FEH_Reconfiguration_Phase_1_Project
ID: SLAC_FEH_Phase_1_Sources_Sought_RFP_348213Type: Sources Sought
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFSLAC Natl Accel Lab -DOE ContractorMenlo Park, CA, 94025, USA

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking qualified general contractors for the FEH Reconfiguration Phase 1 Project, which involves a design-build contract for a two-story underground cavern and associated infrastructure in Menlo Park, California. Contractors must meet specific criteria, including a valid General Contractor's license, no debarment history, and prior experience with Department of Energy or Department of Defense facilities, as outlined in the draft Request for Proposal (RFP). This project is critical for enhancing the operational capabilities of the Linac Coherent Light Source (LCLS) facility, ensuring compliance with safety and regulatory standards while minimizing disruption to ongoing laboratory operations. Interested vendors should express their interest by contacting Matt Mezzetta at mezzetta@slac.stanford.edu, with proposals expected to be submitted following the RFP release, which is anticipated to occur soon.

    Point(s) of Contact
    Files
    Title
    Posted
    The SLAC National Accelerator Laboratory has issued Request for Proposal (RFP) 348213 for the FEH Reconfiguration Phase 1 Project. Interested parties are invited to submit proposals by a specified deadline, detailing their capabilities to fulfill the requirements outlined in the accompanying Statement of Work. Proposals must include completed forms and certifications, with an emphasis on adhering to compliance as a federal construction project under the Department of Energy (DOE). Notably, vendors are informed about the Davis-Bacon Act and relevant labor policies. There is no site visit planned for potential bidders, and all inquiries are to be directed to the designated procurement representative by a set date. The RFP emphasizes the necessity for a firm-fixed-price proposal and outlines the importance of confirming intent to submit a response promptly. The document's structure includes essential sections for bid submission and clearly delineates the importance of compliance with federal guidelines. Overall, this document invites contractors to participate in a significant federal project while ensuring adherence to specific legal and procedural standards.
    The document is a draft attachment for the RFI (Request for Information) Log related to RFP #348213, concerning the FEH Reconfiguration Phase 1 Project. The log is intended to track solicitations for clarifications regarding the RFP, documenting inquiries made, their submission dates, references to specific sections of the RFP, and responses provided. The structure includes a series of numbered entries for tracking up to ten requests for information, providing a methodical approach to managing queries from interested parties. This log aims to ensure transparency and clarity in the solicitation process, facilitating communication between vendors and the government during the bidding phase. Its existence underscores the importance of addressing potential concerns to align proposals with project specifications effectively.
    The document outlines a subcontract award from the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. It details a firm fixed-price contract related to the "FEH Reconfiguration Phase 1" project, with offers due on a specified date, which is yet to be entered. The subcontract administrator is identified as Matt Mezzetta, and invoices are to be submitted to the laboratory's accounts payable. The document is structured with various sections including a description of supplied services, negotiated agreements, and appendices addressing terms and conditions alongside instructions for offerors. The Board of Trustees of Stanford University formalizes the acceptance of offers, emphasizing the governing clauses and specifications associated with this procurement. Required signatures from both the seller and SLAC representatives conclude the agreement. This subcontract serves as part of federal procurement processes, ensuring compliance, transparency, and delineation of responsibilities for the project undertaken at SLAC.
    The document outlines the supplies and services section of a federal Request for Proposal (RFP) focusing on supply chain management. It specifies a singular item labeled as "Base Scope FEH Reconfiguration Phase 1," with a quantity of one listed as a lot. The document indicates the total subcontract value and funded amounts without providing specific figures. It also includes administrative details such as a unique entity identification and DUNS number. Payment terms are stipulated as net 30 days unless otherwise noted, and potential discounts related to educational, university, or quantity considerations are mentioned. The overall context suggests a structured approach to procurement processes within government contracts, highlighting the importance of transparency and clear terms in federal funding and contracting frameworks.
