General Electrical Services
ID: ISD-360852-ROType: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

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

    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for General Electrical Services at the Fermi National Accelerator Laboratory (Fermilab) in Batavia, Illinois. This procurement seeks a qualified subcontractor to provide comprehensive electrical construction and corrective maintenance services, including installation, troubleshooting, and repair of electrical systems across Fermilab's extensive 6,800-acre site. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, allowing for both Time & Materials and Firm Fixed Price task orders, with a focus on ensuring uninterrupted laboratory operations. Proposals are due by November 18, 2025, and interested parties should direct inquiries to Ryan O'Sullivan at ryanosul@fnal.gov or call 630-840-2402 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Proposal (RFP) ISD-360852-RO outlines requirements for electrical services for Fermi Forward Discovery Group, LLC (FFDG) at Fermi National Accelerator Laboratory (Fermilab). The contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, covering both Time & Materials (T&M) and Firm Fixed Price (FFP) task orders for general electrical construction and corrective services. This is a small business set-aside with a NAICS code of 238210 and a size standard of $19.0 million. Key dates include a virtual pre-proposal conference on October 14, 2025, and a proposal due date of November 18, 2025. Proposals will be evaluated based on technical capability, past performance, work history with DOE laboratories, and price, with non-cost factors being significantly more important than price. Offerors must provide a bid guarantee, various certifications, and safety documents. The contract is subject to the Davis-Bacon Act and Buy American requirements for construction materials.
    Amendment 02 to Solicitation ISD-360852-RO for General Electrical Services clarifies billing for various project components. Key clarifications include: vehicles and standard training costs must be included in the hourly rate; specialized RAD worker training allows for separate rates; project meetings are billable; estimates, site visits, and mobile office/equipment costs are considered overhead. Pre-work documentation (e.g., fall protection plans) can be billed hourly. Safety personnel hours and badging application time are overhead. Badging costs should be a one-time inclusion in the task release, while additional training hours are to be added to estimates and billed hourly. Joint ventures are permitted, with clear articulation of roles and responsibilities, and SAM.gov registration is not mandatory. The amendment provides crucial details for offerors to accurately structure their proposals.
    Amendment 01 to Solicitation No. ISD-360852-RO for General Electrical Services, issued on October 16, 2025, modifies the original solicitation. Bidders must acknowledge this amendment via Form FL-6, fax, letter, or email. Key changes include a mandatory REAL-ID compliance for all subcontractor employees and sub-tier subcontractors entering Fermilab and South Dakota Department of Energy sites. A site visit is scheduled for October 23, 2025, at 10:00 AM at Wilson Hall. Attendees must submit an Access Request form as a business visitor by October 22, 2025, and present a QR code for entry. Foreign Nationals may experience delays or denial. Required PPE for the PIP-II construction site includes a hard hat, high-vis vest, safety glasses, sleeved shirt, long pants, and safety footwear. Contact Ryan O’Sullivan at ryanosul@fnal.gov to confirm attendance.
    This Scope of Work outlines the requirements for general electrical services and corrective maintenance at Fermi National Accelerator Laboratory (FNAL) in Batavia, Illinois. Operated by FermiForward Discovery Group LLC under a U.S. Department of Energy contract, FNAL requires a Subcontractor to provide skilled labor, supervision, materials, and equipment for various electrical tasks. These tasks include installation, troubleshooting, repair, and maintenance of electrical systems across the 6,800-acre site. The Subcontractor must comply with all federal, state, and local laws, including OSHA and Davis-Bacon Act regulations, and adhere to Fermilab's safety and quality assurance programs. The contract has a five-year period of performance, with a two-year base term and three one-year options. The Subcontractor is responsible for furnishing most tools, equipment, and transportation, with specific training provided by Fermilab.
