ContractSources Sought

SLAC Critical Utilities Infrastructure Revitalization (CUIR) – K-5B Substation and Sector 4 Switchgear

DEPARTMENT OF ENERGY SLAC_RFP_360342
Response Deadline
Oct 1, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Sources Sought

Contract Opportunity Analysis

The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking qualified subcontractors for the installation of the K-5B Substation and Sector 4 Switchgear as part of the Critical Utilities Infrastructure Revitalization (CUIR) Project. This initiative aims to modernize outdated utility infrastructure, originally installed in the 1960s, to enhance the reliability and sustainability of operations at SLAC, thereby supporting current and future scientific research needs. Interested subcontractors must demonstrate relevant experience, bonding capacity, and a commitment to quality assurance, with responses to the Sources Sought Notice due by 5 PM PST on September 30, 2025. For further inquiries, potential bidders can contact Quyen Weng at quyen@slac.stanford.edu.

Solicitation Documents

36 Files
DRAFT_B2_00_Cover_Letter.pdf
PDF749 KBSep 23, 2025
AI Summary
SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy, has issued Request for Proposal #360342 for the Critical Utilities Infrastructure Revitalization (CUIR) – K-5B Substation and Sector 4 Switchgear Project. This federal construction project seeks firm-fixed price proposals due by October XX, 2025, at 5:00 PM PST. A mandatory site visit is scheduled for October XX, 2025, with RFI submittals accepted until October XX, 2025. Offerors must be registered with SAM.GOV and adhere to the Davis-Bacon Act and other federal regulations. Conflict of interest rules apply, prohibiting design firms or their affiliates from securing construction subcontracts for projects they significantly designed. All communications must be directed to Quyen Weng, Senior Subcontract Administrator.
DRAFT_B2_01_Section_A_(Subcontract_Form).pdf
PDF744 KBSep 23, 2025
AI Summary
SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy, is issuing a Firm Fixed Price Subcontract, TBD, under Solicitation Number 360342. Offers are due by October 29, 2025, at 5:00 PM. The subcontract covers the acquisition of CUIR K-5B Substation and Sector 4 Switchgear, with the total amount detailed in Section B. Quyen Weng is the Subcontract Administrator. The subcontract outlines specific terms, conditions, and instructions for offerors, including evaluation factors for award. Invoices should be submitted to SLAC National Accelerator Laboratory Accounts Payable.
DRAFT_B2_02_Section_B_(Supplies_or_Services_and_Price_Costs).pdf
PDF686 KBSep 23, 2025
AI Summary
This document, "SECTION B (SUPPLIES OR SERVICES AND PRICES/COST)", outlines the scope of work and pricing structure for a subcontract related to supply chain management. It details two primary base scopes: the installation of Substation K-5B and the installation of Sector 4 Switchgear, each listed as a single lot. Additionally, it includes an optional line item for "Temporary Power Provision During Power Outage," also a single lot. The document explicitly states that the evaluation of this option does not obligate SLAC to exercise it. Key administrative details such as Unique Entity ID, DUNS Number, and payment terms (Net 30 unless otherwise stated) are included. The document is marked as "DRAFT" and is presented as a standard format for government solicitations like RFPs.
DRAFT_B2_03.0_Section_C_(Specifications_SOW).pdf
PDF708 KBSep 23, 2025
AI Summary
The SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy, outlines the Statement of Work for the Critical Utilities Infrastructure Revitalization (CUIR) K-5B Substation and Sector 4 Switchgear project. This Section C document refers to 12 attached documents detailing the scope of work, including IFC Drawings, Basis of Design documents, Structural Calculations, Technical Specifications, Commissioning Plans for both the K-5B Substation and Sector 4 Switchgear, a Power Outages and Linac Downtime Plan, Quality Assurance Procedures, and the Department of Energy Order 414.1E for Quality Assurance. The project involves significant upgrades to critical utilities infrastructure, requiring adherence to detailed plans and quality control measures.