    The SLAC National Accelerator Laboratory has outlined a Statement of Work regarding the "FEH Reconfiguration - Phase 1" project, with documents attached to provide essential details for contractor guidance. This includes specifications, drawings, and safety requirements pertinent to the design and construction phases. Specifically, the documentation refers to various architectural and engineering drawings, including those for the Mezzanine HE Instrument Control Room, multiple hutch installations, and safety manuals, all dated from 2008 to 2024. The project emphasizes adherence to SLAC construction safety regulations and outlines necessary specifications in the Project Manual. It serves to reorganize the current physical structures to enhance operational efficiencies while prioritizing safety standards. The comprehensive nature of the provided materials aims to ensure all parties involved understand the project scope and requirements, facilitating effective proposals for future phases of the reconfiguration.
    The FEH Reconfiguration Phase 1 project at SLAC National Accelerator Laboratory aims to enhance the Linac Coherent Light Source (LCLS) facilities through a design-build contract. The project involves relocating control rooms to a new mezzanine within a 26,544 square foot underground area, emphasizing adherence to life safety codes and minimizing operational disruption. Key tasks include detailed engineering design across various disciplines and necessary upgrades to existing systems for functionality and compliance with regulations, including the Americans with Disabilities Act (ADA). The subcontractor must ensure robust quality management, coordinate closely with SLAC for commissioning and safety, and manage site logistics effectively. A detailed project timeline with specific milestones is outlined, with construction anticipated to begin after necessary permits are acquired. The document highlights the project’s complexity and demands stringent adherence to safety standards and quality assurance processes, signifying a commitment to maintaining a high standard of research infrastructure for the DOE’s mission. This project reflects the government's investment in scientific infrastructure to support national and international research communities.
    The Room Data Sheet (RDS) for the FEH Mezzanine HE Instrument Control Room outlines specifications necessary for the reconfiguration of existing control rooms within the LCLS facility. The document details requirements across spatial, utility, environmental, and structural parameters to support the project’s operational needs. The relocation plan includes moving three control rooms from the basement to the mezzanine level, necessitating new installations for monitors, power outlets, lighting, and furniture. Key stakeholders, ranging from facilities coordinators to engineering leads, are defined along with their responsibilities. The document systematically covers various aspects such as building features, mechanical, electrical, and communication requirements, emphasizing safety and operational efficiency. It also requires compliance with acoustic and temperature standards to ensure a conducive work environment. Overall, this RDS serves as a comprehensive guideline for contractors to align with the LCLS’s infrastructural and functional expectations while coordinating with engineering teams for successful project execution. The DRAFT status indicates ongoing revisions before final approval.
    The document appears to comprise preliminary drafts associated with a civil government initiative identified by ID-383-900-21 to ID-383-900-26, indicating a series of requests for proposals (RFPs). Although specific content related to project objectives, activities, or grant details is not included, the documentation suggests a structured approach to federal RFPs and grants aimed at addressing civil matters. This document is essential for potential contractors or organizations seeking to participate in government-funded projects. The draft nature indicates that it may still be subject to revisions and has yet to be finalized, reflecting ongoing preparations for future solicitations within the framework of federal support. Overall, the focus is on ensuring compliant and competitive processes for the allocation of federal and state/local grants and RFPs.
    The Construction Safety Requirements Manual has been crafted to outline essential safety and health standards for prime and sub-tier subcontractors engaged in construction activities at the SLAC National Accelerator Laboratory. Its purpose is to align with SLAC's Injury and Illness Prevention Program (IIPP) and ensure the safety of subcontractor personnel. The document emphasizes a goal of zero incidents and mandates a comprehensive safety program that includes planning, training, and compliance with Cal/OSHA regulations. Key components include detailed roles and responsibilities for subcontractors, compliance requirements with federal and state safety regulations, and procedures for identifying and mitigating hazards. The manual sets forth the necessity of job safety analyses (JSAs), training obligations, and emergency response protocols. Additionally, it underscores the importance of daily planning meetings and adherence to a structured work authorization process to maintain safety on-site. This document serves as a critical framework for managing safety in construction projects, ensuring compliance, and fostering a culture of safety across all subcontractor operations at SLAC. Its provisions will facilitate effective hazard communication and promote a safe working environment while meeting government safety regulations and standards.
