Giese Road Substation Feeder 24 Backfeed
ID: 375074GMKType: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Request for Proposals (RFP) No. 375074GMK, issued by Fermi Forward Discovery Group (FFDG) on December 11, 2025, invites proposals for the Giese Road Substation Feeder 24 Backfeed project. This is a small business set-aside with NAICS code 238210 ($19.0 million size standard) for Electrical Contractors. The project involves installing overhead feeders and underground duct banks, pulling 15kv power cable, and performing terminations and testing, with all on-site work to be completed by February 1, 2026. Proposals are due by 10:30 AM CST on December 24, 2025, and will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Key requirements include extensive corporate and personnel experience in medium voltage electrical work, NFPA 70E compliance, safety documentation, a Corporate Quality Assurance Plan, a firm fixed price proposal, and a bid guarantee of not less than 20% (not to exceed $3 million). The project is subject to Davis-Bacon Act wage rates and Buy American requirements for construction materials. Payment and Performance Bonds are required for subcontracts exceeding $35,000 and $150,000, respectively.
    RFP No. 375074GMK, issued by Fermi Forward Discovery Group (FFDG) on December 11, 2025, invites proposals for the Giese Road Substation Feeder 24 Backfeed project. This is a small business set-aside for electrical contractors (NAICS 238210, size standard $19.0 million). The project involves installing overhead feeders, underground duct banks, 15kv power cable, and related termination and testing, with all work to be completed by February 1, 2025. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) method, requiring demonstrated corporate capabilities, past experience with similar projects, qualified key personnel (Project Manager, Project Superintendent, Safety Engineer), and submission of safety and quality assurance plans. A bid guarantee of at least 20% (not exceeding $3 million) is required. Proposals are due by 10:30 AM CST on December 24, 2025. The RFP also includes provisions for wage determination (Davis-Bacon Act), certified payroll via LCPTracker, Buy American requirements for construction materials, and mandates for payment and performance bonds if subcontract values exceed $35,000 and $150,000 respectively. Adherence to affirmative action compliance and FFDG's general terms and conditions, including insurance requirements, is mandatory.
    The project involves electrical medium voltage work at the Giese Rd Substation in Batavia, IL, specifically for the Feeder 24 Backfeed. The scope includes installing overhead feeders, underground duct banks, 15kv power cables, a new utility pole, an overhead fuse cutout, a pad mount switch, and an underground electrical vault. All equipment, labor, and materials (except those provided by Fermilab) are the contractor's responsibility. The project requires key personnel with specific experience in construction, OSHA training, and preferably DOE national laboratory experience. Fermilab will supply certain government-furnished property, including a PME-10 switch and feeder cable. The work is scheduled to start on December 31, 2025, and conclude by February 10, 2026, with a project end date of February 10, 2026.
    The Fermi Forward Discovery Group, LLC (FFDG) General Requirements outline the project-specific conditions for the Giese Road Substation Feeder 24 Backfeed project at Fermilab in Batavia, Illinois. The subcontractor is responsible for providing all labor, materials, equipment, and supervision to deliver a functional system safely and to industry standards. FFDG will furnish some equipment, electrical power for hand tools, and utility locates, but not drinking water or toilet facilities. The document details requirements for site access, hauling, temporary services, material substitutions, and documentation, including as-builts and requests for information (RFIs). Key milestones and schedules are provided, emphasizing quality control and adherence to ES&H requirements. The project requires strict compliance with the Buy American Act, and specific procedures for project initiation, progress meetings, and final acceptance are outlined, ensuring all work meets FFDG’s standards.
    The Fermi Forward Discovery Group, LLC (FFDG) ES&H Requirements document outlines comprehensive environment, safety, and health policies for subcontractors working at Fermilab or DOE-leased sites. It mandates compliance with federal, state, and local regulations, including 10 CFR Parts 851 and 835. Subcontractors must submit ES&H certifications, safety records, and site-specific safety plans. The document details extensive training requirements, incident reporting procedures, and occupational medicine programs. Key areas covered include hazard analysis, personal protective equipment, and permits for high-hazard activities like excavation and confined space entry. FFDG emphasizes integrated safety management, requiring subcontractors to implement robust programs and adhere to strict safety protocols, with regular inspections and audits to ensure compliance.
    The Fermi Forward Discovery Group, LLC (FFDG) Submittals document outlines general methods and requirements for project work submittals, specifically focusing on shop drawings, material samples, and operation and maintenance manuals. Subcontractors must submit these items using the “Submittal for Review Transmittal” form and maintain
    Fermi Forward Discovery Group, LLC (FFDG) requires subcontractors to implement a robust Quality Control (QC) program for all work, both on- and off-site. Subcontractors must submit a corporate Quality Assurance Plan with their bid and a project-specific Quality Control Plan (PQC Plan) within 10 working days of award. The PQC Plan, which must be accepted by FFDG prior to the Notice to Proceed, needs to detail personnel, procedures, controls, testing, and documentation specific to the project. It must identify a Project Quality Control Manager responsible for implementing the plan, interfacing with the Construction Management Office, maintaining records, and ensuring all required testing is performed. The PQC Plan also needs to include control, verification, and acceptance testing procedures, as well as a list of definable features of work. FFDG reserves the right to require modifications to the PQC Plan and operations as necessary to achieve specified quality.
