RFP#366727KMW - APS-TD CRYO IB1 MYCOM 3 Electrical Work
ID: RFP_366727KMWType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for electrical work related to the APS-TD CRYO IB1 MYCOM 3 project under RFP#366727KMW. This opportunity is a total small business set-aside, requiring contractors to provide labor, materials, and equipment necessary for the installation of electrical systems, including a 480VAC three-phase circuit and associated components, while adhering to strict safety and compliance standards such as OSHA regulations and NFPA 70E. Proposals must be submitted by May 9, 2025, with a pre-proposal meeting scheduled for April 30, 2025, at Fermilab in Batavia, Illinois. Interested parties can contact Kody M. Whittington at kwhittin@fnal.gov or by phone at 630-840-6898 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fermi Forward Discovery Group, LLC (FFDG) has issued a Request for Proposal (RFP#366727KMW) for electrical work related to the APS-TD CRYO IB1 MYCOM 3 project. This solicitation is designated as a small business set-aside under NAICS code 236220, which pertains to commercial and institutional building construction. Interested offerors are invited to attend a pre-proposal meeting on April 30, 2025, and must submit their proposals by 5 PM Central Time on May 9, 2025. Proposals should consist of both a technical and business proposal, evaluated on a Lowest Price Technically Acceptable basis. Essential details include compliance with safety regulations (OSHA and NFPA 70E), a bidding guarantee of at least 20%, and adherence to the Davis-Bacon Act for labor standards. The RFP also includes a Buy American requirement for construction materials. Winning contractors must provide payment and performance bonds if the subcontract exceeds certain financial thresholds. The document underscores FFDG’s commitment to excellence and compliance, emphasizing safety protocols and enhancing government contracting opportunities for small businesses.
    The Fermi Forward Discovery Group, LLC (FFDG) has issued a Request for Proposal (RFP#366727KMW) for electrical work related to the APS-TD CRYO IB1 MYCOM 3 project. This solicitation is designated as a small business set-aside under NAICS code 236220, which pertains to commercial and institutional building construction. Interested offerors are invited to attend a pre-proposal meeting on April 30, 2025, and must submit their proposals by 5 PM Central Time on May 9, 2025. Proposals should consist of both a technical and business proposal, evaluated on a Lowest Price Technically Acceptable basis. Essential details include compliance with safety regulations (OSHA and NFPA 70E), a bidding guarantee of at least 20%, and adherence to the Davis-Bacon Act for labor standards. The RFP also includes a Buy American requirement for construction materials. Winning contractors must provide payment and performance bonds if the subcontract exceeds certain financial thresholds. The document underscores FFDG’s commitment to excellence and compliance, emphasizing safety protocols and enhancing government contracting opportunities for small businesses.
    This document is an amendment to solicitation number 366727 for electrical work at the IB1 project issued by the Fermi National Accelerator Laboratory. The amendment date is April 30, 2025, and proposals are due by May 9, 2025. Key updates in this amendment include the incorporation of “Exhibit AB - Summary of Required RFP Submittal Documents_v2,” which contains minor language changes to sections regarding RFP submittals and the Corporate Safety Plan. Bidders are required to acknowledge receipt of this amendment via email. All other terms and conditions remain unchanged. The purpose of this amendment is to ensure clarity and compliance in the proposal process for interested bidders participating in this federal solicitation.
    The document constitutes a Request for Proposal (RFP) No. 366727 for electrical work related to the APS-TD CRYO IB1 MYCOM 3 project. It details the requirements for interested contractors to provide labor, materials, equipment, transportation, and oversight necessary to complete the project as per the specified guidelines and documents. The proposal must include a total cost quoted in both written and numerical forms and remains valid for acceptance for 90 days after the proposal opening date. The document also requires the proposer to include their company name, signature, and the name and title of the signing individual, along with the date of submission. The RFP serves as a formal solicitation for competitive bids, highlighting the government's need for compliance with project specifications and cost transparency in procurement processes.
    The document constitutes a Request for Proposal (RFP) No. 366727 for electrical work related to the APS-TD CRYO IB1 MYCOM 3 project. It details the requirements for interested contractors to provide labor, materials, equipment, transportation, and oversight necessary to complete the project as per the specified guidelines and documents. The proposal must include a total cost quoted in both written and numerical forms and remains valid for acceptance for 90 days after the proposal opening date. The document also requires the proposer to include their company name, signature, and the name and title of the signing individual, along with the date of submission. The RFP serves as a formal solicitation for competitive bids, highlighting the government's need for compliance with project specifications and cost transparency in procurement processes.