    The FEH Reconfiguration project at SLAC National Accelerator Laboratory aims to implement essential modifications and updates to support enhanced functionality and safety. This comprehensive project manual outlines the general requirements, subcontractor responsibilities, and specifications for construction. It specifies procedures for substitution requests, payment procedures, and safety protocols, emphasizing compliance with environmental standards and safety regulations. Key components include detailed project descriptions, coordination of utility outages, environmental procedures, and protocols for addressing construction waste. The subcontractor is required to provide documentation, including schedules, quality control plans, and ongoing updates regarding project progress and financial estimates. Moreover, substantial emphasis is placed on safety management, including training and adherence to safety procedures, with particular attention to minimizing hazards associated with heavy equipment, electrical work, and environmental impacts. The manual outlines the processes for submitting Requests for Information (RFIs) and ensuring that clear communication is maintained throughout the project's execution. Overall, this document highlights SLAC's commitment to maintaining rigorous standards during the construction process, ensuring a successful project execution while prioritizing safety and compliance with the Department of Energy's guidelines.
    The document outlines a Request for Proposals (RFP) focused on federal and state grants aimed at enhancing local community resilience through infrastructure improvements and public services. Key components of the RFP include criteria for submitting proposals, eligibility requirements for applicants, and the timeline for project implementation. The document stresses the importance of aligning proposed projects with federal guidelines and priorities, particularly in areas such as disaster preparedness, sustainability, and community engagement. In addition, it specifies the types of projects that are favored, including those that incorporate innovative technologies and partnerships. The evaluation process for submissions will prioritize projects that demonstrate clear benefits to the community and show a robust plan for financial management and accountability. This RFP reflects a broader governmental initiative to foster local development and strengthen community infrastructure against future challenges.
    The document outlines a draft for government Requests for Proposals (RFPs) and grants relevant to federal, state, and local entities. Its primary purpose is to inform stakeholders about the process and expectations surrounding funding opportunities. Key ideas include the importance of compliance with specified guidelines, the criteria for evaluating proposals, and the necessity for thorough documentation by applicants. The structure emphasizes the sequential steps involved in submitting proposals, detailing eligibility requirements, submission deadlines, and evaluation processes. Additionally, it highlights the significance of community engagement and alignment with governmental priorities to enhance the likelihood of funding approval. Overall, this draft serves as a foundational resource for potential applicants, ensuring clarity regarding the application process and the standards required for successful proposals.
    The government document outlines a Request for Proposals (RFP) focused on funding programs that enhance local infrastructure and community development initiatives. It emphasizes the need for innovative solutions to address challenges in urban planning, transportation, and environmental sustainability. Key objectives include promoting economic growth, improving public services, and enhancing quality of life for residents. The RFP specifies eligibility criteria for applicants, funding limits, and guidelines for proposal submissions. Additionally, it highlights the evaluation process, underlining the importance of measurable outcomes and community engagement in proposed projects. The document encourages collaboration among local governments, nonprofits, and private entities to foster comprehensive development strategies. Overall, this RFP aims to attract diverse proposals that align with federal goals of sustainable community investment, empower local stakeholders, and drive impactful projects that will benefit communities at state and local levels.
    The document, identified as a draft with repeated indications of being unfinished, lacks substantive content needed for a thorough summary. However, it is positioned within the context of federal government Requests for Proposals (RFPs) and grants, likely intended for solicitation of services, funding applications, or program development at local and state levels. Typically, such documents outline objectives, funding availability, eligibility criteria, application guidelines, and proposal evaluation metrics. Without additional context or details, a focused analysis or summary cannot be accurately conveyed. It is essential for such documents to present complete information to ensure stakeholders can understand the opportunities and requirements involved in responding to these government initiatives.