DRAFT_B2_03.01_C01_K-5B_and_Sector_4_Switchgear_Statement_of_Work.pdf
PDF1326 KBSep 23, 2025
AI Summary
The Statement of Work (SOW) CUIR-SW-0173 outlines the installation of the K-5B Substation and Sector 4 Switchgear at SLAC National Accelerator Laboratory, a Critical Utilities Infrastructure Revitalization (CUIR) project. This initiative aims to modernize SLAC's electrical infrastructure, which dates back to the 1960s, to meet current and future scientific research demands. The project, under Subproject 1 (Critical Electrical System Improvements), involves two concurrent upgrades: a new K-5B Substation at Sector 9 and a new 15kV pad-mounted solid-dielectric switchgear at Sector 4. These installations will enhance electrical reliability and system redundancy. The work will be executed in multiple phases, with a four-week power outage planned for critical electrical activities. Key considerations include schedule coordination, a wet utility contingency plan, and temporary power provision during outages. The SOW also details comprehensive environmental, safety, and health (ESH) requirements, including managing electrical hazards, asbestos, lead paint, silica dust, PCBs, confined spaces, fall hazards, excavations, and radiological hazards. Quality assurance and project closeout procedures are also defined, emphasizing compliance with federal, state, and local regulations, as well as SLAC's internal ESH and QA policies.
DRAFT_B2_03.02_C02-01_K-5B_Substation_IFC_Drawings.pdf
PDF17229 KBSep 23, 2025
AI Summary
The SLAC National Accelerator Laboratory is undertaking the CUIR K5B Substation project, involving the installation of a new pad-mounted substation at the Klystron Gallery, Sector 9. This comprehensive project includes electrical, structural, and civil scopes. The electrical work involves routing new 15 KV cables and designing outgoing feeders. Structurally, the project encompasses the concrete pad, anchorage of the E-house, and seismic bracing for conduits. Civil works include site clearance, re-routing and upsizing domestic water and sanitary sewer lines, and widening the adjacent roadway. The project adheres to various codes, including California Building, Mechanical, and Fire Codes, and NFPA standards. Arup USA, Inc. is the primary contractor for civil, electrical, and structural design.
DRAFT_B2_03.03_C02-02_K-5B_Substation_Basis_of_Design.pdf
PDF5079 KBSep 23, 2025
AI Summary
The SLAC National Accelerator Laboratory's Critical Utilities Infrastructure Revitalization project focuses on upgrading the K-5B Substation. This project involves installing a new pad-mounted substation, reconfiguring existing electrical circuits, and installing new 15 kV rated cables. The design incorporates electrical, structural, and civil engineering criteria, adhering to various codes and standards, including the 2022 California Building Code and SLAC's seismic design specifications. Structural work includes a concrete pad, equipment anchorage, and seismic bracing for conduits. Civil engineering aspects cover site clearance, utility relocation (upsizing water and sewer lines), earthwork, and new asphalt paving for roadway widening to accommodate fire truck access. Calculations for pavement, runoff, and oil containment are also detailed, ensuring compliance with environmental and safety regulations. The project aims to enhance critical infrastructure to support the LCLS-II-HE project.
DRAFT_B2_03.04_C02-03_K-5B_Substation_Structural_Calculations.pdf
PDF6389 KBSep 23, 2025
AI Summary
The SLAC National Accelerator Laboratory's K-5B Substation Critical Utilities Infrastructure Revitalization project involves structural calculations for conduit loads, substation anchorage, and various support designs. The project assesses existing gallery structures for added conduit weight, ensuring compliance with gravity and seismic retrofit criteria. Detailed calculations confirm the adequacy of conduit supports, beam clamps, and strut beams under vertical and lateral loads. Substation anchorage is designed for seismic forces, utilizing Hilti Kwik Bolt TZ2 anchors, which demonstrate sufficient capacity for tension and shear. Specific designs are provided for conduit support posts at switchgear entry, exterior concrete walls, and ceiling-mounted pull boxes, all confirming structural integrity under various loading conditions, including wind and seismic forces.
DRAFT_B2_03.05_C03-01_Sector_4_Switchgear_IFC_Drawings.pdf
PDF7585 KBSep 23, 2025
AI Summary
This government file details a project to install two new Medium Voltage (MV) switchgears at Sector 4 of the Klystron Gallery at SLAC National Accelerator Laboratory. The project involves electrical work, including installing MV switchgear and feeders, rerouting existing feeders (VV1, VV2, VV4) through a new switchgear (S4SG), and connecting new feeders (CPL1, CPL2) to existing switchgear at the Cryoplant. Civil engineering scope includes constructing a new electrical duct bank, a precast slab and vault for the switchgear, and site clearing. The project is divided into three phases: pre-shutdown new work, post-shutdown demolition, and post-shutdown new work to minimize downtime. The document outlines applicable codes, safety procedures, and project team contacts, emphasizing strict adherence to electrical and civil engineering standards and safety protocols. It highlights the importance of coordination, detailed planning, and compliance with federal, state, and local regulations.
