Magnetic Tape Library
ID: CR-367706Type: Solicitation
Overview

Buyer

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

NAICS

Computer Storage Device Manufacturing (334112)

PSC

IT AND TELECOM - OTHER DATA CENTER FACILITIES PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7C21)
Timeline
    Description

    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for a Magnetic Tape Library to enhance its data storage capabilities for scientific programs. The procurement aims to acquire a next-generation tape storage solution with a minimum native capacity of 225 petabytes (PB) and the ability to support up to 40 tape drives, ensuring high availability and compliance with operational requirements. This advanced technology is critical for managing large volumes of scientific data, particularly as Fermilab transitions to the CERN Tape Archive system. Interested vendors must submit their technical and cost proposals electronically by April 28, 2025, with a contract award anticipated by July 7, 2025. For inquiries, contact Chris Rossman at crossman@fnal.gov or call 630-840-5355.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the insurance requirements for subcontractors involved in onsite non-professional services at the Fermi National Accelerator Laboratory. It mandates that subcontractors obtain and maintain specific insurance coverages, including general liability, automobile liability, workers’ compensation, and excess/umbrella liability, with defined limits based on the subcontract value. Additional coverages may include aircraft liability and builder’s risk insurance, among others. The document emphasizes the need for Fermi Forward Discovery Group, LLC, and other entities to be named as additional insureds on policies. It requires timely evidence of insurance compliance and specifies that subcontractors are responsible for ensuring that any sub-subcontractors also meet these insurance standards. Furthermore, it includes indemnification clauses holding the subcontractor accountable for any insurance-related failures. This structured approach is critical for mitigating risks associated with federally funded projects and ensuring compliance with relevant regulations.
    This document is an amendment to Solicitation No. CR-367706, issued by the Fermi National Accelerator Laboratory. The amendment, dated April 28, 2025, extends the opening date of the bidding process to May 2, 2025, for the project's procurement of a Magnetic Tape Library. Bidders are required to acknowledge this amendment via email and may modify previously submitted bids if they reference the solicitation and amendment number before the opening date. All other terms and conditions of the original solicitation remain unchanged. The amendment aims to provide clarity on the process and extend the timeframe for potential bidders, ensuring compliance and proper procedure in the procurement process.
    Fermi Forward Discovery Group, LLC (FFDG) is issuing a request for proposals (RFP) for a next-generation tape storage library to support the Fermi National Accelerator Laboratory (Fermilab). The library, termed the “225 PB+ library,” must have a minimum native capacity of 225 PB, equipped with 20 tape drives, with scalability to 40 drives. The objectives include ensuring high availability of critical components, compliance with specified operational requirements, and compatibility with VESDA detectors. The scope of work includes installation, functionality testing, and criteria for acceptance based on performance metrics. Current infrastructure includes IBM and Spectra Logic libraries, transitioning to the CERN Tape Archive (CTA) system, which necessitates seamless integration of the new library. The proposal underlines a commitment to enhancing Fermilab’s tape storage capabilities, accommodating existing data workflows and ensuring continuous support for future scientific experiments. This project reflects a strategic initiative aimed at maintaining technological advancements in high-energy physics data management.
    The document outlines the requirements for a Magnetic Tape Library, as specified in RFP CR-313469. The primary objective is to install a tape library at the Grid Computing Center (GCC), ensuring it meets various implementation, product, reliability, and organizational standards. Essential specifications include support for VESDA detectors, compliance with UL or equivalent standards, and a minimum native storage capacity of 225 PB with 20 tape drives, expandable to 40. Installation must consider GCC's structural and cable routing specifications, including door dimensions for equipment transport. The library requires a 208V power supply with redundant capabilities, automatic failover, and support for at least 5000 daily mounts/dismounts. It should facilitate tape management via a minimum of 50 I/O ports, support programmatic control for automated tasks, and provide maintenance provisions for both mission-critical and non-mission-critical components. Overall, the document offers a comprehensive framework for vendors to ensure the proposed tape library meets stringent operational and technical requirements while aligning with government standards and procedures.