    The document provides electrical single line diagrams for the FEH Substation 999S, located in the LCLS - FAR Experimental Hall. It summarizes key electrical infrastructure components, detailing reference drawings and updates that have occurred over time. The latest revisions and updates are noted, with a specific mention of a consolidation date of September 22, 2023. The diagrams highlight significant components such as gas tanks, beam dumps, and various distribution panels. Additionally, the document outlines the importance of adhering to permissions for the use of these diagrams, as they are proprietary to Stanford University and SLAC. This technical document serves as essential information for ongoing and future electrical planning and implementation at the facility, reflecting federal grant compliance and RFP standards in infrastructure management.
    The document from the SLAC National Accelerator Laboratory outlines the delivery schedule for the Base Scope FEH Reconfiguration Phase 1 project, managed by Stanford University for the U.S. Department of Energy. It specifies a commencement date and indicates that the final completion of the project is expected by August 3, 2025. This concise delivery schedule establishes key timelines for performance under the supply chain management framework, highlighting the federal government's ongoing initiatives in infrastructure and operational improvements within scientific research facilities. The document serves as an official reference point for stakeholders involved in project execution and compliance with federal performance standards.
    The document outlines the General Terms and Conditions related to supply chain management for the SLAC National Accelerator Laboratory, which is operated by Stanford University for the U.S. Department of Energy. It specifies two primary components: the General Terms and Conditions for Fixed Price Construction Subcontracts (March 2024) and the General Terms and Conditions for Fixed Price Design-Build Subcontracts Rider to Fixed Price Construction Subcontracts (August 2022). Both sets of terms aim to establish clear guidelines for subcontracting practices within the context of construction and design-build projects undertaken by the laboratory. This structured approach is intended to promote accountability, compliance with federal standards, and efficiency in procurement processes, reflecting the laboratory's commitment to regulatory adherence and successful project execution. The document is a draft version, signaling ongoing development of these terms for future implementation.
    The document outlines the General Terms and Conditions for Fixed Price Construction Subcontracts, established for managing relationships between the Buyer (Leland Stanford Jr. University/SLAC National Accelerator Laboratory) and Subcontractors in federal government projects. It begins with definitions and an order of precedence for contract documents and establishes that compliance with laws and standards is essential. The Subcontractor is responsible for overseeing work quality, site conditions, and employee qualifications, while the Buyer has the right to monitor performance and charge for extraordinary costs associated with non-compliance. Key requirements include ensuring safety standards, environmental protection, and health compliance throughout construction activities. The document also details permit responsibilities, insurance obligations, and procedures for reporting labor disputes. It emphasizes cooperation among all parties involved, stipulates the necessity of change orders for modifications to work agreements, and mandates the return of Buyer property post-project. Overall, this framework is designed to ensure efficiency, safety, and regulatory adherence in federally funded construction projects.
    The document outlines the General Terms and Conditions for Fixed Price Design-Build Subcontracts, effective August 2022. Its primary purpose is to establish clear guidelines for the management and execution of fixed-price design-build agreements, which encompass both design and construction services. Key components include definitions of essential terms, specifying that the agreement applies exclusively to fixed-price procurements and not to cost-reimbursable contracts. The agreement comprises two main stages—Design Services and Construction Work—each detailing responsibilities and expectations of the Seller, including liability for design defects. Insurance requirements are highlighted, mandating Professional Errors and Omissions Insurance for projects exceeding $25,000, with clear guidelines on coverage limits and necessary endorsements. Furthermore, it emphasizes the importance of site verification and adherence to project design requirements, holding the Seller responsible for accurate execution. Acceptance criteria are also detailed, including the rights of the Buyer to inspect and accept or reject deliverables, with specific timelines for communication regarding non-compliance. Overall, this document serves as a comprehensive framework for ensuring quality, accountability, and risk management in federally funded design-build projects, aligning with the requirements of government RFPs and grants.