DRAFT_B2_03.06_C03-02_Sector_4_Switchgear_IFC_Basis_of_Design.pdf
PDF1559 KBSep 23, 2025
AI Summary
The SLAC National Accelerator Laboratory's "Critical Utilities Infrastructure Revitalization Sector 4 Switchgear" project is a 100% basis of design report for electrical, structural, and civil engineering. The project involves installing two new, side-by-side, pad-mounted MV switchgears (VV04SDSW-1 and VV04SDSW-2) on the south side of the Klystron Gallery at Sector 4. The scope includes reconfiguring existing MV feeders (VV1, VV2, and VV4) through the new switchgears, installing 15 kV cables, duct banks, conduits, and associated electrical infrastructure. Structural design addresses equipment anchorage, gravity, and seismic loading per 2022 California Building Code and SLAC specifications. Civil engineering covers site clearance, trenching for new duct banks, and subgrade preparation for the concrete vault and pad. The project adheres to various DOE, NFPA, OSHA, and SLAC standards, ensuring compliance and safety.
DRAFT_B2_03.07_C03-03_Sector_4_Switchgear_and_K-5B_Substation_Technical_Specifications.pdf
PDF6694 KBSep 23, 2025
AI Summary
The document outlines the general requirements for the Sector 4 Switchgear and Substation K-5B project at SLAC National Accelerator Laboratory in Menlo Park, CA, dated September 11, 2025. This file is part of federal government RFPs. It details owner requirements, concrete, metals, electrical, earthwork, exterior improvements, and utilities divisions. Key aspects include comprehensive coordination, adherence to safety and environmental procedures, sustainable acquisition, and strict payment protocols. The document specifies detailed procedures for substitutions, requests for information (RFIs), and payment applications. It also defines responsibilities for various SLAC personnel and the subcontractor, emphasizing compliance with all regulations, safety standards, and project-specific requirements.
DRAFT_B2_03.08_C04_Commissioning_Plan_for_Sector_4_Switchgear.pdf
PDF2211 KBSep 23, 2025
AI Summary
This DRAFT Commissioning Plan details the implementation of commissioning processes for the SLAC National Accelerator Laboratory's CUIR Sector 4 Switchgear project, BMcD Project No. 163236. The plan outlines commissioning protocols and activities across design, construction, acceptance, occupancy, and warranty phases, with Burns & McDonnell serving as the Commissioning Authority (CxA). Key objectives include ensuring all commissioned systems meet design and Owner's Project Requirements, utilizing ASHRAE and NETA standards. The process involves comprehensive reviews, site visits, pre-functional checklists, and functional performance testing documented in the cloud-based platform Facility Grid. The plan also defines roles for the Owner (SLAC), Subcontractor's Commissioning Coordinator (CxC), A/E (Arup), and second-tier subcontractors, emphasizing safety, communication, and deficiency resolution. No sampling strategy will be used for functional testing, and SLAC qualified electrical workers are required for energization and de-energization. A final commissioning report will be issued, and a warranty walkthrough will occur 9-10 months after substantial completion.
DRAFT_B2_03.09_C05_Commissioning_Plan_for_K-5B_Subtation.pdf
PDF3746 KBSep 23, 2025
AI Summary
The SLAC National Accelerator Laboratory's K-5B Substation Commissioning Plan outlines a detailed process for ensuring all systems meet design and operational requirements. Managed by Burns & McDonnell, this "live" document covers design, construction, acceptance, occupancy, and warranty phases. Key steps include comprehensive design reviews, kickoff meetings, periodic site visits, and meticulous documentation of equipment installation and testing. The plan emphasizes pre-functional checklists and functional performance tests for various electrical systems, including LV and MV Switchgear, transformers, and the substation's HVAC. All activities are tracked in Facility Grid, and strict safety protocols are enforced, with only SLAC-qualified personnel energizing equipment. The process culminates in a final commissioning report and a 10-month warranty walkthrough, ensuring quality, functionality, and adherence to SLAC's project requirements and industry standards like ASHRAE and NETA.