    This document outlines the general requirements for a construction project managed by Fermi Forward Discovery Group, LLC (FFDG) at the Fermi National Accelerator Laboratory (Fermilab) in Batavia, Illinois. It details the subcontractor's responsibilities for planning, controlling, and delivering a complete and functional project according to specifications, industry standards, and regulatory requirements. Key aspects covered include site access, work descriptions, materials and services furnished by FFDG, compliance with the Buy American Act, temporary services, Fermilab closure dates, material substitution procedures, and extensive documentation requirements (e.g., as-builts, quality control, RFI process). The document also sets milestones and expectations for construction schedules, quality control, and project acceptance, emphasizing safety and environmental compliance as per Section 013100.
    The Fermi Forward Discovery Group, LLC (FFDG) ES&H Requirements document outlines comprehensive environment, safety, and health (ES&H) protocols for subcontractors working on Fermilab sites. It details policies, applicable federal and state regulations (including 10 CFR Parts 851 and 835), and defines key ES&H terms. The document specifies pre-award and post-award submission requirements, such as the Construction ES&H Certification (CESHC), Site-Specific ES&H Plan (SSESHP), and Hazard Analyses (HAs), along with subcontractor safety records. It mandates various training programs, including FFDG-provided orientation and hazard-specific courses. Subcontractors must establish robust ES&H programs covering incident reporting, occupational medicine, work planning controls, waste handling, erosion control, and adherence to Integrated Safety and Environment Management (ISEM) principles. The document also details requirements for safe work execution, including personnel qualifications, daily inspections, hazard communication, PPE, and specific hazard controls. It outlines procedures for various work permits, emergency response, and incident reporting, emphasizing a strong commitment to safety and environmental protection.
    This document, "Submittals," outlines the procedures and requirements for project-related submittals for Fermi Forward Discovery Group, LLC (FFDG) projects, effective January 2025. It details the necessity for subcontractors to submit shop drawings, material samples, and operation/maintenance manuals for all project materials and assemblies. Key elements include the use of a "Submittal for Review Transmittal" form, the requirement for as-built drawings with daily red-lined records, and FFDG's role as the final arbiter of drawing acceptability. The submittal process involves FFDG reviewing documents within ten working days, with possible responses such as "No exception Taken," "Revise & Resubmit – Fabrication May Proceed," "Make Corrections & Proceed," "Rejected," or "For Information Only." The document also specifies conditions for material substitutions, emphasizing that any proposed alternatives must be fully detailed, compared to specified products, and any associated alteration costs borne by the subcontractor.
    The Fermi Forward Discovery Group, LLC (FFDG) outlines comprehensive quality requirements for subcontractors, emphasizing meticulous management, control, and documentation to ensure compliance. Subcontractors must submit a Corporate Quality Assurance Plan with their bid and, if required, a Project Quality Control (PQC) Plan within 10 days of award. The PQC Plan must detail personnel, procedures, testing, and records specific to the project at Fermilab, including a designated Project Quality Control Manager responsible for implementation, interfacing with construction management, maintaining records, and ensuring all testing is performed. The plan also requires specialized personnel for specific disciplines, control and acceptance testing procedures, and a list of definable features of work. FFDG's acceptance of the PQC Plan is conditional on satisfactory performance and is required before the Notice to Proceed, with FFDG reserving the right to request modifications.
    The “Small Business Plan Reviewer Approver Checklist” is a comprehensive document designed for reviewing and approving small business subcontracting plans, ensuring compliance with FAR 52.219-9. The checklist covers essential elements such as subcontracting goals (expressed in dollars and percentages for various small business categories like veteran-owned, HUBZone, small disadvantaged, and women-owned businesses), descriptions of products/services to be subcontracted, methods for developing goals and identifying potential sources, and statements regarding indirect and overhead costs. It also details requirements for program administration, equitable opportunity assurances, clause inclusion in subcontracts, reporting and cooperation through the eSRS system, and meticulous record-keeping. The document concludes with assurances regarding good faith efforts in subcontracting, timely payments to small business subcontractors, and non-prohibition of subcontractors discussing payment or utilization matters with contracting officers. The checklist is used to approve or reject plans, with spaces for procurement agent details, project information, and a signature block.
