This Statement of Work (SoW) outlines the design, fabrication, assembly, factory acceptance tests, and delivery of a Distribution Valve Box (DVB) assembly, referred to as DEVICE, for the Proton Improvement Plan-II (PIP-II) project at Fermi National Accelerator Laboratory (FNAL). The DEVICE is a critical component of the Cryogenic Distribution System (CDS), responsible for feeding and returning cryogenic helium to SRF cryomodules. The subcontractor will be responsible for providing all materials, engineering services, and labor for the DEVICE, ensuring it meets stringent operational requirements, including a 20-year lifespan, resistance to thermal cycling, and minimal heat leak. The SoW details technical specifications for process parameters, heat leak, transient operation, environmental conditions, cryogenic process piping, the DVB warm manifold, internal and external supports, vacuum space, and the high-temperature thermal shield. It also specifies requirements for control valves, pressure relief devices, check valves, solenoid valves, and temperature and pressure measurement. Extensive sections cover interface requirements, fabrication, assembly, installation, applicable codes, materials, design reviews, delivery schedules, quality requirements, acceptance testing, and shipping. The document emphasizes adherence to ASME codes and FNAL approvals throughout the project phases, from bidding to final delivery and installation.
Amendment 01 to Solicitation RFP# 374689-DSF for a Distribution Valve Box project was issued on October 30, 2025. This amendment extends the deadline for question submissions from November 3rd, 2025, to November 5th, 2025. Additionally, it corrects the proposal due date on SAM.GOV from December 21, 2025, to the accurate date of November 21, 2025, aligning it with the RFP documents. Bidders must acknowledge this addendum, and any changes to already submitted bids can be made via telegram or letter before the opening date. All other terms and conditions of the solicitation remain unchanged. For inquiries, Seth Fryar, Procurement Specialist at Fermi National Accelerator Laboratory, can be contacted.
Amendment 02 to RFP# 374689-DSF for a Distribution Valve Box extends the proposal deadline to November 28, 2025. This amendment clarifies several technical specifications and requirements based on bidder questions. Key clarifications include acceptable Cv values for check valves (¾” line size: Cv=7.2 acceptable; 3” line size: Cv=230 preferable), the absence of a specific instrumentation list for solenoid valve EV-0076, and corrections to SOW paragraph 4.18.2. The amendment also defines the scope of vendor responsibility regarding various valves and instruments, provides a legend for the P&I diagram device tags, confirms the quantity and identity of relief devices, and clarifies insulation requirements for valves inside and outside the valve box. Structural sign and seal are required for external anchors, and all relief valves SV-0011 to SV-0061 exhaust into a header. Flow rate information and temperature gradients are provided for analysis, and CV-0063 must be suitable for sealing down to 80K. All other terms and conditions remain unchanged.
The document details a complex system, likely for a scientific or industrial application, involving various gas lines and components such as HTTS, LTTS, 4.5K, 2K, CD, HELIUM LP, and HELIUM HP for both supply and return. Key components include CDS-DVB (DISTRIBUTION VALVE BOX), CDS, and CP, with specific model numbers like M-008, M-007, C-M-0006, C-M-0005, M-009, and M-089. The system incorporates a LP PURIFIER COMPRESSOR and features numbered connections (e.g., F10124028.2 and F10134598.1 with various sub-identifiers). Notes provide crucial design and scope information, including ISO values, definitions for DVB and ITL Insulating Vacuum Safety Valves (SV-00nn), and the need for additional temperature sensors on the shield and top/bottom surfaces. It clearly delineates vendor (CDS-DVB interface) and FNAL (CP or CDS interface) scopes. The LEGEND identifies HELIUM LINES, THERMAL SHIELD AND INTERCEPTS, GUARD GAS CONNECTIONS, and SUB-ATMOSPHERIC VALVES, highlighting the precise engineering and operational considerations for this specialized system. This document is a technical specification for a complex gas handling and distribution system.
The document, identified as REVISION CONTROL DOCUMENT F10251985---RCD, details the DVB LAYOUT, PIPII CDS project for the Fermi National Accelerator Laboratory, a United States Department of Energy facility. This technical drawing, dated August-September 2025, outlines the design and drafting specifications for the PIP-II project. It includes various views (DETAIL A, VIEW B-B, VIEW C-C, SECTION D-D, SECTION E-E) with specific scales, illustrating the layout of the DVB (Diagrammatic Valve Box) and its interfaces. Key components highlighted are the DVB Upper Platform, DVB and Valve Panel Envelopes, Warm Piping Interfaces, and connections to Coldbox M009. The document also specifies minimum clearances, crane hook height, and details various piping interfaces such as HTTS, 4.5K Supply, 2K Return, LTTS Return, and Cooldown Return. Dimensions are based on ASME Y14.5-2009, with drawing units in inches. Notes emphasize that handrails and other platform features are hidden for clarity and that some dimensions are to be verified. This file serves as a critical technical blueprint for the design and construction phases of the PIP-II project.