    The document outlines the requirements for submitting a technical and business proposal in response to a federal solicitation. The primary focus is on the technical proposal, which necessitates data on the offeror's capabilities, prior relevant experience, and qualified personnel. Specific criteria include compliance with electrical standards (NFPA 70E), OSHA regulations for working at heights, and descriptions of three projects completed in the last decade that match the solicitation in size, scope, and complexity. Key personnel must possess adequate experience and certifications, such as OSHA training. The business proposal must include a firm fixed-price quote, a bid guarantee of at least 20%, and various certifications and forms, including subcontractor representations and safety health certification. Additional documents include a Corporate Safety and Health Plan and proof of insurance. This solicitation emphasizes technical proficiency and adherence to safety and compliance standards, essential for successful bids in government RFP processes. Offerors must demonstrate their ability to execute similar projects while ensuring safety and regulatory conformity.
    The document serves as a guide for offerors responding to a solicitation by FFDG, outlining required components for both technical and business proposals. For the Technical Proposal, offerors must demonstrate compliance with electric work standards (NFPA 70E), OSHA safety during height work, and present past experiences through at least three relevant projects from the last ten years. Key personnel qualifications are detailed, requiring specific industry experience and OSHA training. The Business Proposal requires submission of a firm fixed price, a bid guarantee of at least 20% of the proposal price, and necessary certifications such as the Subcontractor Annual Representations & Certifications (SARC) and proposal certifications (Form PUR-466). Additional documents include safety information, workers' compensation ratings, an insurance certificate compliant with specified construction requirements, and a corporate safety and health plan, if applicable. The purpose of this document is to ensure that offerors provide detailed and compliant proposals that demonstrate their technical capabilities, safety protocols, and compliance with regulatory standards, emphasizing the importance of experienced personnel in executing the required work effectively and safely.
    The document serves as a guide for offerors responding to a solicitation by FFDG, outlining required components for both technical and business proposals. For the Technical Proposal, offerors must demonstrate compliance with electric work standards (NFPA 70E), OSHA safety during height work, and present past experiences through at least three relevant projects from the last ten years. Key personnel qualifications are detailed, requiring specific industry experience and OSHA training. The Business Proposal requires submission of a firm fixed price, a bid guarantee of at least 20% of the proposal price, and necessary certifications such as the Subcontractor Annual Representations & Certifications (SARC) and proposal certifications (Form PUR-466). Additional documents include safety information, workers' compensation ratings, an insurance certificate compliant with specified construction requirements, and a corporate safety and health plan, if applicable. The purpose of this document is to ensure that offerors provide detailed and compliant proposals that demonstrate their technical capabilities, safety protocols, and compliance with regulatory standards, emphasizing the importance of experienced personnel in executing the required work effectively and safely.
    The document provides instructions for registering business visitors participating in a Pre-Proposal Meeting and Site Visit at Fermilab, scheduled for April 30, 2025. Attendees must arrive by 10:00 A.M. to obtain a visitor badge, with two designated entrances (West and East Gates) outlined for access. Affected subcontractors must complete an Access Request form by April 24, 2025, preferably as U.S. citizens, as access approvals depend on citizenship and visit locations. For those without a badge, specific procedures for submitting access requests, completing onboarding, and checking in at the security gate are detailed. Non-U.S. visitors must also engage with an additional approval process and may receive formal invitations for visa purposes. The document also includes helpful tips for filling out the Access Request form, emphasizing the need to provide personal information and the purpose of visits. These protocols aim to facilitate secure and organized access for business activities related to the RFP process at Fermilab.
    The document provides instructions for registering business visitors participating in a Pre-Proposal Meeting and Site Visit at Fermilab, scheduled for April 30, 2025. Attendees must arrive by 10:00 A.M. to obtain a visitor badge, with two designated entrances (West and East Gates) outlined for access. Affected subcontractors must complete an Access Request form by April 24, 2025, preferably as U.S. citizens, as access approvals depend on citizenship and visit locations. For those without a badge, specific procedures for submitting access requests, completing onboarding, and checking in at the security gate are detailed. Non-U.S. visitors must also engage with an additional approval process and may receive formal invitations for visa purposes. The document also includes helpful tips for filling out the Access Request form, emphasizing the need to provide personal information and the purpose of visits. These protocols aim to facilitate secure and organized access for business activities related to the RFP process at Fermilab.