    The Fermi Forward Discovery Group, LLC (FFDG) General Terms & Conditions outlines the contractual framework for Time and Materials or Labor-Hour Subcontracts for non-R&D work at the Fermi National Accelerator Laboratory. The document defines key terms, payment procedures for labor and materials, and standards for performance. It details processes for changes and modifications, indemnification, liabilities, and warranties, including provisions for suspect/counterfeit parts. The terms also cover termination, dispute resolution through negotiation, mediation, and arbitration, and compliance with federal, state, and local laws. Additionally, it addresses site access, environmental, safety, and health requirements, stop-work orders, insurance, and travel. A significant portion is dedicated to special government flow-down provisions from the FAR and DEAR, applicable based on subcontract value and specific work types, emphasizing areas like small business utilization, anti-trafficking, computer security, and patent rights, including U.S. competitiveness requirements.
    This document outlines the mandatory insurance requirements for construction subcontracts at Fermi National Accelerator Laboratory (Fermilab), incorporating the standards of Fermi Forward Discovery Group, LLC (FFDG). Subcontractors must maintain specific minimum coverages, including Commercial General Liability, Automobile Liability, Excess Liability, Workers' Compensation, Employer's Liability, Contractor's Pollution Liability, and Professional Liability (if applicable), with A.M. Best-rated A, VII or higher insurers. Additional coverages like Aircraft Liability, All Builder's Risk, Broad Form cargo, or Installation floater may be required. All policies, excluding Workers' Compensation and Professional Liability, must name FFDG, the University of Chicago, Universities Research Association, Inc., and the U.S. Government as additional insureds with waivers of subrogation. Certain exclusions and policy terms are prohibited. Subcontractors must provide evidence of insurance and notify FFDG of any cancellations or material changes, ensuring sub-subcontractors also meet appropriate insurance standards. Failure to comply can result in indemnification of FFDG.
    The Standard Form 24 (SF 24) is a bid bond form used in federal government contracting, primarily for construction, supplies, or services, as prescribed by the GSA FAR. This form ensures that a principal (bidder) who submits a bid will enter into the required contractual documents and provide necessary bonds upon acceptance of their bid by Fermi Forward Discovery Group, LLC. If the principal fails to do so, the bond guarantees payment to Fermi Forward Discovery Group, LLC for any excess costs incurred in procuring the work that exceed the original bid amount. The document outlines conditions for the bond's obligation, including acceptance periods (60 days if unspecified) and timeframes for executing further documents (10 days if unspecified). It also details requirements for sureties, including corporate sureties listed on the Department of the Treasury's approved list, co-surety arrangements, and individual sureties who must provide a completed Affidavit of Individual Surety (SF 28). Instructions cover proper execution, such as inserting legal names, business addresses, and affixing seals, and clarify that the terms 'bid' and 'bidder' encompass 'proposal' and 'offeror' in negotiated contracts. The form emphasizes adherence to federal regulations and provides information on the Paperwork Reduction Act, noting an OMB Control Number of 9000-0001.
    This government file, Standard Form 25A (REV. 10/2023), is a payment bond used in connection with Fermi Forward Discovery Group, LLC subcontracts. The bond ensures that the Principal (contractor) promptly pays all persons furnishing labor or materials for the contract work. It outlines the obligations of the Principal and Surety(ies) to the United States of America and Fermi Forward Discovery Group, LLC for a specified penal sum. The form details requirements for corporate and individual sureties, including liability limits, corporate seals, and the need for evidence of authority for signatories. Instructions specify that there should be no deviation from this form and provide guidance on completing various sections, particularly concerning co-surety arrangements and the use of the Department of the Treasury's list of Approved Sureties. The document emphasizes compliance with the Paperwork Reduction Act, noting the OMB control number and estimated time burden.
    This document is a Standard Form 25, a Performance Bond, used in connection with Fermi Forward Discovery Group, LLC contracts. It outlines the obligations of the Principal and Surety(ies) to the United States of America and Fermi Forward Discovery Group, LLC, ensuring the Principal performs all contract terms, extensions, and modifications, and pays all applicable government taxes. The bond details how the penal sum is bound, jointly and severally, and specifies conditions under which the obligation becomes void. Instructions are provided for completing the form, including requirements for corporate and individual sureties, the necessity of corporate seals, and the proper signing procedures. It also addresses co-surety arrangements and liability limits, with an OMB Control Number 9000-0001 for paperwork reduction compliance.