    The SLAC National Accelerator Laboratory outlines specific terms and conditions related to supply chain management for contractors and subcontractors. Key provisions include the electronic submission of weekly certified payroll reports using the LCP Tracker, authorized change orders by designated project managers, and a strict management of key personnel, requiring prior notification and approval for any changes. Final project completion is contingent upon meeting several criteria, including project approvals, documentation, and proper functioning of systems. The contractual and technical representatives are designated for oversight and administration of the contract, ensuring that all necessary communications and approvals are directed appropriately. This document emphasizes adherence to labor compliance, meticulous project management, and clear communication channels within government contracts, reflecting the requirements typical of federal and state RFPs.
    The document provides an overview of the attachments related to supply chain management at the SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. It includes a comprehensive list of documents essential for subcontractors, encompassing wage determinations as per the Davis Bacon Act, safety management protocols, and various compliance forms. Key attachments are highlighted, such as the Davis Bacon Wage Determination for California, work planning and control summaries, safety qualification forms, and checklists for final inspections. Each attachment has relevant details including page counts, dates, and purposes, underscoring the laboratory's commitment to safety and regulatory compliance in its subcontracting processes. This structured approach ensures that standards are met throughout the supply chain, crucial for government contracts and grants, reinforcing safe working conditions and adherence to established protocols.
    The document outlines various aspects of government Requests for Proposals (RFPs) and federal grants, emphasizing their role in facilitating funding and project initiation at federal, state, and local levels. It presents critical components such as the application processes, the significance of complying with governmental standards, and the necessity of providing detailed project proposals that align with funding criteria. The structure reveals a comprehensive approach to grant applications, including eligibility requirements, submission guidelines, and review processes. Additionally, the document discusses the importance of transparency and accountability in fund utilization, highlighting expectations from applicants to produce measurable outcomes and adhere to budgetary restrictions. The focus on collaboration among entities, stakeholder engagement, and alignment with governmental objectives showcases the overarching framework guiding these funding opportunities. Ultimately, the document serves as a resource for understanding the complexities associated with federal and state funding initiatives, ensuring that potential applicants are well-informed on navigating the RFP landscape effectively.
    The document outlines the Work Planning and Control (WPC) process for subcontractors at SLAC, emphasizing safety and risk management protocols. The WPC framework includes understanding the work scope, identifying qualified workers, evaluating hazards, and implementing necessary controls to ensure safe work practices. It categorizes different types of work that may require specific safety measures, such as electrical tasks, confined space entry, and hot work. All subcontractors are required to complete pre-job briefings to ensure hazard controls are in place. The Integrated Safety and Environmental Management System (ISEMS) is highlighted as a critical component, promoting continuous improvement in safety processes. Subcontractors must define the scope of work, analyze site hazards, implement hazard controls, perform work accordingly, and provide feedback for future enhancements. The document serves as a guiding resource to uphold safety standards and minimize risks associated with subcontracting work at SLAC, which aligns with the objectives of federal RFPs and grants focused on ensuring safe project environments and compliance with regulatory requirements.
    The document outlines the Injury and Illness Prevention Plan (IIPP) Acknowledgement Form required for subcontractors working at SLAC (Stanford Linear Accelerator Center). This form ensures that subcontractors acknowledge and comply with both the Department of Energy's Worker Safety and Health Program (10 CFR 851) and any additional local or state regulations pertinent to occupational safety. It mandates that prime subcontractors pass these requirements onto sub-tier subcontractors. Each subcontractor must submit the completed form, duly signed by an authorized representative, including information about their compliance and any occupational medicine services required for on-site employees. Notably, subcontractors have the option to adopt SLAC’s IIPP or provide their own, subject to SLAC's approval. The form also inquires if employees will engage in specific medical monitoring programs, necessitating comprehensive occupational health provisions. Overall, this document serves to enhance safety protocols for workers at SLAC, ensuring adherence to stringent health and safety regulations essential for both project execution and worker well-being.