    The document outlines detailed instructions for electrical work at the IB1A building and IB1 Kinney Pump Room. The primary objective is to install new electrical circuits, refurbish existing components, and ensure safety protocols are followed during the process. Key steps include performing a pre-job safety briefing, executing Lock Out/Tag Out (LOTO) procedures, and de-energizing electrical components. Specific tasks involve running 480VAC 3-phase circuits, installing a starter cabinet, replacing breakers, and making necessary conduit modifications. Additional responsibilities include labeling devices, updating panel schedules, and ensuring all connections meet manufacturer specifications before re-energizing the equipment. The document emphasizes compliance with safety and regulatory standards, reflecting a structured approach typical of government RFPs. This work is aimed at enhancing operational safety and efficiency at the facility while adhering to established electrical codes and guidelines.
    The document outlines a scope of work related to electrical upgrades at the IB1A building and Kinney Pump Room, as part of a federal or state-funded project. The key tasks include safety measures such as pre-job briefings and ensuring compliance with NFPA 70E and Lock Out/Tag Out (LOTO) protocols while working on electrical systems. Specifically, the project entails installing a 480VAC three-phase circuit and necessary circuit breakers, along with installing a starter cabinet and various control cables. The vendor is responsible for determining the final conduit paths and is required to label devices, ensure proper connections, and update panel schedules. The document emphasizes adherence to safety standards and proper wiring practices, ultimately culminating in a job site close-out. This project underscores the government's emphasis on safety, proper electrical installation, and compliance with established regulations as it relates to public infrastructure or service upgrades.
    The document details the specifications and features of the Benshaw RX2E and RX3E Series Prepackaged Starters designed for critical applications requiring reliable motor control. These robust 480V starters provide solid-state reduced voltage starting with full voltage emergency backup. Key highlights include NEMA-rated enclosures, dual redundant design for enhanced reliability, and comprehensive electronic motor protection features. Each unit is equipped with standard components such as overload relays and door-mounted user controls, ensuring ease of operation and maintenance. Benshaw differentiates itself with a three-year warranty, underscoring its commitment to durability compared to competitors’ one-year guarantees. The offerings include models suited for various horsepower ratings (50-600 HP) and configurations, including NEMA 12 and NEMA 3R. The options encompass both standard MX2 technology and advanced MX3 technology for enhanced functionalities such as diagnostics and communications. This document is significant in the context of government RFPs and grants as it outlines the specifications and reliability of essential equipment for industrial operations, aligning with public sector needs for dependable and efficient solutions in production environments.
    The Fermi Forward Discovery Group, LLC outlines project-specific requirements for subcontractors involved in the APS-TD CRYO IB1 MYCOM 3 Electrical Work. The document emphasizes the necessity for subcontractors to provide labor, materials, and equipment while adhering to safety and quality standards set by the organization. Key responsibilities include de-energizing electrical systems safely, installing specific electrical components, and coordinating with Fermilab’s established utilities. The project site is at Fermilab in Batavia, Illinois, and the subcontractor must follow rigorous planning and documentation processes, including weekly progress meetings and quality control measures. The subcontractor is expected to manage waste disposal, utilize domestic materials where possible, and maintain effective communication with the FFDG Construction Coordinator for any required approvals or clarifications. This RFP adheres to strict regulations, ensuring a comprehensive approach to construction safety, schedule management, and regulatory compliance, which reflects the government’s standards in infrastructure projects. The document illustrates the complexities and detailed specifications essential for successful project delivery within a federal framework.
    The Fermi Forward Discovery Group, LLC outlines project-specific requirements for subcontractors involved in the APS-TD CRYO IB1 MYCOM 3 Electrical Work. The document emphasizes the necessity for subcontractors to provide labor, materials, and equipment while adhering to safety and quality standards set by the organization. Key responsibilities include de-energizing electrical systems safely, installing specific electrical components, and coordinating with Fermilab’s established utilities. The project site is at Fermilab in Batavia, Illinois, and the subcontractor must follow rigorous planning and documentation processes, including weekly progress meetings and quality control measures. The subcontractor is expected to manage waste disposal, utilize domestic materials where possible, and maintain effective communication with the FFDG Construction Coordinator for any required approvals or clarifications. This RFP adheres to strict regulations, ensuring a comprehensive approach to construction safety, schedule management, and regulatory compliance, which reflects the government’s standards in infrastructure projects. The document illustrates the complexities and detailed specifications essential for successful project delivery within a federal framework.