    Standard Form 1413 (Statement and Acknowledgment) is a government form used in federal contracting to document subcontract awards and ensure compliance with labor standards. Part I, completed by the prime contractor (Fermi Forward Discovery Group, LLC), details the prime contract and subcontract information, including names, addresses, and a description of the subcontractor's work. It also indicates whether the prime contract includes the "Contract Work Hours and Safety Standards Act — Overtime Compensation" clause. Part II, completed by the subcontractor, acknowledges the inclusion of various labor standard clauses in the subcontract, such as those related to overtime compensation, payrolls, withholding of funds, disputes, construction wage rate requirements, apprentices, the Copeland Act, and debarment. The form ensures that subcontractors are aware of and agree to adhere to essential labor and safety regulations stipulated in the prime contract. The OMB Control Number is 9000-0066, expiring 5/31/2025.
    The Fermilab Subcontractor Injury & Illness Data Questionnaire (Fermilab ES&H Manual 7010-F1-1) is a critical document for assessing subcontractor safety performance. It requires companies to provide three years of interstate experience modification rates, workers' compensation carrier details, and OSHA 300 log data including total recordable cases, DART cases, employee hours worked, and fatalities. The document also mandates the calculation of three-year averages for total recordable case rates and days away, restricted, or transferred case rates. Additionally, it requires information on the individual responsible for safety within the company, including their years of service and safety training/qualifications. This questionnaire is essential for Fermilab to evaluate and ensure the safety standards of its subcontractors, aligning with federal and state safety regulations.
    The Construction Environmental, Safety & Health Certification (CESHC) is mandatory for all construction projects at DOE's Fermi National Accelerator Laboratory (Fermilab). Subcontractors must complete this living document, detailing project conditions, hazards, and controls, and submit it to the FermiForward Procurement Office for review before work begins. A key requirement is acknowledging and complying with 10 CFR 851, “Worker Safety and Health Program,” due to Fermilab being a Department of Energy site. Additionally, the CESHC addresses medical surveillance and qualification, requiring subcontractors to specify if employees will work on-site for extended periods or participate in exposure monitoring programs. If so, they must comply with 10 CFR 851, Appendix A, provide occupational medicine provider information, and list required medical surveillances such as task-specific testing, hearing conservation, or respirator user qualifications. The document also lists five pre-identified medical facilities for use.
    The Fermi Forward Discovery Group, LLC Subcontractor Annual Representations & Certifications (SARC) form is a critical document for subcontractors engaged in U.S. Government contracts. It requires offerors to provide detailed information on their entity ownership, operational structure (e.g., corporation, LLC, non-profit), and business category (e.g., large, small, foreign, or diversity classifications). The form also mandates disclosures on executive compensation if certain federal revenue thresholds are met. Key sections address the offeror's accounting system status, responsibility in accordance with FAR 9.104, compliance with E-Verify, U.S. export/import control laws, equal opportunity (EEO-1), affirmative action programs, and limitations on pass-through charges. The certifications are valid for 12 months, requiring prompt notification of any changes. This document ensures compliance with various federal regulations and statutes for prime contractors, subcontractors, and suppliers.
    This document, PUR-466, outlines crucial certifications required for proposals submitted to Fermi Forward Discovery Group, LLC (FFDG), covering federal government RFPs, grants, and state/local RFPs. It details requirements based on proposal dollar value, beginning with certifications for proposals exceeding $10,000, which include Export/Import Control declarations regarding military, space, or dual-use items, and compliance with FAR 52.225-9 Buy American—Construction Materials, defining domestic and foreign materials and outlining conditions for exceptions. Proposals over $150,000 require additional certifications such as Independent Price Determination, Disclosure Regarding Payments to Influence Federal Transactions, Responsibility Matters (including debarment, criminal offenses, and delinquent federal taxes), and Employment Reports on Veterans. Finally, proposals exceeding $550,000 mandate certifications related to Combating Trafficking in Persons and a compliance plan for contracts performed outside the U.S. or involving non-COTS items. The document emphasizes that these certifications are critical for ensuring compliance with federal regulations and FFDG's standard terms and conditions.