    The document outlines the technical specifications for 15 kV medium voltage cable, specifically for the Giese Road Feeder 24 Rework project. It details requirements for solid dielectric, ethylene propylene rubber insulated, triplexed aluminum cable with jacketed concentric copper neutral conductors, suitable for 13.8 kV, 60 hertz, solidly grounded systems. The cable must be suitable for both underground duct systems and direct burial. Key sections cover applicable standards (AEIC, ANSI, ASTM, ICEA, NEMA, NFPA), material specifications for the conductor (aluminum alloy 1350), stress control layer, insulation, insulation shield, concentric neutral conductors, and jacket. It also specifies identification markings, factory testing and quality assurance protocols (including insulating shield stripping, AC voltage, partial discharge, water penetration, and migration tests), and a minimum 40-year warranty period. The document clarifies warranty conditions, including the process for testing faulted cable segments and manufacturer replacement in case of manufacturing defects.
    The Giese Road Feeder 24 Rework project involves the installation and maintenance of a 15kV cable system, including 15kV switches and related grounding work. The subcontractor is responsible for furnishing materials, installation, termination, splicing, and testing. The project adheres to various standards such as ANSI, ICEA, IEEE, NEMA, NETA, NFPA, OSHA, and UL. Quality assurance is paramount, with all work subject to FFDG acceptance and requiring experienced personnel. The document details specific material requirements for terminal lugs, termination kits, cable splice kits, raceways, concrete pads, core drills, firewrapping, and grounding materials. It also outlines procedures for cable execution, movement, storage, placement, pulling, and testing, including hi-pot testing. Cable identification, grounding, and disposition of removed cables and reels are also specified, ensuring a complete and functional electrical distribution system.
    This document outlines the requirements for grounding and bonding electrical systems and equipment, particularly for the Giese Road Feeder 24 Rework project. It details quality assurance, emphasizing compliance with UL 467, NFPA 70, and IEEE/ANSI C2 standards, and mandates testing by OSHA-defined agencies. Submittals include product data for ground rods and field test reports. The document specifies copper for grounding conductors, copper-clad steel ground rods (3/4" x 120"), and exothermic-welded connectors. Installation instructions focus on minimizing galvanic action, routing conductors along the shortest paths, and protecting them from damage. Specific grounding procedures for underground distribution systems, including manholes, handholes, and pad-mounted switches, are provided. Field quality control requires inspection and ground resistance testing using the fall-of-potential method (IEEE 81), with specific resistance limits for pad-mounted switching equipment (5 ohms) and manhole grounds (10 ohms). The document also includes provisions for restoring disturbed surface features after work completion.
    This government file,
    The Fermi Forward Discovery Group (FFDG) General Terms & Conditions for Construction (08/2025) outlines the contractual obligations for subcontractors working at the Fermi National Accelerator Laboratory. This document, part of federal government RFPs, federal grants, and state/local RFPs, details general provisions, payment terms, subcontractor superintendence, licensing, changes, indemnification, termination, legal compliance, and dispute resolution. Key aspects include definitions of terms, scope of work, independent contractor status, assignment restrictions, and acceptance of subcontract terms. Payment provisions cover progress payments, retainage, final payment conditions, and FFDG's right to withhold payments for non-conformance. The document also addresses subcontractor responsibilities for site investigation, environmental, safety & health (ES&H) compliance, stop-work/suspension orders, insurance, bonds, and adherence to the Davis-Bacon Act. A significant section details special government flow-down provisions, incorporating numerous Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses, which apply based on subcontract value and specific conditions, ensuring compliance with federal mandates.
    This document outlines the mandatory insurance requirements for construction subcontracts at Fermi National Accelerator Laboratory (Fermilab), incorporating Fermi Forward Discovery Group, LLC (FFDG) standards. Subcontractors must maintain minimum coverages, including Commercial General Liability ($1M per occurrence, $2M aggregate), Automobile Liability ($1M combined single limit), Workers’ Compensation (statutory limits), and Employer’s Liability ($1M per accident/disease). Excess Liability is required, with limits of $1M for subcontracts under $3.5M and $5M for those over. Contractor’s Pollution Liability and Professional Liability (if applicable) each require $1M. Supplemental coverages like Aircraft Liability, Builder's Risk, Broad Form Cargo, and Installation Floater may also be necessary. FFDG, the University of Chicago, Universities Research Association, Inc., and the U.S. Government must be named as additional insureds, with waivers of subrogation. Certain exclusions are prohibited in Commercial General Liability policies. Subcontractors must provide evidence of insurance within ten days, ensure timely notice of cancellation, and apply these requirements to all sub-subcontractors.
