BNL will not accommodate separate line items for these expenses. The procurement is critical for laboratory operations, emphasizing the need for high-quality analytical laboratory instruments that meet specific performance standards. Interested vendors must ensure they are registered in the System for Award Management (SAM) and provide necessary documentation, including a published price list or equivalent pricing evidence, by contacting Beth Gilman at gilman@bnl.gov or 631-344-4144. The deadline for submissions is not specified, but timely registration and compliance with the outlined requirements are essential for consideration.
    Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the installation of 15KV electrical cables as part of the Main Ring Electrical P-F3 to P-F4 project (FESS Project 3-7-103B) in Batavia, Illinois. The selected subcontractor will be responsible for providing all necessary labor, materials, equipment, and oversight to complete the installation of approximately 15,000 feet of 15KV medium voltage power cables and associated communication cables, adhering to strict safety and quality standards. This project is critical for enhancing the electrical infrastructure at Fermilab, ensuring reliable power distribution for ongoing scientific research. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Chris Daley at cdaley@fnal.gov for further information.
    M1/M3 Flexure Systems and Vacuum Chambers
    Energy, Department Of
    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. The procurement encompasses five flexure systems, two transport yokes, four vacuum chambers, and various subassemblies, with a focus on precision engineering and UHV compatibility for advanced scientific instrumentation. This project is critical for enhancing the capabilities of the ALS-U beamlines, which are essential for cutting-edge research in materials science and other fields. Proposals are due by January 12, 2026, with a pre-proposal conference scheduled for November 21, 2025, and interested parties should direct inquiries to Martha Grausz at mggrausz@lbl.gov or by phone at 510-486-6618.
    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.
    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.
    Request for Proposal PR418462 Solenoid Magnets - FY26
    Energy, Department Of
    The Department of Energy, through UT-Battelle, LLC, is soliciting proposals for the delivery of ten (10) Solenoid Stack Assemblies to support a funded project at the Oak Ridge National Laboratory (ORNL) in Tennessee. The procurement aims to acquire these assemblies based on specified technical requirements and cost-effectiveness, with detailed specifications provided in the associated documents. The Solenoid Stack Assemblies are critical components for various applications within the laboratory's research initiatives. Proposals are due by December 17, 2025, and interested parties should direct inquiries to the primary contact, Kevin Nelson, at nelsonkr@ornl.gov or by phone at 865-341-3520.