    General Decision Number IL20250020, effective March 14, 2025, outlines prevailing wage rates for landscape work in various construction types across numerous Illinois counties. It supersedes IL20240020 and includes provisions for Building, Heavy, Highway, and Residential Landscape projects in counties such as Boone, Cook, Du Page, and Will. The document specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered federal contracts, with annual adjustments. It details wage rates and fringes for Landscape Equipment Operators and various classifications of Landscape Laborers and Truck Drivers, categorized by county and construction type. The file also provides information on conformance requests for unlisted classifications, outlines procedures for wage determination appeals, and explains identifiers for union, union average, survey, and state-adopted wage rates.
    This subcontract outlines an agreement between FERMIFORWARD and a Subcontractor for general electrical service and maintenance at Fermi National Accelerator Laboratory (FNAL). Issued under a Prime Contract with the U.S. Department of Energy, the Subcontractor is responsible for providing all necessary resources, including management, personnel, materials, and equipment, to perform electrical services and corrective maintenance on an as-needed basis. The contract specifies Firm Fixed Prices (FFP) and Time and Materials (T&M) pricing, with a clear limitation of FRA's financial liability. It is structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, where work is authorized through task orders. The document details performance standards, reporting requirements, employee conduct, and outlines the roles of the Procurement Specialist and Technical Representative. Invoicing procedures, travel expense reimbursement, and closeout conditions are also covered. Key attachments include terms and conditions for construction, insurance requirements, and statements of work, ensuring comprehensive guidance for the Subcontractor.
    The provided document is a map detailing public access areas, buildings, parking lots, ponds, bicycle paths, trails, streams, and public access roads. Key features include Swan Lake, Lake Law, Dusaf Pond, A.E. Sea Lake, Andy's Pond, Sea of Evanescence, Main Ring Lake, and Casey's Pond. The map also includes a grid system (A-E, 1-5) for reference, a scale indicating miles, and a publication date of April 3, 2017. This type of map is typically used in government RFPs or grants for projects related to land management, park development, environmental studies, or infrastructure planning, where understanding the existing landscape and access points is crucial.
    This document outlines the required solicitation documents for a federal government RFP concerning low-voltage electrical services and corrective maintenance. Offerors must submit a technical proposal detailing qualifications, experience in electrical installations, troubleshooting, and regulatory compliance, along with a management control and quality assurance plan. Key personnel, organizational structure, and an approach/work plan demonstrating an understanding of the Scope of Services are also required. Additionally, offerors need to provide past performance information, including at least three recent projects. The business management and price proposal section mandates a firm fixed price, a bid guarantee, various certifications (SARC, PUR-466), and safety and quality documents like injury/illness data and OSHA logs, ensuring comprehensive compliance and capability for the electrical services project.
    The document outlines labor categories, straight time hours, and hourly rates across a base year and three option years (YR 1, YR 2, YR 3). It details specific roles such as General Foreman, Working Foreman, Electrical Journeyman, and Trenching Machine Operator, with their respective straight time hours for evaluation purposes. The structure clearly separates data by year and labor category, indicating a potential component of a government RFP or grant application related to staffing and labor cost evaluation for a multi-year project. The repeated
    The document appears to be a pricing or cost estimation breakdown for various labor categories and equipment rentals, likely for a government project. It lists numerous skilled labor positions, such as Operating Engineer, Carpenter Foreman, Electrician Journeyman, and HVAC Foreman, each with fields for straight time, time and a half, and double time hours and hourly rates, culminating in an extended price subtotal. Additionally, it details equipment rentals including different types of scissors and boom lifts, line trucks, cable trailers, scaffolding, conduit benders, trenchers, trench shields, and laser levels, with fields for estimated weeks and extended amounts. The document's structure suggests it is used for calculating total labor and equipment costs for a project proposal or a request for proposal (RFP) within federal, state, or local government contracting.