DRAFT_B2_03.10_C06_CUIR_Subproject_1_Power_Outages_and_Linac_Downtime_Plan.pdf
PDF1830 KBSep 23, 2025
AI Summary
The CUIR Subproject 1 Power Outages and Linac Downtime Plan (CUIR-WPC-0114) details critical electrical system upgrades at SLAC National Accelerator Laboratory. The plan establishes a preliminary power outage schedule aligned with accelerator program downtimes, defines roles and responsibilities, and sets schedule constraints for subcontractors. Key projects, divided into five packages (A-E), include Linac Power Distribution System improvements, Master Substation Building expansion, 230kV Transformer replacement, K-5B Substation and Sector 4 Switchgear installation, and IR12 SCADA Hardware upgrades. These upgrades necessitate extensive power outages, primarily between July 2026 and December 2028, impacting various science programs and operations. The document also outlines temporary power provisions, including the use of diesel generators, and emphasizes coordination with SLAC personnel and science programs to mitigate risks and consequences during these critical infrastructure modernizations.
DRAFT_B2_03.11_C07_CUIR's_Quality_Requirements_for_Subcontractors.pdf
PDF1057 KBSep 23, 2025
AI Summary
CUIR-QA-0175 outlines Critical Utilities Infrastructure Revitalization (CUIR) quality assurance (QA) requirements for subcontractors and suppliers at SLAC National Accelerator Laboratory. This document details quality clauses for Statements of Work (SOWs), ensuring procurement actions align with project quality standards and Department of Energy (DOE) Order 414.1E. It defines responsibilities for Project, Design, and QA Managers and includes appendices for quality program requirements, a deliverables checklist, and detailed descriptions of each quality clause. Key areas covered include quality management systems, personnel qualifications, design control, procurement, inspection, testing, and handling of nonconforming and suspect/counterfeit items. Subcontractors must maintain a quality management program compliant with CUIR-QA-0175 and relevant industry standards like ISO 9001, providing documented evidence of compliance and granting CUIR and DOE access for verification.
DRAFT_B2_03.12_C08_Department_of_Energy_(DOE)_Order_414.1E_Quality_Assurance.pdf
PDF370 KBSep 23, 2025
AI Summary
The Department of Energy (DOE) Order 414.1E Chg. 2 establishes an integrated Quality Assurance Program (QAP) to ensure work controls, requirement compliance, and mission achievement. This draft order, effective December 18, 2024, supersedes DOE O 414.1D Chg. 2 and applies to all Departmental elements, associated field elements, and most DOE contractors. It outlines requirements for QAP development and implementation, emphasizing a graded approach proportional to risks and adherence to national/international standards like ASME NQA-1 for nuclear facilities. The order details responsibilities for the Deputy Secretary, Program Secretarial Officers, Field Element Managers, Contracting Officers, and the Director of Environment, Health, Safety and Security in overseeing and approving QAPs. Key elements include training, quality improvement, document control, work processes, design, procurement, inspection, and independent assessments. Special attention is given to preventing suspect/counterfeit items and ensuring software quality assurance throughout its lifecycle.
DRAFT_B2_04_Section_F_(Deliveries_Performance).pdf
PDF749 KBSep 23, 2025
AI Summary
The document "Section F – Deliveries or Performance" from SLAC National Accelerator Laboratory outlines the period of performance for three distinct scopes of work, likely associated with a government Request for Proposal (RFP) or contract. The base scope includes the "Installation of Substation K-5B" from the Notice of Award until December 31, 2027, and "Installation of Sector 4 Switchgear" from the Notice of Award until September 30, 2026. An optional line item, "Temporary Power Provision During Power Outage," is also specified, running from the Notice of Award until December 31, 2027, if exercised by SLAC. The document explicitly states that the evaluation of this option does not obligate SLAC to purchase it. This file details critical timelines for project deliverables and performance within a federal government context.
