RFP#361946KMW - Heat Exchangers
ID: RFP361946KMWType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Power Boiler and Heat Exchanger Manufacturing (332410)

PSC

GENERAL SCIENCE & TECHNOLOGY R&D SVCS; GENERAL SCIENCE & TECHNOLOGY; EXPERIMENTAL DEVELOPMENT (AJ13)
Timeline
    Description

    The Department of Energy, through Fermi Research Alliance, LLC, is soliciting proposals for the fabrication of twenty heat exchangers, specifically SSR2, SS1, and LB650 types, under Request for Proposal (RFP) #361946. The procurement aims to secure high-quality heat exchangers that meet stringent industry standards, with a focus on technical and business management proposals that demonstrate relevant experience and capabilities. These heat exchangers are critical components for the PIP-II linear accelerator complex at Fermi National Accelerator Laboratory, ensuring efficient operation and compliance with safety regulations. Interested offerors must submit their proposals by October 18, 2024, and can direct inquiries to Kody M. Whittington at kwhittin@fnal.gov or by phone at 630-840-6898.

    Point(s) of Contact
    Files
    Title
    Posted
    The PIP-II Procurement and Fabrication Specification outlines the requirements for the procurement of 20 JT Heat Exchangers for the PIP-II linear accelerator complex at Fermi National Accelerator Laboratory for the SSR1, SSR2, and LB650 cryomodules. The document details the procurement phases, including bidding, technical and cost evaluation, and execution, along with stringent quality control measures and documentation requirements. Manufacturers are expected to deliver all materials, engineering services, and compliance documentation while adhering to specified lead times. Key points highlight the need for bidders to provide proposals demonstrating their capabilities, technical proposals, and quality management plans. The specification also sets forth various standards and acceptance criteria for fabrication, including performance specifications for each heat exchanger type, mechanical design requirements, and documentation for factory testing, shipping readiness, and compliance. All materials must conform to established codes, ensuring quality and safety in the components delivered. This document serves as a comprehensive guide for suppliers involved in state and federal procurement processes concerning advanced accelerator technologies.
    The FRA General Terms and Conditions for Supplies outlines the framework for subcontracting supplies under the Fermi Research Alliance (FRA) and the U.S. Department of Energy (DOE) rules. The document comprises several clauses detailing the scope of the subcontract, payment terms, inspection rights, and safety compliance. Key points include the definition of principal terms used within the subcontract, the independent contractor status of the subcontractor, provisions for assignment and acceptance of the subcontract, and the emphasis on timely performance. Specific clauses elaborate on payment conditions post-acceptance, rights to inspect supplies, and obligations regarding licenses and permits. Additionally, the document addresses indemnification, warranties regarding the quality of supplies, and obligations concerning suspected counterfeit parts. Termination rights for both parties in case of defaults or contractual changes are outlined, alongside explicit compliance with applicable laws and regulations. The inclusion of relevant federal acquisition regulations underlines the importance of statutory adherence and the necessity for clear communication regarding disputes and notifications. This comprehensive contract structure is crucial in ensuring the efficient and compliant execution of projects funded through federal and state avenues, fostering accountability and transparency in governmental procurement processes.
    The document outlines the Small Business Subcontracting Plan requirements applicable to subcontractors within federal procurement processes. It defines various terms such as "Alaska Native Corporation" and "commercial items," and establishes criteria for subcontracting plans, emphasizing engagement with small, veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned businesses. Subcontractors must submit detailed plans addressing their subcontracting goals, including percentages of funds allocated to the aforementioned business categories. Critical elements of the subcontracting plan include setting specific dollar amounts for sub-subcontracting and detailing methods for identifying potential sources. Subcontractors must ensure equitable opportunities for small businesses, maintain records on compliance efforts, and submit regular reports via the Electronic Subcontracting Reporting System (eSRS). Non-compliance may be deemed a material breach of contract. The plan promotes adherence to established goals across commercial and government contracts, fostering equal opportunities within the federal contracting landscape. In summary, this document serves to ensure subcontractors actively engage small business concerns while complying with federal requirements, thus enhancing diversity and economic opportunities within government contracts.
