This Statement of Work (SOW) outlines the technical requirements for prospective subcontractors for the fabrication, quality control, testing, and delivery of PIP-II Laserwire magnets for the Fermi National Accelerator Laboratory (FNAL). The project aims to enhance Fermilab’s particle accelerator capabilities. The SOW details deliverables, including a first article and 14 production units, along with tooling and drawings, with specific delivery dates in 2026. Subcontractors must demonstrate at least five years of experience in magnet fabrication, provide detailed material information, and submit a quality assurance plan and production schedule. The document also specifies readiness reviews, hold points for manufacturing and quality control, and technical requirements for the magnets' construction, including materials and winding specifications. FNAL reserves the right to monitor all manufacturing steps and perform acceptance testing.
The Fermi Forward Discovery Group, LLC (FFDG) General Terms & Conditions for Supplies (08/2025) outlines the contractual framework for providing supplies to the Fermi National Accelerator Laboratory. This document, intended for federal government RFPs and grants, details general provisions, payment terms, inspection rights, and modification procedures. Key clauses cover indemnification, warranties for supplies (including IPv6 compliance and genuine parts), termination conditions, dispute resolution (favoring arbitration at FFDG's option), and compliance with various federal and DOE regulations. It also specifies requirements for site access, environmental, safety, and health standards, and mandates the flow-down of numerous Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR) clauses based on subcontract value thresholds. The document emphasizes subcontractor adherence to all applicable laws, independent contractor status, and FFDG's right to control changes and ensure quality and safety.
The FL-55 (Rev. 6/23) document outlines the requirements for small business subcontracting plans, which do not apply to small business concerns themselves. It defines key terms like "Alaska Native Corporation," "commercial item," "commercial plan," and "individual contract plan." Subcontract-offerors must submit and negotiate a subcontracting plan with the FRA, addressing various small business categories such as veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned. The plan must include specific goals, dollar amounts for planned subcontracts, descriptions of services, methods for goal development, and identification of potential sources. It also details administrative responsibilities, reporting requirements via the Electronic Subcontracting Reporting System (eSRS), and assurances for compliance. Failure to comply can result in a material breach of the subcontract. The document differentiates between individual contract plans and commercial plans, outlining distinct reporting periods and approval authorities for each.
The Fermi Forward Discovery Group's Subcontractor Annual Representations & Certifications (SARC) form ensures compliance for subcontractors and suppliers working on U.S. Government contracts. It gathers essential information on offeror ownership, business type, and common parent relationships. The SARC requires certifications regarding business size, diversity classifications, and executive compensation disclosure based on federal funding thresholds. It also assesses the offeror's accounting system, responsibility, and compliance with anti-trafficking laws and E-Verify requirements. Furthermore, the form mandates adherence to U.S. export/import control laws and addresses limitations on pass-through charges, solidifying the subcontractor's commitment to federal regulations and ethical business practices.
This government file, PUR-466 Revision 5, outlines essential certifications and requirements for offerors submitting proposals to the Fermi Forward Discovery Group, LLC (FFDG). It details three main certifications based on proposal dollar value: Certification #1 (for proposals ≥ $10,000) covers export/import control and Buy American—Construction Materials, defining domestic and foreign materials and outlining exceptions. Certification #2 (for proposals ≥ $150,000) includes independent price determination, disclosure regarding payments to influence federal transactions, and responsibility matters. Certification #3 (for proposals ≥ $550,000) addresses combating trafficking in persons, particularly for work performed outside the United States. The document emphasizes compliance with FAR and DEAR clauses, patent rights, and mandates certifications for ethical conduct and supply chain integrity. Offerors must complete applicable sections and provide contact information, ensuring adherence to federal regulations.
This document outlines a subcontract for the Proton Improvement Plan II Project (PIP-II) between Fermi Forward Discovery Group, LLC (FFDG) and a vendor. The subcontract operates under a prime contract with the U.S. Government, represented by the Department of Energy. It details the general terms, conditions, and scope of work, which involves the Subcontractor providing "cavities" as per RFP specifications. Key sections cover pricing, milestone payments, inspection, acceptance, and delivery schedules. The document also specifies subcontract administration, including roles of FFDG's Procurement Specialist and Technical Representative, and procedures for invoicing and potential changes. Special requirements address government-furnished property, liability limitations, and the absence of insurance requirements. The subcontract emphasizes compliance with all listed orders, regulations, and directives.
This Request for Proposal (RFP) #370354-DSF, issued by Fermi Forward Discovery Group, LLC (FFDG) on December 16, 2025, seeks proposals for the procurement of "Laserwire Magnets" for the Proton Improvement Plan II (PIP-II) particle accelerator at Fermi National Accelerator Laboratory (Fermilab). The acquisition is for a built-to-print package of PIP-II Laserwire Magnets as defined in the Statement of Work (SOW), Exhibit A. The NAICS code for this solicitation is 334519, with a small business size standard of 600 employees. Proposals are due by 2:00 P.M. CST on January 20, 2026, and must be submitted in two parts: a Technical Proposal (Part I) and a Business Management & Price Proposal (Part II). The award will be based on a best-value trade-off source selection, where non-cost factors are significantly more important than cost or price. FFDG reserves the right to accept or reject any proposals. Inquiries are due by 2:00 P.M. CST on December 30, 2025, to Procurement Specialist Seth Fryar.