DRAFT_B2_05.0_Section_G_(General_TsCs).pdf
PDF723 KBSep 23, 2025
AI Summary
This SLAC National Accelerator Laboratory document, SLAC-SCM-GEN-033, outlines the general terms and conditions for supply chain management. It specifically incorporates by reference the "General Terms and Conditions for Fixed Price Construction Subcontracts (March 2024) DRAFT." Operated by Stanford University for the U.S. Department of Energy, this document is a foundational component for contractual agreements, ensuring adherence to established guidelines for construction subcontracts within federal government projects. The inclusion of a draft indicates an evolving framework for these agreements.
DRAFT_B2_05.1_Fixed_Price_Construction_March2024.pdf
PDF975 KBSep 23, 2025
AI Summary
The "GENERAL TERMS AND CONDITIONS FOR FIXED PRICE CONSTRUCTION" document outlines the contractual obligations for construction subcontracts, emphasizing compliance, safety, and project management. It defines key terms, establishes an order of precedence for contract documents, and details the Buyer's monitoring role, including potential back charges for non-compliance. Subcontractors are responsible for site investigation, obtaining permits, and ensuring personnel qualifications. The document specifies requirements for government-furnished property, submittals, work hours, cooperation with other contractors, and managing labor disputes. A significant portion addresses environmental, safety, and health protection, including adherence to federal, state, and SLAC-specific standards, with provisions for enforcement and penalties for non-compliance. It also covers inspection, acceptance, material access, site preparations, indemnification, insurance requirements (including specific coverage limits and endorsements), bonds (Miller Act and others), and a one-year warranty for all work. The Buyer retains the right to make changes to the scope of work via Change Orders, with strict protocols for additional costs or time. This comprehensive framework ensures a structured approach to fixed-price construction subcontracts, prioritizing safety, compliance, and efficient project execution.
DRAFT_B2_06_Section_H_(Special TsCs).pdf
PDF731 KBSep 23, 2025
AI Summary
This document, SLAC-SCM-GEN-034, outlines special terms and conditions for subcontracts with SLAC National Accelerator Laboratory, operated by Stanford University for the U.S. Department of Energy. Key provisions include the University's unilateral option to exercise construction options, often with a 30-day preliminary notice, and mandatory electronic submission of weekly certified payroll reports via LCPtracker for all subcontractors to ensure labor compliance. The document also defines Field Change Order authority, allowing the Construction or Project Manager to issue orders up to $25,000, with higher amounts requiring the Subcontract Administrator. It specifies key personnel, whose changes require 30 days' written notice and approval. Quyen Weng is designated as the contractual representative for modifications, while Hyejoo Yoo serves as the technical representative. Additionally, the document details the handling of Government-furnished property, including delivery schedules, inventory, and liability for loss or damage, emphasizing its use solely for the subcontract.
DRAFT_B2_07.0_Section_J_(List_of_Attachments).pdf
PDF705 KBSep 23, 2025
AI Summary
This document, Section J (Rev. 06/04/12) SLAC-SCM-GEN-036 from SLAC National Accelerator Laboratory, is a list of attachments pertaining to supply chain management, likely for a construction or subcontractor project. It outlines nine attachments, including a Davis Bacon Wage Determination, Subcontractor Safety IIPP and Qualification Form, a Work Classification Form, Standard Form SF1413, an NTP Submittal Checklist, a Final Inspection Report, Construction Subcontracts Final Release, and a Labor Rate Sheet. The document provides the description, page count, and date for each attachment, indicating various compliance, safety, and administrative requirements for potential contractors or subcontractors working with the SLAC National Accelerator Laboratory.
DRAFT_B2_07.1_DBA_WD_CA20250018_19SEPT2025_Mod_17.pdf
PDF3257 KBSep 23, 2025
AI Summary
The government file details various procurement and administrative procedures, including guidelines for proposal submissions, contract management, and financial reporting. It outlines specific requirements for federal grants and state/local RFPs, emphasizing compliance with established regulations. The document covers aspects such as proposal evaluation criteria, project implementation phases, and monitoring mechanisms. It also addresses personnel qualifications, technical specifications, and reporting frequencies to ensure transparency and accountability. The file aims to standardize processes and ensure effective resource utilization in government projects, providing a framework for managing complex initiatives from inception to completion.