    The document, Standard Form 1413 (Rev. 10/2023), titled "Statement And Acknowledgment," is a federal form used in government contracting to document subcontract awards. It is prescribed by GSA/FAR (48 CFR) 53.222(e) and has an OMB Control Number of 9000-0066 with an expiration date of 5/31/2027. The form is divided into two parts: Part I – Statement Of Prime Contractor, where the prime contractor provides details about the prime contract, the awarded subcontract, and identifies the subcontractor. It also indicates whether the prime contract includes the "Contract Work Hours and Safety Standards Act -- Overtime Compensation" clause. Part II – Acknowledgment Of Subcontractor, where the subcontractor acknowledges the inclusion of various labor standards clauses from the prime contract within their subcontract, such as "Payrolls and Basic Records," "Withholding of Funds," and "Construction Wage Rate Requirements." The form also includes a Paperwork Reduction Act Statement, estimating a completion time of 0.05 hours.
    The Fermilab Subcontractor Injury & Illness Data Questionnaire (Fermilab ES&H Manual 7010-F1-1) is a critical document for federal government RFPs, requiring subcontractors to provide comprehensive safety and health data for the past three years. This questionnaire mandates the submission of interstate experience modification rates, workers' compensation carrier details, and OSHA 300 log data, including total recordable cases, cases with days away/restricted/job transferred (DART), and fatalities. Subcontractors must calculate and provide three-year averages for total recordable case rates and DART rates using specified formulas. The document also requires the name, phone number, years of service, and safety qualifications of the individual responsible for safety. This questionnaire ensures that subcontractors meet Fermilab's environmental, safety, and health standards, promoting a safe working environment and compliance with federal regulations.
    The Request for Proposal (RFP) No. 375074GMK, dated December 5, 2025, invites proposals for the "Giese Road Substation Feeder 24 Backfeed" project. The RFP seeks bids for all necessary labor, equipment, materials, transportation, overhead, bonding, insurance, safety oversight, QC oversight, and supervision to complete the project in strict accordance with the provided documents. Bidders are required to submit a total sum for the project, and proposals will be accepted for a period of ninety (90) days from the opening date, unless a longer acceptance period is specified by the offeror. The form requires the company name, signature, name and title of the individual, and date.
    The Fermi Forward Discovery Group, LLC's Subcontractor Annual Representations & Certifications (SARC) form is a crucial document for subcontractors engaging with U.S. Government contracts. It ensures compliance with federal regulations by requiring offerors to provide detailed information on their business ownership, structure, and size (e.g., U.S. owned, small business, foreign business). The SARC also mandates disclosures regarding executive compensation, accounting system status, and adherence to responsible business practices, including anti-trafficking laws and E-Verify requirements. Additionally, it addresses compliance with U.S. export/import control laws and limitations on pass-through charges. Submitting this form certifies the accuracy of provided information and acknowledges the subcontractor’s commitment to U.S. Government contracting and subcontracting programs, remaining valid for 12 months from the signature date.
    The document, PUR-466 Revision 5, outlines essential proposal certifications for Fermi Forward Discovery Group, LLC (FFDG) subcontracts, categorized by dollar value. For proposals ≥ $10,000, certifications cover Export/Import Control, requiring offerors to specify if items are for military/space, dual-use, or other Commerce Control List (CCL) items, along with relevant classification numbers. It also includes the Buy American—Construction Materials clause, defining domestic preference for construction materials, with specific content tests for iron/steel and critical components, and procedures for requesting exceptions for foreign materials. For proposals ≥ $150,000, certifications include Independent Price Determination, ensuring fair pricing; Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, prohibiting undisclosed lobbying; and Certification Regarding Responsibility Matters, addressing debarment, criminal offenses, delinquent taxes, and contract terminations. Additionally, Employment Reports on Veterans and Anti-Kickback Procedures are required. For proposals ≥ $550,000, certifications relate to Combatting Trafficking in Persons and a Compliance Plan, especially for work performed outside the United States or non-COTS items. The document concludes with a signature block for offeror certification.
    Standard Form 24 (SF 24) is a bid bond form used when a bid guaranty is required for federal government contracts, including construction, supplies, or services. It ensures that a principal (bidder) who submits a bid will enter into the contract and provide the necessary bonds if their bid is accepted. If the principal fails to do so, the bond guarantees payment to the government for any costs exceeding the bid amount. The form outlines the obligations of the principal and surety(ies), details conditions for the bond becoming void, and specifies requirements for executing the bond, including information on corporate and individual sureties. It also includes instructions for completing the form, such as proper identification of parties, penal sum calculations, and corporate seal requirements. The document is prescribed by the GSA under FAR (48 CFR) 53.228(a) and has an OMB Control Number of 9000-0001.