    The Fermi Forward Discovery Group, LLC (FFDG) has established comprehensive Environment, Safety, and Health (ES&H) requirements that apply to subcontractors engaged in construction work at its facilities. This document outlines FFDG's commitment to safeguard personnel, the environment, and property by adhering to federal, state, and local health and safety regulations. Key elements include the necessity for subcontractors to submit pre-award and post-award documentation regarding their safety policies, training programs, and hazard analyses. Personnel must undergo specific training, maintain accurate records, and implement a tailored ES&H Program that ensures compliance with various safety standards, including OSHA regulations. Subcontractors are responsible for conducting daily inspections, leading safety meetings, and addressing any hazards identified on-site. They must also develop incident reporting and occupational medical plans to ensure a swift response to emergencies. Personal Protective Equipment (PPE) usage and fall protection protocols are mandated for workers performing high-risk activities. Overall, these requirements reflect FFDG's commitment to maintaining a safe working environment while performing complex construction projects, highlighting the importance of safety culture and rigorous compliance with ES&H standards in government-funded endeavors.
    The document outlines the submittal requirements for subcontractors working on projects under FermiForward. It specifies the procedures and documentation needed, including shop drawings, material samples, and operation and maintenance manuals. Subcontractors are required to submit these materials in a particular format, ensuring that all aspects align with project specifications. The submittal process involves multiple review stages, with FermiForward providing feedback within ten working days, which may include approvals such as “No Exception Taken” or requests for revisions. The subcontractor must maintain accurate as-built drawings documenting any changes to the original project plans, available for inspection at all times. FermiForward retains ultimate authority over the acceptability of all submissions and governs the approval of material substitutions, which must comply with specified conditions. This structured approach aims to ensure project quality, adherence to timelines, and compliance with safety and technical standards, reflecting the stringent requirements typical in federal construction projects. Overall, the document serves as a crucial guide to ensure that subcontractors meet FermiForward's expectations throughout the construction process.
    The FermiForward Quality Requirements document outlines the responsibilities and expectations for subcontractors regarding quality control in construction projects. It emphasizes the necessity for subcontractors to manage, control, and document work to adhere to subcontract specifications. A comprehensive Quality Control (QC) program must be developed, including both a Corporate Quality Assurance Plan and a Project Quality Control Plan, which outlines personnel responsibilities, testing procedures, and documentation practices. Key requirements include designating a qualified Project Quality Control Manager, maintaining communication with the Construction Management Office, and ensuring that necessary inspections and tests are performed. The submission of the Project Quality Control Plan is mandatory within ten working days after subcontract award and must be accepted before proceeding with construction. The document details essential elements expected within both the Corporate and Project Quality Assurance Plans, such as roles, responsibilities, nonconformance handling, and inspection processes. This quality assurance framework is crucial for maintaining safety standards and compliance in construction operations, reflecting FermiForward's commitment to quality throughout the project lifecycle.
    The Fermi Forward Discovery Group, LLC (FFDG) General Terms and Conditions for Construction outline the framework governing subcontractor agreements related to constructing projects under the supervision of the U.S. Department of Energy (DOE) at the Fermi National Accelerator Laboratory (Fermilab). The document specifies critical areas including definitions, payment structures, changes and modifications, indemnification, and compliance with laws. Key points emphasize the subcontractor’s role as an independent entity responsible for maintaining necessary licenses, ensuring work quality, and adhering to safety standards. Payment terms necessitate monthly progress payments contingent on work quality and compliance, with provisions for soliciting adjustments based on change orders. Legal obligations regarding risk assumptions, warranties, and requirements for site access and environmental safety are highlighted. The terms mandate that contracts remain adaptable to changes imposed by FFDG, and outline the resolution of disputes through a detailed process involving negotiations, mediation, and, if necessary, binding arbitration. These conditions reflect the federal contracting environment and ensure compliance with relevant standards and regulations in public procurement. Overall, the document's purpose is to delineate responsibilities and standards governing construction efforts under federal contract guidelines.