This document outlines the General Terms and Conditions for Supplies for the Fermi Forward Discovery Group, LLC (FFDG), operating under a U.S. Department of Energy (DOE) prime contract. It defines key terms and establishes the scope of subcontracts for supplies, emphasizing the subcontractor's role as an independent contractor. Key clauses cover payment, inspection, licenses, changes, indemnification, warranty, and handling of suspect/counterfeit parts. The document also addresses termination, dispute resolution, applicable laws (Illinois law where federal law is absent), information release, and notifications. Crucially, it details site access requirements for foreign nationals, environmental, safety, and health (ES&H) compliance, stop-work orders, insurance, and mandates compliance with various Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses, which are incorporated by reference with specific applicability thresholds for subcontract value.
The FL-55 (Rev. 6/23) document outlines the requirements for small business subcontracting plans for federal government subcontracts. It defines various terms like "Alaska Native Corporation," "Commercial item," "Commercial plan," "Electronic Subcontracting Reporting System (eSRS)," "Indian tribe," "Individual contract plan," "Master plan," and "Sub-subcontract." The document mandates that subcontract-offerors submit and negotiate a subcontracting plan addressing sub-subcontracting with small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and women-owned small businesses. Failure to submit and negotiate this plan makes the offeror ineligible for award. The plan must include specific goals, detailed dollar amounts, descriptions of supplies and services, methods for goal development and source identification, and assurances of compliance and reporting. It also specifies record-keeping requirements and the responsibilities of the subcontractor in implementing the plan, including assisting and counseling small businesses. Reporting of subcontracting data is primarily done through the eSRS, with different requirements for individual contract plans and commercial plans. Non-compliance with the plan is considered a material breach of the subcontract.
The Subcontractor Annual Representations & Certifications (SARC) form, issued by Fermi Forward Discovery Group, LLC, ensures subcontractor compliance with federal regulations for U.S. Government contracts. This document requires offerors to provide detailed information on their ownership, operational structure (e.g., U.S. Owned, Corporation, LLC), and business category (Large, Small, Foreign Business, including diversity classifications). It also mandates disclosure of executive compensation under specific revenue thresholds and federal funding conditions. The form assesses the offeror's accounting system, responsibility, compliance with employment eligibility verification (E-Verify), export/import control laws, equal opportunity, affirmative action programs, and limitations on pass-through charges. Subcontractors must certify the accuracy of all statements for a 12-month period and promptly report any changes.
The Fermi Forward Discovery Group, LLC (FFDG) 'Proposal Certifications' document outlines mandatory certifications for offerors based on proposal dollar value. For proposals ≥ $10,000, offerors must provide export/import control information and adhere to the Buy American – Construction Materials clause (FAR 52.225-9), detailing domestic content requirements for various construction materials, including specific percentages for US-mined, produced, or manufactured components. This section also defines terms like 'COTS item,' 'critical component,' and 'domestic construction material,' and outlines conditions for waiving domestic preferences. For proposals ≥ $150,000, certifications include independent price determination (FAR 52.203-2), disclosure regarding payments to influence federal transactions (FAR 52.203-11), responsibility matters (FAR 52.209-5), and employment reports on veterans (FAR 52.222-37), as well as anti-kickback procedures (FAR 52.203-7). Proposals ≥ $550,000 require certifications regarding combating trafficking in persons (FAR 52.222-50 and 52.222-56), particularly if work is performed outside the US and involves non-COTS items. The document also addresses patent rights (DEAR 952.227-11 and 952.227-13) and rights to proposal data (FAR 52.227-23 and 52.227-14), allowing offerors to specify proprietary technical data. Offerors must complete these certifications as part of their proposal submission to FFDG.
This subcontract, titled 'THE PROTON IMPROVEMENT PLAN II PROJECT (PIP-II),' is between Fermi Forward Discovery Group, LLC (FFDG) and a subcontractor. Issued under a prime contract with the U.S. Department of Energy, its purpose is to procure specific goods or services, detailed in Section J, with firm fixed prices and milestone payments. Key sections outline general terms, pricing, scope of work, packaging, inspection, delivery, and subcontract administration, including contact information for FFDG's Procurement Specialist and Technical Representative. The document also addresses government-furnished property, liability, and insurance. It emphasizes compliance with all regulations and directives listed in the Statement of Work and incorporated documents, highlighting the importance of clear communication regarding potential changes and proper invoice submission for payment. The subcontract outlines the hierarchy of documents in case of inconsistency.
This Request for Proposal (RFP) #374689-DSF, issued by Fermi Forward Discovery Group, LLC (FFDG) on October 24, 2025, seeks proposals for a Distribution Valve Box (DVB) assembly for the Fermi National Accelerator Laboratory's (Fermilab) Proton Improvement Plan II (PIP-II) project. The acquisition, under NAICS code 332420 (Metal Tank (Heavy) Manufacturing), is for a firm-fixed-price subcontract. Proposals are due by November 21, 2025, at 2:00 P.M. CST. The evaluation will be a best-value trade-off, with technical factors being more important than price. Offerors must submit a two-part proposal: a Technical Proposal (Part I) covering technical merit, past experience, management control, and delivery schedule, and a Business Management & Price Proposal (Part II) detailing pricing, certifications, and any proposed milestone payments. The successful offeror will provide all labor, materials, tools, equipment, and supervision for fabrication and assembly, adhering to strict specifications and a 50-week delivery timeline.