    The document is a compilation of various federal and local government Requests for Proposals (RFPs) and grant opportunities aimed at potential contractors and organizations. The main purpose is to solicit bids for specific projects and services while providing guidelines on eligibility, submission procedures, and detail requirements for funding and project execution. It encompasses a wide range of topics, including infrastructure development, public health initiatives, community services, and environmental sustainability projects. Key points include the emphasis on compliance with federal regulations, the necessity of detailing project methodologies, and the importance of meeting deadlines for proposal submissions. Grant opportunities are aimed at improving public infrastructure and community well-being, with funding aimed at enhancing services and facilities for citizens. The document serves as a critical resource for organizations looking to engage in government contracts, providing clarity on funding mechanisms and project expectations. Overall, it reflects the government's commitment to transparency and efficiency in the procurement process, ultimately striving to boost community development and engage the private sector in public service delivery.
    The document outlines the Statement and Acknowledgment requirements for prime contractors and subcontractors involved in federal contracts. It is designed to ensure compliance with labor standards and safety regulations as mandated by the federal government. Key sections include the identification of prime and subcontractors, details of the contract and subcontract awarded, and inclusion of specific labor-related clauses such as the Contract Work Hours and Safety Standards Act, payrolls, and wage rate requirements. The form also obtains acknowledgments from subcontractors regarding these clauses, reinforcing their obligation to adhere to labor standards. Additionally, it mentions the Paperwork Reduction Act, indicating the estimated time for completing the form and providing contact information for comments on the burden of this information collection. The form is crucial for monitoring compliance with federal regulations in subcontracting scenarios under federal grants and RFPs. It emphasizes accountability in labor practices and safety standards, reflecting the government's commitment to maintaining ethical contracting practices.
    The Subcontractor Safety Qualification Form from SLAC National Accelerator Laboratory outlines the requirements for subcontractors engaging in construction or high-risk service work. Valid for one year, the form must be thoroughly completed by prime subcontractors who must be properly licensed in California. Essential details include the submission of a comprehensive health and safety manual, including elements such as California’s Injury and Illness Prevention Plan, Code of Safe Practices, and relevant safety policies tailored to the types of work proposed. Subcontractors must also provide evidence of project experience, specifically detailing at least three relevant projects, including contract amounts and completion dates. Furthermore, they must report their incident history over the past three years, encompassing OSHA recordable cases, workplace injuries, and any citations received. Documentation confirming the company's workers' compensation experience modification rate and descriptions of any fatalities must accompany the submission. Ultimately, the form aims to ensure subcontractor competency and compliance with safety regulations, thereby protecting workers and the environment while serving SLAC's operational standards. The detailed requirements emphasize accountability and accurate representation of safety practices within the subcontractor's operations.
    The document outlines the Notice to Proceed Submittals related to a Supply Chain Management project, providing essential compliance requirements for subcontractors engaged in construction tasks. Key provisions include obtaining performance and payment bonds, with required amounts varying based on the contract value—$35,000 for bonds, $1,000,000 for professional liability for projects over $25,000, and comprehensive Builder's All Risk Insurance for contracts over $50,000. Additionally, the submission of licenses, permits for subcontractors, and acknowledgment forms for sub-subcontractors is mandatory. An Issue for Construction Set of drawings and a project schedule formatted according to specifications are also needed. The document highlights the SLAC's standards for ensuring effective project management and risk mitigation.
    The document is a release form related to a subcontract for work performed at SLAC National Accelerator Laboratory, a federally funded research facility operated by Stanford University for the U.S. Department of Energy. The contractor (referred to as "Subcontractor") acknowledges receipt of complete payment for services rendered, while simultaneously releasing any claims related to the subcontract. This ensures that Stanford University and the Department of Energy are held harmless from any future claims or liens associated with the completed work. The subcontractor also asserts that all labor and materials have been fully compensated and agrees to indemnify the entities involved against any liabilities. The release confirms that the subcontractor has no further billing related to the project, emphasizing the finality of the payment. This document aligns with standard practices in government contracting, ensuring compliance and financial closure for federally funded projects.