    The document outlines the insurance requirements for construction subcontracts at Fermi National Accelerator Laboratory (Fermilab) under the Fermi Forward Discovery Group, LLC (FFDG). Subcontractors must secure comprehensive insurance coverage, including general liability, automobile liability, workers' compensation, and contractor's pollution liability, with specified limits ranging from $1,000,000 to $5,000,000 based on subcontract values. Additional coverages, such as aircraft liability and builder's risk, may also be required as per the project specifics. All policies must identify FFDG, the University of Chicago, and the U.S. Government as additional insureds. The document also details exclusions not allowed in the general liability insurance, including claims between insured parties and various property damage exclusions. Subcontractors are obliged to provide evidence of coverage within ten days and ensure that any sub-subcontractors adhere to similar insurance requirements. The subcontractor also indemnifies FFDG against any losses related to non-compliance with these insurance stipulations, reinforcing the importance of maintaining adequate insurance for liability protection throughout the project duration. This structured approach represents a thorough risk management strategy within the context of government contracting and infrastructure projects.
    The document is a Bid Bond form, specifically the Standard Form 24, used in federal government requests for proposals (RFPs). Its main purpose is to serve as a guarantee from the bidder (the Principal) and their Surety or Sureties to the government, in this case, Fermi Forward Discovery Group, LLC, that they will adhere to the terms of their submitted bid. The bond essentially assures the government that the bidder will execute the contract and provide any required additional bonds if their bid is accepted within the designated timeframe. Key components include the identification of the Principal, Surety or Sureties, the penal sum of the bond, and various conditions under which the bond would be voided. Notably, if the Principal does not proceed with the contract or fails to execute necessary documents following the bid acceptance, the Surety may be obligated to cover excess costs incurred by the government. The form must be completed without deviations, and specific requirements for execution by corporations, partnerships, or individual sureties are outlined, including affixing corporate seals and submitting additional documentation when necessary. The document reflects compliance with federal requirements and supports transparency in federal contracting practices.
    The document outlines the requirements for a payment bond associated with contracts for Fermi Forward Discovery Group, LLC. It establishes the obligation of the Principal and Sureties to the U.S. Government to ensure payment for labor and materials supplied under the contract. The bond serves as a legal commitment, binding the signing parties to the stipulated penal sum unless all debts to laborers and subcontractors are promptly paid, rendering the bond void. It provides specific instructions for filling out the form, including identifying the Principal, providing surety information, and ensuring corporate seals are affixed when required. The document emphasizes the need for compliance with federal regulations, particularly regarding surety statuses approved by the Department of the Treasury. Several individuals and corporate representatives must sign the bond, and it requires precise documentation to substantiate the financial capabilities of any individual sureties involved. This process aligns with federal grants and RFPs, ensuring that contractual obligations are securely backed by financial guarantees.
    The document outlines the terms and conditions of a Performance Bond associated with contracts for the Fermi Forward Discovery Group, LLC. It establishes that the bond becomes void if the Principal fulfills all contractual obligations and related modifications during the contract's term and covers any assigned guaranteed responsibilities. The bond specifies that Principal and Surety(ies) are jointly and severally liable for the guaranteed penal sum, indicating financial responsibility towards the U.S. Government. The document requires proper identification and execution by the Principal and Sureties, detailing necessary information such as corporate seals and state of incorporation. It emphasizes compliance with the Department of Treasury's surety regulations and includes instructions for submission and adherence to the Paperwork Reduction Act. This Performance Bond is vital for ensuring that the contractor meets financial and contractual obligations under federal guidelines in response to government RFPs and grants. Overall, the document serves to formalize financial guarantees critical for the execution of government-related contracts.
    The document is a Standard Form 1413, utilized for acknowledging the awarding of a subcontract under a federal contract. It outlines essential information including the prime contractor's details, subcontractor's credentials, and specific clauses relevant to labor standards and compliance included in the prime contract. The form highlights obligations under the Contract Work Hours and Safety Standards Act, payroll regulations, and wage rate requirements, ensuring both parties are aware of labor standards compliance. The statement also necessitates signatures from authorized personnel date-stamped to validate the subcontract. This form supports the regulatory framework in federal contracting by ensuring transparency and adherence to labor guidelines, reinforcing proper conduct in prime-subcontractor relationships within government procurement contexts.