    The Fermi Forward Discovery Group, LLC (FFDG) has issued Request for Proposal (RFP) No. ISD-360852-RO for General Electric Services at the Fermi National Accelerator Laboratory (Fermilab) site in Batavia, Illinois. The RFP, dated July 29, 2025, requires bidders to submit a firm fixed price for the project. Proposals are due by November 18, 2025, at 4:00 p.m. Local Prevailing Time, and must be submitted electronically to ryanosul@fnal.gov. Offerors must include the completed RFP form with their written proposal. This offer remains open for 90 calendar days post-opening, with the Subcontractor Annual Representations & Certifications (SARC) integrated into the subcontract.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Purchase of Spare 3000 KVA Process Power Transformer
    Buyer not available
    The Department of Energy, through the Fermi Forward Discovery Group, LLC, is soliciting proposals for the purchase of a spare 3000 KVA Process Power Transformer and associated breaker assemblies for the Proton Improvement Plan II (PIP-II) project at the Fermi National Accelerator Laboratory in Illinois. This procurement aims to ensure a reliable power infrastructure, with the selected subcontractor responsible for all aspects of the project, including supervision, labor, materials, and transportation, while adhering to specific technical specifications and quality assurance standards. Proposals are due by 2:00 P.M. CST on December 11, 2025, with questions accepted until December 4, 2025; interested parties should contact Michele Reynolds at micheler@fnal.gov for further information.
    Fermilab-Construction Services for IERC CCD Space Humidificaion-372698
    Buyer not available
    The Department of Energy, through Fermilab, is soliciting proposals for construction services related to the Integrated Engineering and Research Center (IERC) CCD Space Humidification project. The selected subcontractor will be responsible for providing all necessary supervision, labor, materials, tools, and associated costs to install two humidification units, which are critical for maintaining precise humidity control in the lab environment. This project is particularly important for the manufacturing of sensitive experimental components, ensuring compliance with safety and quality standards throughout the construction process. Interested small businesses must submit their proposals by January 7, 2026, including a technical and business management section, following a mandatory pre-proposal meeting on December 18, 2025. For further inquiries, contact Dasia Guthrie at dguthrie@fnal.gov or call 630-840-2494.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Buyer not available
    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.
    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.
    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.
    CFA 608/609 Parking Lot
    Buyer not available
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of the parking lot and associated infrastructure at CFA-608 and CFA-609 located at the Idaho National Laboratory (INL). The project aims to enhance site safety, accessibility, and operational reliability by replacing the aging asphalt parking lot and sidewalks, installing new canopies, gutters, downspouts, heat trace, exterior light fixtures, engine block heaters, and performing minor landscaping. This initiative is critical for maintaining the operational integrity of a national laboratory dedicated to nuclear energy and clean energy innovation. Interested vendors must submit their EOIs, including company details and relevant experience, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.
    Facilities Maintenance and Management Services
    Buyer not available
    The Department of Energy is seeking qualified contractors to provide Facilities Maintenance and Management Services at its Headquarters Complexes located in Washington, DC, and Germantown, MD. The procurement encompasses a range of services including recurring work and preventative maintenance, daily operations management, limited Energy Management Control System (EMCS) operations, service calls, safety and fire outage management, work control permit management, and hazardous materials management. These services are crucial for ensuring the efficient operation and safety of the facilities, which support the Department's mission. Interested parties can contact Dremayne T. Doyle at dremayne.doyle@hq.doe.gov or by phone at 240-220-1498 for further details.
    Installation of Electrical Base Feeds & Power Whips
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the installation of electrical base feeds and power whips at the Headquarters United States Military Entrance Processing Command (USMEPCOM) in North Chicago, Illinois. The project requires the contractor to install 32 new 120V electrical base feeds and 6 power whips, ensuring compliance with various electrical codes and standards, while providing all necessary labor, materials, and supervision. This procurement is a total small business set-aside, with an anticipated firm-fixed-price contract value of up to $19 million, and offers are due by December 8, 2025, at 11:00 AM EST. Interested contractors should contact Adam Buchert at adam.p.buchert.civ@army.mil for further details and must be registered in the System for Award Management (SAM) to be eligible for consideration.