    The document serves as a Final Inspection Report required by SLAC for the release of final payments to subcontractors. It summarizes key aspects of the completed project, including attendance at the final inspection, acceptance of red-line drawings, operational manuals, and the status of badges and keys. Notably, it details the completion of certified payrolls and includes approval of a punch list by various parties involved, ensuring compliance with the subcontract requirements. Finally, it concludes with an acknowledgment section for signatures from key personnel, indicating acceptance of the inspection results. This report is crucial for confirming that all contractual obligations have been met before financial disbursement, showcasing accountability in project management associated with federal grants and contracts.
    This document outlines the instructions for submitting proposals for the FEH Reconfiguration Phase 1 Project. It emphasizes the importance of adherence to specified guidelines, including compliance with the Statement of Work and Engineering Specification Document. Proposals must be valid for ninety days, submitted in searchable PDF format, and directed to the Procurement Specialist, Matt Mezzetta. Key components of the proposal are segregated into two volumes: Volume I contains the technical proposal with a maximum of 100 pages, detailing the technical approach, safety measures, project management, experience, and qualifications of key personnel. Volume II includes price proposals and requires detailed financial documentation. Offerors must register in the appropriate government systems and demonstrate acceptable safety records, financial capacity, and compliance with various regulatory requirements. Additional emphasis is placed on safety protocols and project scheduling. The document supports the goal of selecting qualified contractors while ensuring compliance with federal guidelines and procedures. Overall, it aims to facilitate a structured and competitive procurement process while enhancing project efficiency and safety.
    The document outlines the subcontract award process for supply chain management at SLAC, following federal regulations. It emphasizes a "best value" tradeoff approach, merging technical and financial assessments to identify the offeror that best meets SLAC's requirements, even if at a higher price. Key evaluation factors include technical approach, safety, schedule management, project management, experience, key personnel, and qualifications. Each factor is broken down into specific sub-factors for thorough assessment. A single fixed-price subcontract is anticipated. The evaluation preserves objectivity while allowing for professional judgment. Unrealistic proposals may be rejected, while those with correction potential will be considered. The financial standing of bidders is critical, with assessments of bonding capacity and credit ratings influencing the selection. The evaluation also outlines a process for debriefing unsuccessful offerors to ensure fairness and transparency. This document serves as a guiding framework for prospective contractors in the competitive bidding landscape, ensuring compliance with required standards and fostering a thorough review process that assesses both technical prowess and financial soundness.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    9-Cell SRF Cavities / L2CMRB
    Active
    Energy, Department Of
    The Department of Energy, through the SLAC National Accelerator Laboratory, is soliciting proposals for the fabrication and delivery of up to twenty-eight 1.3 GHz superconducting radiofrequency (SRF) dressed cavities as part of the LCLS-II-HE project. Offerors are required to submit a firm-fixed-price proposal that adheres to the provided Statement of Work and technical specifications, with a qualification phase mandated for suppliers lacking prior experience in producing SRF cavities for this project. This procurement is critical for advancing scientific research in particle acceleration technology, which plays a vital role in various applications, including materials science and biology. Proposals must be submitted electronically in PDF format by October 15, 2024, at 5:00 PM PDT, and interested parties can contact Ryan Hodges at rhodges@slac.stanford.edu or by phone at 650-926-3464 for further information.
    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.
    Procurement of Substation 515 Upgrade Project Equipment Medium Voltage Switchgear for SLAC’s SSRL
    Active
    Energy, Department Of
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking proposals for the procurement of medium voltage switchgear as part of the Substation 515 Upgrade Project. This project aims to enhance the electrical infrastructure supporting the SLAC Synchrotron Radiation Laboratory (SSRL), specifically focusing on the installation of new air-insulated and non-SF6 gas-filled switchgear to replace outdated equipment. The upgrade is critical for maintaining operational efficiency and safety during scientific research operations, with a project completion target set before July 2025. Interested vendors must submit their firm-fixed-price proposals by September 30, 2024, with an extension to October 14, 2024, for clarifications, and should direct inquiries to Lorenza Ladao at lladao@slac.stanford.edu.
    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.