DRAFT_B2_07.2_Subcontractor_Form_IIPP_052121.pdf
PDF744 KBSep 23, 2025
AI Summary
The SLAC Injury and Illness Prevention Plan (IIPP) Acknowledgement Form (SLAC-I-730-0A21J-032-R001) is a mandatory document for subcontractors working at SLAC, ensuring compliance with Department of Energy (DOE) Worker Safety and Health Program (10 CFR 851) requirements, which are more stringent than Cal/OSHA IIPP. The form, required for both green and non-green work, must be completed by an authorized subcontractor representative and submitted with the proposal as a prerequisite for a notice to proceed. Prime subcontractors are responsible for flowing these requirements down to sub-tier subcontractors. Subcontractors can either adopt SLAC's 851-compliant IIPP or submit their own for review. Additionally, the form captures occupational medicine information, requiring subcontractors to provide details of their occupational medicine provider if employees work on-site for 30 or more 8-hour days within a 12-month period or are enrolled in specific medical/exposure monitoring programs.
DRAFT_B2_07.3_Work_Classification_Form_360342.pdf
PDF1233 KBSep 23, 2025
AI Summary
This government file, likely an RFP or grant, outlines extensive safety requirements and operational procedures across various work activities. It categorizes work into "yellow," "red," and "red-plus" based on potential hazards, ranging from routine service and maintenance to activities involving hazardous materials, excavations, and radiation-generating devices. The document emphasizes the need for specialized permits, qualified personnel, and strict adherence to safety protocols, including Job Safety Analyses (JSAs) and specific safety programs for excavation and radiological controls. It also details requirements for equipment registration, monthly operating hour logs, and fuel consumption for portable equipment. The overarching purpose is to ensure worker safety, regulatory compliance, and the protection of operational integrity across all covered activities.
DRAFT_B2_07.4_SF1413.pdf
PDF638 KBSep 23, 2025
AI Summary
Standard Form 1413 (Statement and Acknowledgment) is a government document used in federal contracting, specifically for subcontracts. It ensures compliance with labor standards and safety regulations. The form has two parts: Part I, completed by the prime contractor, details the prime contract and subcontract information, including whether the "Contract Work Hours and Safety Standards Act -- Overtime Compensation" clause is included. Part II, completed by the subcontractor, acknowledges the inclusion of various labor standards clauses from the prime contract in the subcontract, such as payrolls, withholding of funds, disputes, construction wage rates, apprentices, Copeland Act compliance, and subcontract termination. The form also includes a Paperwork Reduction Act Statement, estimating a .05-hour burden for completion and providing contact information for comments. This form is essential for maintaining transparency and accountability in federal subcontracting concerning worker rights and safety.
DRAFT_B2_07.5_SubcontractorFormSQF.pdf
PDF776 KBSep 23, 2025
AI Summary
The SLAC National Accelerator Laboratory's Subcontractor Safety Qualification Form (SLAC-I-730-0A21J-027-R010) outlines the requirements for prime subcontractors performing construction or high-risk service work. This form, valid for one year and specific to the work type, mandates comprehensive safety qualifications including company details, license classifications (especially California licenses for construction), and a detailed description of work types. Subcontractors must submit a written health and safety manual encompassing California IIPP elements, a Code of Safe Practices (for construction), and specific programs like Heat Illness Prevention. The form also requires documentation of firm project experience (at least three relevant projects) and a three-year incident history based on OSHA Forms 300 and 300A, including DART cases, total hours worked, fatalities, and OSHA citations, along with the current Worker's Compensation Experience Modification Rate (EMR). All supporting documents, such as the safety manual, project experience, OSHA forms, EMR documentation, and explanations for citations or fatalities, are mandatory for acceptance. Subcontractors must acknowledge responsibility for worker safety and ensure proper training, attesting to the accuracy of all provided information.
DRAFT_B2_07.6_NTP_Submittal_Checklist_061424.pdf
PDF1159 KBSep 23, 2025
AI Summary
The SLAC National Accelerator Laboratory (SLAC) requires subcontractors to submit a comprehensive set of documents before proceeding with work, as outlined in the "NOTICE TO PROCEED CHECKLIST." This checklist is crucial for supply chain management in federal government projects, ensuring compliance and project readiness. Key requirements include performance and payment bonds for subcontracts over $35,000, and approved insurance certificates covering professional errors and omissions for design-heavy subcontracts over $25,000, and builder’s all-risk insurance for subcontracts over $50,000. Additionally, subcontractors must provide a "Statement and Acknowledgment" (SF1413) for all sub-subcontractors, copies of all necessary licenses and permits, Issue for Construction Set (IFC) Drawings and Specifications, and a project schedule in the specified format. These measures ensure all regulatory, financial, and operational prerequisites are met before project commencement.