    The Fermi Forward Discovery Group, LLC (FFDG) is soliciting proposals for a Firm-Fixed-Price subcontract to supply a Magnetic Tape Library, emphasizing a broad range of potential solutions. Proposals should meet a minimum capacity of 225 PB and may consider alternative connections, including Ethernet and SAS. Submissions must contain separate Technical and Cost Proposals, adhering to specific formats outlined in the RFP, with attention to a complete Proposal Package including various required attachments. FFDG will evaluate these proposals using a Tradeoff method, focusing on both cost and technical factors to assess overall value. Technical Proposals will be rated based on solution capability, compliance, vendor capability, and past performance, wherein a higher cost may be justified by greater technical advantages. The evaluation emphasizes detailed responses to outlined needs and a clear project schedule. Cost Proposals must be presented confidentially, detailing fixed costs for storage and maintenance, which will be examined independently from technical aspects. Financial documentation is required to confirm the vendors' capability to fulfill contract obligations. The timeline for the RFP process includes proposal submissions due April 28, with evaluations concluding by June 13, targeting a contract award by July 7, 2025, and a project start date soon after. This solicitation reflects FFDG's commitment to enhancing its storage capabilities while ensuring value and efficiency in the procurement process.
    The document is a Vendor Response Template for a Request for Proposal (RFP) related to the procurement of a Magnetic Tape Library. It outlines the requirements for vendors to detail their management approach, hardware specifications, high availability features, and additional software/hardware necessary for library operations. Vendors must provide company information, product roadmaps, warranties, and references from similar installations. The technical specifications section requires detailed descriptions of the tape library’s model, capacity, components, and environmental requirements, such as cooling demands and space specifications. Additionally, it outlines the installation protocols for fire detection systems and documentation on system requirements and user interfaces necessary for library management. This meticulous detailing is essential to fulfill operational needs while ensuring compliance with safety and performance standards. The RFP serves as a critical tool for governmental agencies to identify and select qualified vendors for advanced data storage solutions tailored to scientific data management.
    The document outlines the cost proposal requirements for a Magnetic Tape Library, specifically a 225 PB+ solution. Vendors are instructed to provide detailed pricing for shipping, installation, setup, and configuration of the library, including 20 tape drives and additional components, along with itemized costs for extra tape drives and media options. Annual maintenance costs must also be detailed for a base term of one year plus four option years, with specifications for both the tape library and the optional drives. Additionally, vendors are invited to submit proposals for any extra items or options related to software, hardware, or configurations beyond the specified requirements. This request for proposal (RFP) is part of the federal government's initiative to procure advanced technology solutions to enhance data storage capabilities, emphasizing the critical nature of accurate and competitive pricing. Compliance with these stipulations is essential for successful bid submission.
    The document outlines the Environment, Safety, and Health (ES&H) requirements for subcontractors working at the Fermi National Accelerator Laboratory (Fermilab). It establishes protocols for coordinating work with designated contacts and emphasizes the need for compliance with federal regulations, including the Department of Energy (DOE) safety mandates. Subcontractors are responsible for ensuring a safe work environment, adhering to training requirements, and providing necessary documentation, such as the ES&H Program Certificate. Key sections cover the scope of work, reporting and training requirements, and various safety protocols related to hazardous materials, confined spaces, and environmental protection. The document details mandatory training, emergency response protocols, and the procedures for managing hazardous waste. It emphasizes the importance of regular inspections and maintaining safety and health records, highlighting specific roles such as the Point of Contact and Service Coordinator responsible for overseeing subcontractor compliance. Overall, this document serves as a critical framework for managing worker safety and environmental health at Fermilab, ensuring that subcontractors operate in alignment with established safety standards and regulations throughout their engagement.