    Pilatus4M Detector
    Active
    Energy, Department Of
    The Department of Energy, specifically the SLAC National Accelerator Laboratory, is inviting proposals for the procurement of a Pilatus4M Detector through a firm-fixed price contract. The objective of this solicitation is to acquire custom computer programming services and laboratory equipment, which are critical for advancing research and development in various scientific fields. Proposals must be submitted by Thursday, October 24, 2024, at 4:00 PM Pacific Time, and should remain valid for 90 days post-submission. Interested parties can direct inquiries to Stephanie Low at stephl@slac.stanford.edu for further information.
    Convex_Flat Mirrors
    Active
    Energy, Department Of
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking proposals from qualified vendors for the supply of convex and flat mirrors as outlined in Request for Proposal (RFP) Number SLAC347872(SL). The procurement requires four convex mirrors and four flat mirrors, with specific coating requirements, including the application of Au coating, while the vendors are not responsible for B4C coating. These mirrors are critical components for laboratory applications, and the procurement process aims to ensure clarity and efficiency in acquiring essential laboratory equipment. Proposals must be submitted by October 7, 2024, at 4 PM PST, and should remain valid for 90 days post-submission; interested parties can contact Stephanie Low at stephl@slac.stanford.edu for further information.
    HiCube 80 Neo, DN 63 CF-F, ACP 15
    Active
    Energy, Department Of
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking a qualified supplier for the HiCube 80 Neo, DN 63 CF-F, ACP 15, a compact pumping station designed for high vacuum applications. This procurement aims to acquire a reliable and robust system that features simple operation with a touch display and remote control capabilities via a web server, essential for various energy research and development activities. The selected supplier must ensure compliance with the specified technical data and quality standards, with the award based on the Lowest Price Technically Acceptable method. Interested parties should submit their quoted price, delivery timelines, and technical compliance statements to Barbara Garcia at barbarag@slac.stanford.edu by the specified deadline, adhering to the terms outlined in the attached documents, including the Buy American Act Certificate and the Terms & Conditions for Fixed Price Commercial Supplies and Services.
    RFP for PNNL Stable Isotope Science and Engineering Laboratory Design/Build Construction
    Active
    Energy, Department Of
    The Department of Energy is soliciting proposals for the design and construction of the PNNL Stable Isotope Science and Engineering Laboratory in Richland, Washington. This competitive Request for Proposal (RFP) seeks qualified contractors to undertake a design/build effort that aligns with federal objectives and local needs, emphasizing the importance of detailed project proposals. The laboratory will serve as a critical facility for research and development in stable isotope science, contributing to advancements in various scientific fields. Interested parties should direct inquiries to Garrett V Hyatt at garrett.hyatt@pnnl.gov or call 509-375-7591 for further details regarding the submission process and requirements.
    Linear Stages
    Active
    Energy, Department Of
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking proposals for the procurement of specialized linear stages and a controller system, essential for high-precision nano positioning applications. The requirements include four linear stages with a piezo-walking drive type, a travel range of 20-30 mm, and two additional stages with a 50-75 mm travel range, all capable of super high precision (<5nm) and specific load capacities. This equipment is critical for advanced research and development in scientific and technological fields, with a focus on ensuring compliance with federal regulations, including the Buy American Act. Interested vendors must submit their quotations, including pricing and lead times, by COB on October 11, 2024, and can direct inquiries to Edward Mezzetta at emezzett@slac.stanford.edu.
    Power probe
    Active
    Energy, Department Of
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking a qualified supplier for a specific elevating power probe (P/N EPP63-609-H-12.7) to be used in their operations. The procurement requires a U.S. domestic end item that features a manual stroke of 609MM (24”) with linear axial motion and an independent lift of 12.7MM (1/2”), fitted with a position lock, emphasizing the importance of domestic sourcing in compliance with the Buy American Act. Interested offerors must ensure they are registered with the System for Award Management (SAM) and submit their proposals, including pricing and delivery details, to Shay Farmer at shayj@slac.stanford.edu, with the contract award based on the lowest acceptable price. The procurement is governed by SLAC's Terms and Conditions for Fixed Price Commercial Supplies and Services, and proposals must be submitted promptly to meet the specified requirements.