DRAFT_B2_07.7_Final_Inspection_Report.pdf
PDF701 KBSep 23, 2025
AI Summary
The "FINAL INSPECTION REPORT" is a critical document for supply chain management within government contracts, specifically for SLAC (SLAC National Accelerator Laboratory at Stanford University). This report confirms that subcontracted work meets requirements, enabling final payment release. Key components include documenting the final inspection date and attendees from both SLAC and the subcontractor, confirming receipt and acceptance of red-line as-built drawings and operation & maintenance manuals, and verifying the return of all ID and dosimeter badges and keys. It also ensures that certified payrolls are finalized and that punch lists are approved by the A/E, Facilities & Operations, and the subcontractor. Finally, the report requires the issuance of a SLAC Building Inspection Office Final Certificate of Occupancy or Permit Card. This comprehensive report ensures compliance and proper closure of subcontracts, aligning with federal procurement and grant guidelines.
DRAFT_B2_07.8_Construction_Subcontracts_Final_Release.pdf
PDF769 KBSep 23, 2025
AI Summary
This document is a final release and waiver of claims related to the PEP Ring Road North Paving subcontract at SLAC National Accelerator Laboratory. It confirms full and final payment to the subcontractor, GC NAME, for work performed, releasing Stanford University, SLAC, and the Department of Energy from further claims, except for any outstanding, written, disputed claims. The subcontractor warrants that all labor and materials have been paid for, including welfare and pension contributions, and agrees to indemnify Stanford University and the U.S. Dept. of Energy against any future claims or liens. The document emphasizes that SLAC is a Federally Funded Research and Development Center, and all construction work and improvements are owned by the U.S. Government and exempt from state lien laws. The subcontractor acknowledges that work is complete, with no further billing expected, and the signatory has full legal authority to bind the firm to these terms.
DRAFT_B2_08.0_Section_K_(Rep_and_Certs).pdf
PDF727 KBSep 23, 2025
AI Summary
The document, SLAC-SCM-GEN-037 Section K – Representations and Certifications, is a draft supplement dated August 25, 2022. It is prepared by the SLAC National Accelerator Laboratory, which is operated by Stanford University for the U.S. Department of Energy. This document, identified as SLAC-SCM-GEN-037 and revised on June 4, 2012, is a standard component within government procurement processes, likely associated with federal RFPs or grants. It outlines the necessary representations and certifications required from entities conducting business with the SLAC National Accelerator Laboratory, ensuring compliance with federal regulations and departmental policies.
DRAFT_B2_08.1_Reps_and_Certs_Supplement.pdf
PDF661 KBSep 23, 2025
AI Summary
The Stanford University Representations and Certifications Supplement is required for Offerors engaging in a Prime Contract with the U.S. Department of Energy. It mandates certifications on System for Award Management (SAM) registration, E-Verify enrollment (for proposals over $3,500), and disclosure of any Stanford University employee or near relative's financial interest in the Offeror's organization. Additionally, it requires certifications regarding Toxic Chemical Release Reporting (for offers exceeding $100,000) and anti-kickback policies. The supplement also addresses export control classifications for furnished items, including Trigger List, USML (ITAR), and Dual Use items. A legally authorized individual must sign the document, affirming the accuracy of all statements, with certifications remaining valid for one year.
DRAFT_B2_09.0_Section_L_Instruction_to_Offerors.pdf
PDF863 KBSep 23, 2025
AI Summary
The Critical Utilities Infrastructure Revitalization (CUIR) Project, Subproject 1, RFP #360342, outlines instructions for offerors to install Substation K-5B and Sector 4 Switchgear at SLAC National Accelerator Laboratory. This federal construction project requires proposals to be submitted in two volumes: a technical proposal and a price proposal. Key evaluation factors include technical approach, safety, project management and experience, an interview, and statement of qualifications. Offerors must be registered with SAM.GOV and the University’s procurement system. Proposals must adhere to strict formatting, content, and submission guidelines, including specific page limits and deadlines for questions. The University anticipates awarding one Firm Fixed Price subcontract, emphasizing compliance with all stated terms and conditions.