    The Fermi Forward Discovery Group's General Terms and Conditions outline contractual obligations for commercial products and services under subcontracting agreements. Key provisions detail definitions, the scope of subcontracting, payment terms, acceptance criteria, and performance standards. The subcontractor operates as an independent entity without obligation to FFDG or the government, and any assignment of the subcontract requires prior written consent from FFDG. Indemnification clauses hold the subcontractor responsible for any claims arising from their activities. Inspection rights allow FFDG to verify compliance with specifications, while warranty agreements ensure products meet quality standards. The document also addresses liability limitations, termination clauses, and applicable laws, emphasizing compliance with federal, state, and local regulations. Dispute resolution processes are described, prioritizing negotiation and potential arbitration. Finally, the provisions include guidelines for safety, environmental considerations, and insurance requirements. These terms are critical for ensuring clarity in subcontractors' responsibilities, promoting compliance with government regulations and standards in RFPs and grants, and protecting FFDG from liabilities associated with noncompliance or failures in contract execution.
    The Proposal Certifications document (PUR-466) outlines requirements for offerors submitting proposals to Fermi Research Alliance, LLC, emphasizing various certifications and compliance factors based on proposal value. For proposals of $10,000 or more, offerors must provide export compliance information and confirm adherence to the Buy American Act, ensuring only domestic construction materials are used, barring specific exemptions. Proposals exceeding $150,000 require certifications regarding independent pricing and the absence of lobbying influences, while those above $500,000 necessitate certifications for compliance with anti-trafficking measures. The document includes provisions for rights to proposal data, patent rights, and certifications related to tax responsibilities. Overall, this document serves as a critical guideline for bidders, reinforcing compliance with legal and ethical standards in federal contracting processes, enhancing transparency and accountability in governmental procurement.
    The Fermi National Accelerator Laboratory (Fermilab) issued a Request for Proposal (RFP) numbered CR-367706 for a Magnetic Tape Library, aiming to acquire advanced tape storage technology to support its scientific programs. Proposals must include both technical and cost elements and reference various attachments, including a Statement of Work and technical requirements, dated March 5, 2025. Key requirements stipulate that submissions are to be delivered electronically by April 28, 2025, at 4 p.m. CDT. The procurement will be a Firm-Fixed Price subcontract with freight terms set to "Delivered Duty Paid." Questions regarding the RFP are to be directed to Chris Rossman, the Procurement Specialist, by April 24, 2025. Respondents should submit proposals that remain valid for 90 days, as FFDG may award contracts based on initial offers without further negotiation. This was framed within the context of a competitive procurement process, indicating that FFDG holds the right to reject any proposal, particularly if costs exceed established budgets. The RFP reflects Fermilab's ongoing commitment to advancing its research capabilities through innovative technology solutions while adhering to relevant procurement standards.
    The Subcontractor Annual Representations & Certifications (SARC) form from Fermi Forward Discovery Group, LLC is designed for contractors and subcontractors involved in U.S. Government contracts. It requires detailed information about the offeror, including ownership structure, business type, size classifications, executive compensation, and accounting system status. Offerors must certify compliance with various federal regulations, including E-Verify enrollment, export control laws, and affirmative action requirements. The completion of this form is essential for ensuring responsible contracting, verifying business credentials, and maintaining regulatory compliance. Companies are mandated to inform Fermi Forward of any changes in their status or information within 15 days. This document is a formal requirement that facilitates transparency and accountability for subcontractor qualifications in federal contracting, aiding in the management and oversight of federal funds and resources.
    Lifecycle
    Title
    Type
    Magnetic Tape Library
    Currently viewing
    Solicitation
    Similar Opportunities
    HD Coldboxes Fabrication
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the fabrication of two high-density (HD) coldbox structures, with an option for a third unit, to support the Long-Baseline Neutrino Facility/Deep Underground Neutrino Experiment (DUNE-US) project. The procurement involves detailed specifications for stainless steel (SS 304) coldboxes designed to house active detectors for cold testing in cryogenic conditions, with strict adherence to quality control measures and compliance with national standards. Proposals must be submitted by 5 PM Central on December 19, 2025, and should include completed SARC and PUR-466 forms for proposals exceeding $10,000. Interested parties can direct inquiries to Spencer Keske at skeske@fnal.gov.
    Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the installation of 15KV cable between manholes F-3 and F-4 as part of the Main Ring Electrical P-F3 to P-F4 15KV Cable Installation project (FESS Project 3-7-103B) in Batavia, Illinois. The procurement requires a firm fixed price for all labor, materials, transportation, overhead, bonding, safety oversight, and equipment necessary to complete the installation, which includes extensive tasks such as cable pulling, terminations, and splices, as well as the installation of air switches. This project is significant for enhancing the electrical infrastructure at Fermilab, ensuring reliable power distribution for ongoing research activities. Proposals are due by December 11, 2025, at 4:00 PM CT, and interested subcontractors should contact Chris Daley at cdaley@fnal.gov for further details.