    The Fermilab ES&H Manual outlines the requirements for subcontractors to provide injury and illness data as part of their compliance and safety evaluation. Subcontractors must complete a questionnaire detailing their Workers' Compensation experience rating over the past three years, including information about their insurance carrier, policy details, and the total number of recordable injuries and illnesses. Essential metrics such as the Total Recordable Case Rate (TRCR) and the Days Away, Restricted, or Transferred Case Rate (DARTR) must be calculated based on historical data. Furthermore, companies are required to provide the name and qualifications of the individual responsible for safety oversight. This documentation aims to ensure subcontractors adhere to safety standards, ultimately promoting a safe work environment and reducing workplace injuries. The manual stresses that the information must be truthful and is subject to updates, highlighting the emphasis on accurate reporting and safety compliance among subcontractors involved with Fermilab.
    The Construction Environmental, Safety & Health Certification (CESHC) is mandatory for all construction projects at the Department of Energy's Fermi National Accelerator Laboratory (Fermilab). This template assists subcontractors in defining project conditions, identifying specific hazards, and outlining necessary controls. It mandates that subcontractors submit a completed CESHC to the FermiForward Procurement Office for review before project commencement. Additionally, compliance with 10 CFR 851, detailing worker safety and health programs, is essential for any workers on-site at Fermilab. Subcontractors must provide specific medical surveillance and testing information if employees are present on-site for extended periods or involved in certain exposure monitoring programs. The CESHC is intended to be a dynamic document, to be updated as project conditions evolve. Five designated medical facilities for occupational medicine are noted, and subcontractors must select one or provide an alternative. This certification process is critical for ensuring safety and regulatory compliance within construction activities at Fermilab.
    The Form SARC (Subcontractor Annual Representations & Certifications) serves as a comprehensive certification required for subcontractors working with Fermi Forward Discovery Group, LLC. It mandates submission of essential company details such as ownership, business type, number of employees, and compliance with federal regulations, including registration in the SAM.gov system. Entities must declare their classification as a large or small business, and if applicable, indicate special categories under SBA guidelines. Additional sections outline requirements for reporting executive compensation if substantial federal revenues are received. This includes an evaluation of the offeror’s accounting systems and a declaration of corporate responsibility, confirming adherence to standards pertinent to government contracts. Furthermore, certifications regarding employment eligibility verification and compliance with export/import regulations are incorporated. The document emphasizes the importance of informing FermiForward of any changes within 15 days and maintaining the confidentiality of shared information. Ultimately, the SARC form underscores the necessity for subcontractors to adhere to various federal guidelines in order to engage in government-related contracts, ensuring compliance with legal and regulatory standards essential for partnership with federal entities.
    The Proposal Certifications document (PUR-466) outlines essential compliance requirements for offerors responding to federal solicitations with varying thresholds for proposal values, specifically addressing proposals over $10,000, $150,000, and $500,000. It emphasizes adherence to export control regulations, the Buy American Act, and certifications regarding price determinations and responsibility matters. Offerors must provide information about the domestic content of construction materials and certifications of independent pricing without collusion. They are required to disclose any federal lobbying activities and certify the absence of kickbacks. Additionally, for higher-value proposals, offerors must certify compliance with human trafficking regulations and provide information on patent rights applicable to specific types of organizations. The document includes sections to be completed and signed by company officials, ensuring representation of truthfulness in the submitted information, which is critical for the integrity of government procurement processes. This comprehensive certification mechanism aims to uphold standards of fairness and accountability in federal contracting while encouraging domestic production and compliance with federal laws.
    The document is a federal wage determination issued for construction projects in Illinois, specifically for building and residential types in Du Page, Grundy, Kane, Kendall, Lake, McHenry, and Will counties. It outlines wage rates that contractors must comply with under the Davis-Bacon Act and relevant Executive Orders. Notably, there are mandatory minimum wage rates based on the contract date, with $17.75 per hour for contracts entered after January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022, provided they are not renewed post-January 30, 2022. The document features various classifications of laborers, specifying rates and fringe benefits for different roles, such as electricians, laborers, plumbers, and operators, among others. It details methods for contractors to request additional classifications or appeal wage decisions, emphasizing compliance with federal labor standards. This guidance ensures that workers are paid fairly and that contracts adhere to standards of quality and safety. Overall, it serves as a crucial resource for contractors and workers engaged in federal projects, highlighting regulations designed to protect labor interests in the construction industry.