DRAFT_B2_09.1_Section_L_Attachment_A_Past-Performance-Evaluation.pdf
PDF933 KBSep 23, 2025
AI Summary
The “Past/Performance Questionnaire” (Section L – Attachment A) is a source selection sensitive document designed for evaluating contractor performance on government contracts. It is structured into four main sections: Contract Identification, Customer or Agency Identification, Evaluator Identification, and Evaluation. The evaluation section details a five-level performance scale (Exceptional to Unsatisfactory) and includes detailed questions across key performance areas: Quality of Product or Service, Project Management, Timeliness of Performance, Cost Performance, and Safety and Health. The questionnaire also asks about reservations for future solicitations, OSHA recordable cases, contract terminations (for government contracts only), and provides space for additional comments and an evaluator’s signature. This document is crucial for assessing a contractor's past performance to inform future government procurement decisions.
DRAFT_B2_09.2_Section_L_Attachment_B_Proposal_Breakdown_Sheet.pdf
PDF678 KBSep 23, 2025
AI Summary
This document, Attachment B to RFP #360342, provides a detailed cost breakdown for the CUIR SP1 Package D project, which involves the installation of Substation K-5B and Sector 4 Switchgear. The file categorizes costs into direct and indirect expenses for two main scopes: Base Scope 1, focusing on Substation K-5B installation, and Base Scope 2, for Sector 4 Switchgear installation. Additionally, it outlines costs for an optional scope related to temporary power provision. Each scope itemizes direct costs across various construction divisions like electrical, earthwork, and utilities, and indirect costs such as general conditions, bonds, insurance, and overhead and profit. The document serves as a template for subcontractors, specifically MH, to detail projected expenditures for each component of the project, including labor, material, equipment, and total costs, underscoring the financial planning required for this federal government RFP.
DRAFT_B2_09.3_Section_L_Attachment_C_SLAC_Question&Answer_Log_(RFI).pdf
PDF665 KBSep 23, 2025
AI Summary
The document "Section L - Attachment C SLAC Question and Answer Log (RFI)" is a draft Request for Information (RFI) log for RFP #360342, titled "Critical Utilities Infrastructure Revitalization (CUIR) K-5B Substation and Sector 4 Switchgear." This log is designed for offerors or general contractors to submit questions and receive responses regarding the solicitation. It includes fields for the date submitted, RFP document reference, the request for information, the response date, and any RFP actions. The form provides a structured format for up to 20 questions and answers, facilitating clarification and communication between the issuing authority and potential bidders for this critical infrastructure project.
DRAFT_B2_10_Section_M_Evaluation_Methodology.pdf
PDF904 KBSep 23, 2025
AI Summary
This government RFP outlines the evaluation factors for the Critical Utilities Infrastructure Revitalization (CUIR) Project, Subproject 1. The selection process is a best-value tradeoff, emphasizing an integrated assessment of technical factors, subfactors, and price, in accordance with FAR 15.3 and DEARS. The University intends to award one Firm Fixed Price subcontract to the Offeror demonstrating the best overall value. Proposals will be evaluated in two volumes: Technical and Business/Price. The Technical Proposal (Volume I) includes factors like Technical Approach (45%), Safety (Pass/Fail), Project Management and Experience (35%), Interview (20%), and Statement of Qualifications (Pass/Fail). The Business/Price Proposal (Volume II) focuses on Business Documentation and Price Proposal/Contract Documentation, both evaluated on a Pass/Fail basis for subfactors such as bonding capacity, Dun & Bradstreet score, and completeness of documentation. The University reserves the right to reject unrealistic offers or proposals with uncorrectable deficiencies. The final award will go to the highest-ranked Offeror in Volume I who also passes all Volume II factors, with price realism and reasonableness being key considerations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 23, 2025
deadlineResponse DeadlineOct 1, 2025
expiryArchive DateOct 15, 2025

Agency Information

Department
DEPARTMENT OF ENERGY
Sub-Tier
ENERGY, DEPARTMENT OF
Office
SLAC Natl Accel Lab -DOE Contractor

Point of Contact

Name
Quyen Weng

Place of Performance

Menlo Park, California, UNITED STATES

Official Sources