    LBNF Liquid Argon LAr Circulation Equipment
    Buyer not available
    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.
    LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation
    Buyer not available
    The Department of Energy, through the SLAC National Accelerator Laboratory operated by Stanford University, is seeking proposals for the LCLS-II-HE High Power Radio Frequency (HPRF) Penetration Installation project. This procurement involves the installation of conduit and waveguide bundles as part of a significant upgrade to the Linac Coherent Light Source II, aimed at enhancing the electron beam energy. The project is critical for advancing research capabilities in particle physics and related fields, with work scheduled to occur during the 2026 Long Down Time period. Proposals must be submitted by December 4, 2025, at 5:00 PM Pacific Time, and interested parties should direct inquiries to Perry Rostrata at rostrata@slac.stanford.edu.
    Pulse cable
    Buyer not available
    The SLAC National Accelerator Laboratory, operated by Stanford University for the Department of Energy, is seeking quotations for the procurement of 1,000 meters of high power triaxial pulse cable. The cable must meet specific technical requirements, including electrical characteristics such as a nominal characteristic impedance of 14 ohms and a maximum pulse duration of 3.7 μS, among other stringent specifications. This procurement is critical for the laboratory's operations, as the pulse cable is essential for various research and development applications in the field of general science and technology. Interested vendors must submit their best and final offers, including price and lead time, by December 20, 2025, to Anthony Chin at anthonyc@slac.stanford.edu, with adherence to the Buy American Act Certification and other specified terms and conditions.
    RFP - Corrective Repair and Preventative Maintenance Overhead Door Services
    Buyer not available
    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.
    Pilatus4 S 2M CdTe 450hz
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is soliciting quotes for the procurement of a Pilatus4 S 2M CdTe 450 Hz module. This advanced analytical laboratory instrument is crucial for high-performance applications in scientific research, particularly in the field of pixel array detectors. Interested vendors must provide a commercially available product that meets specified performance criteria and demonstrate relevant manufacturing experience, with quotes due by December 19, 2025, at 4:00 PM EST. For further inquiries, potential offerors can contact Mark Brock at mbrock@bnl.gov or Jayce Blood at jblood@bnl.gov.
    25-ID KB Mirror System
    Buyer not available
    The Department of Energy, through Argonne National Laboratory, is soliciting proposals for a KB Mirror System intended for the 25-ID-E Beamline, requiring a firm fixed-price proposal in U.S. Dollars. The procurement aims to acquire a highly precise mirror system that meets stringent technical specifications for optical performance, motion control, and vacuum integrity, essential for advanced x-ray applications. Proposals must be submitted electronically by 09:00 AM CST on January 19, 2026, and should include both technical and business sections, adhering to the Best Value Methodology for evaluation. Interested parties can direct inquiries to Jazlyn Mangis at jmangis@anl.gov.
    Request for Information: Supply of Liquid Argon to Long-Baseline Neutrino Facility (Lead, South Dakota)
    Buyer not available
    The Department of Energy, through Fermilab, is seeking information from vendors regarding the supply of significant quantities of Liquid Argon (LAr) for the Long-Baseline Neutrino Facility (LBNF) project in Lead, South Dakota. The procurement aims to secure approximately 797 million standard cubic feet (scf) of LAr for initial neutrino detectors, with an optional supply of an additional 801 million scf for future detectors, totaling around 1.6 billion scf required between Q1 2029 and Q2 2035. This supply is critical for the LBNF/DUNE project, which plays a vital role in advancing neutrino research. Interested vendors should respond to the Request for Information by January 30, 2026, providing details on supply capability, purity, delivery logistics, and cost estimates to Jeremy R. Duncan at jeremyd@fnal.gov.
    Adaptive Storage Platform (ASP-2)
    Buyer not available
    The Department of Energy, through Lawrence Livermore National Security, LLC (LLNS), is seeking sources for preliminary research and planning related to an Adaptive Storage Platform (ASP-2). The procurement aims to identify contractors with significant expertise in compute and storage systems, specifically those experienced with adaptive storage platforms, to supply standard hardware components necessary for various compute and storage systems. This initiative is crucial for enhancing the capabilities of LLNS in managing and utilizing data effectively. Interested contractors are encouraged to submit detailed qualifications and capabilities via email to Minh-Thao Nguyen at nguyen128@llnl.gov.