    The provided document, Standard Form 25A (REV. 8/2016) / FERMIFORWARD FORM FL-42 (1/7/2025), is a payment bond used in federal government subcontracts. It ensures that the Principal (contractor) makes timely payments to all persons furnishing labor or materials for the subcontracted work, protecting the United States of America and Fermi Forward Discovery Group, LLC (FermiForward). The bond outlines the penal sum, which is the maximum liability of the Principal and Surety(ies). It specifies conditions under which the obligation becomes void, primarily the prompt payment to all involved parties. The document details requirements for Principal and Surety(ies) signatures, seals, and the inclusion of business addresses and states of incorporation. Instructions clarify the use of the form, the proper execution by principals and various types of sureties (individual and corporate), and the necessity for corporate sureties to be on the Department of the Treasury's approved list. Co-surety arrangements and their liability allocations are also addressed. This form is crucial for guaranteeing financial responsibility and compliance within government contracting.
    This government file, General Decision Number IL20250011, outlines prevailing wage rates for heavy and highway construction projects in Boone, De Kalb, Du Page, Kane, Kendall, Lake, McHenry, and Will Counties, Illinois. It specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts on or after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022) for federal contracts subject to the Davis-Bacon Act. The document details wage rates and fringe benefits for various crafts including Carpenters, Electricians, Power Equipment Operators (with classifications and premium pay), Ironworkers, Laborers (including sewer, tunnel, and hazardous waste classifications), Painters, Cement Masons/Concrete Finishers, and Truck Drivers (with axle-based pay and additional benefits like vacation and holidays). It also addresses paid sick leave for federal contractors under EO 13706 and provides guidelines for adding unlisted classifications and the wage determination appeals process.
    This firm fixed-price subcontract outlines the construction work for the Giese Road Substation Feeder 24 Backfeed at Fermi National Accelerator Laboratory in Batavia, Illinois. The agreement is between Fermi Forward Discovery Group, LLC (FFDG) and a Subcontractor, operating under a prime contract with the U.S. Department of Energy. The Subcontractor is responsible for providing all labor, materials, and equipment. The work must be completed within a specified number of calendar days from the Notice-to-Proceed. Payment terms include monthly progress payments with a 10% retention, and detailed invoice requirements. FFDG may withhold payments for various reasons, including defective work or failure to make payments to sub-tier contractors. Gina M. Kern is the FFDG Procurement Representative, authorized to modify the subcontract, while an FFDG Technical Representative monitors performance. Monthly progress reports are required, and key personnel changes need prior FFDG approval. Several documents, including a Statement of Work and General Terms and Conditions, are incorporated by reference.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the installation of 15KV electrical cables as part of the Main Ring Electrical P-F3 to P-F4 project (FESS Project 3-7-103B) in Batavia, Illinois. The selected subcontractor will be responsible for providing all necessary labor, materials, equipment, and oversight to complete the installation of approximately 15,000 feet of 15KV medium voltage power cables and associated communication cables, adhering to strict safety and quality standards. This project is critical for enhancing the electrical infrastructure at Fermilab, ensuring reliable power distribution for ongoing scientific research. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Chris Daley at cdaley@fnal.gov 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.
    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.
    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.
    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.
    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.
    FITTINGS FOR 230KV BREAKER REPLACEMENT AT GF
    Energy, Department Of
    The Department of Energy, specifically the Western Upper Great Plains Region, is seeking proposals for the procurement of fittings necessary for the replacement of a 230KV breaker at the Grand Forks facility. This solicitation is set aside for small businesses, emphasizing the importance of supporting local enterprises in fulfilling the requirements for electrical components, which are critical for maintaining the reliability and efficiency of electrical systems. Interested vendors should reach out to Jeremy John Schafer at Schafer@wapa.gov or call 605-353-2581 for further details regarding the submission process and any inquiries related to the opportunity.
    MMO: HARDWARE FOR GTF-CON NEEDED BY SPRING 2026
    Energy, Department Of
    The Department of Energy is seeking proposals from small businesses for the procurement of hardware necessary for the GTF-CON project, with a delivery deadline set for Spring 2026. This solicitation is part of a Total Small Business Set-Aside initiative, aimed at enhancing the capabilities of the Western Upper Great Plains Region. The goods required fall under the NAICS code 335999, which pertains to miscellaneous electrical equipment and component manufacturing, highlighting their significance in supporting energy-related projects. Interested vendors can reach out to Jeremy John Schafer at Schafer@wapa.gov or by phone at 605-353-2581 for further details regarding the solicitation process.