    The document outlines a firm-fixed-price subcontract between Fermi Forward Discovery Group, LLC and an unnamed subcontractor for a specific project at the Fermi National Accelerator Laboratory in Batavia, Illinois. It establishes the obligations concerning labor, materials, and quality control essential for completing the work. The subcontract specifies timelines, stating the work must be completed within set calendar days following a Notice-to-Proceed. The financial arrangement caps the subcontract value at a predetermined amount, detailing invoicing procedures, including required monthly progress reports and retention policies tied to project milestones. Payment processes emphasize monthly invoicing with specific information for processing and limits imposed on payment withholding due to various performance issues. Furthermore, the contractor must submit progress reports to assess timely completion against project benchmarks. With strict adherence to standards, all modifications and communications with FermiForward must be conducted through designated representatives. This document serves as a binding agreement reinforcing compliance and structured management in alignment with federal contracting practices, particularly in the execution of government-funded projects.
    The document outlines a firm-fixed-price subcontract between Fermi Forward Discovery Group, LLC and an unnamed subcontractor for a specific project at the Fermi National Accelerator Laboratory in Batavia, Illinois. It establishes the obligations concerning labor, materials, and quality control essential for completing the work. The subcontract specifies timelines, stating the work must be completed within set calendar days following a Notice-to-Proceed. The financial arrangement caps the subcontract value at a predetermined amount, detailing invoicing procedures, including required monthly progress reports and retention policies tied to project milestones. Payment processes emphasize monthly invoicing with specific information for processing and limits imposed on payment withholding due to various performance issues. Furthermore, the contractor must submit progress reports to assess timely completion against project benchmarks. With strict adherence to standards, all modifications and communications with FermiForward must be conducted through designated representatives. This document serves as a binding agreement reinforcing compliance and structured management in alignment with federal contracting practices, particularly in the execution of government-funded projects.
    The document presents a detailed map highlighting various geographical features and amenities around a water body, likely for public access or recreational use. It marks locations such as Swan Lake, Andy's Pond, Dusaf Pond, and several other ponds and lakes, alongside infrastructure like buildings, parking areas, bicycle paths, public access roads, and trails. Published on April 3, 2017, the map emphasizes the connectivity of these public spaces, aiming to enhance the community's engagement with natural environments. The layout visually categorizes areas for recreation while promoting the utilization of accessible outdoor settings. This initiative appears aligned with government efforts to encourage public enjoyment and conservation of natural resources, potentially related to RFPs and grants focused on environmental and community development projects. The clear delineation in the document can serve as a foundation for future proposals aimed at improving or maintaining these public access areas.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Giese Road Substation Feeder 24 Backfeed
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the Giese Road Substation Feeder 24 Backfeed project, which involves electrical medium voltage construction services in Batavia, Illinois. The project requires the installation of overhead feeders, underground duct banks, and the pulling and testing of 15kV power cables, with all work to be completed by February 1, 2026. This opportunity is set aside for small businesses under NAICS code 238210, emphasizing the importance of compliance with safety and quality standards, including the Davis-Bacon Act wage rates and Buy American requirements. Interested contractors must submit their proposals by December 24, 2025, and direct any inquiries to Gina M. Kern at ginakern@fnal.gov.
    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.
    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.
    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.
    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.
    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.
    HD Coldboxes Fabrication
    Energy, Department Of
    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.
    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.
    RFQ# 473771-CAB Vacuum Assembly
    Energy, Department Of
    The Department of Energy, through Brookhaven Science Associates, LLC, is soliciting quotes for the RFQ 473771-CAB Vacuum Assembly, which is essential for the Electron-Ion Collider project at Brookhaven National Laboratory. The procurement requires the manufacturing of a vacuum assembly and a sample copper-plated chamber, adhering to specific design and compliance standards outlined in the provided Scope of Work and associated drawings. This equipment is critical for maintaining the operational integrity of the laboratory's advanced research initiatives. Interested vendors must submit their quotes by December 29, 2025, at 5:00 P.M. EST, and direct any inquiries to Cindy Blanchard at cblanchar@bnl.gov or by phone at (631) 344-5770.
    25-ID KB Mirror System
    Energy, Department Of
    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.