    The Fermi Research Alliance, LLC's Subcontractor Annual Representations & Certifications (SARC) form is a critical document for subcontractors engaged in U.S. Government contracts. It requires submission of detailed business information, including ownership structure, business type, employee counts, registrations, and compliance with federal regulations. The form emphasizes the necessity for certification of executive compensation, adherence to accounting system standards, and fulfillment of employment eligibility verification under E-Verify regulations. The document is structured in five sections: Business Information, Offeror Responsibility, Export/Import Control Certifications, Federal Acquisition Regulation Certifications, and Certification Acknowledgment. Each section mandates specific declarations and compliance commitments, particularly related to federal contracting qualifications and ethical conduct. Noteworthy points include requirements for small business classifications, affirmation of affirmative action programs, limitations on subcontracting costs, and adherence to export control laws. Overall, the SARC form serves to ensure transparency, responsibility, and legal compliance among subcontractors, bolstering the integrity of federal contracting processes.
    The document outlines the Proposal Certifications, specifically for offers submitted to the Fermi Research Alliance, LLC (FRA), detailing compliance requirements for various contract thresholds. It categorizes certifications based on the proposal's dollar value, including mandates for export/import control, Buy American preference for construction materials, rights to proposal data, and responsibilities regarding lobbying and trafficking. For proposals exceeding $10,000, offerors must report on export compliance and certify adherence to the Buy American Act, favoring domestic materials unless exceptions apply. For offers of $150,000 and above, additional certifications concerning independent pricing and lobbying activities are required. Proposals of $500,000 or greater necessitate compliance measures against trafficking in persons. The document stresses the importance of truthful certifications as a basis for government contract awards and outlines the repercussions for any misrepresentation. By providing this structured guidance, FRA aims to ensure compliance with federal regulations while promoting transparency and accountability in government contracting processes.
    The Request for Proposal (RFP) #361946 issued by Fermi Research Alliance, LLC invites submissions for the fabrication of twenty heat exchangers, specifically targeting the SSR2, SS1, and LB650 types. The document outlines submission guidelines, evaluation criteria, and project requirements, emphasizing a best-value trade-off selection process. Key components include a technical proposal and a business management proposal, both with specific documentation requirements. Proposals must adhere to set delivery timelines and demonstrate relevant past experience and capabilities in manufacturing heat exchangers compliant with industry standards. The awarded subcontractor is expected to manage quality control and deliver all units to designated locations in Batavia, IL, and Paris, France, with pricing in USD. The RFP calls for adherence to the North American Industry Classification System (NAICS) code 332410 and imposes no set-aside provisions. Offerors have until October 18, 2024, to submit their proposals and must clearly mark any proprietary information. The document reinforces that FRA retains the right to reject any proposals and highlights the importance of proper communication and compliance with submission details throughout the bidding process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    RFP#361279KMW - Neutron Detector Beam Loss Monitors
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is seeking proposals for the procurement of Neutron Detector Beam Loss Monitors (RFP361279KMW) to be utilized in the PIP-II superconducting H- linear accelerator. The project requires the design and fabrication of neutron detectors that meet specific technical requirements, including a photomultiplier/scintillator-based design and precise measurement capabilities for neutron flux. This procurement is critical for enhancing the operational efficiency of the accelerator, which plays a significant role in advancing scientific research. Interested contractors must submit their proposals by October 10, 2024, at 6:00 pm CT, and can direct inquiries to Procurement Specialist Kody M. Whittington at kwhittin@fnal.gov or by phone at 630-840-6898.
    RFP-362658-CMR
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory, is soliciting proposals for the procurement of various technical items, including turbo drives and related components, under the Request for Proposal (RFP-362658-CMR). Interested firms are required to submit firm-fixed price proposals by 4 pm CT on October 10, 2024, with all submissions directed to Procurement Specialist Crystal Momon-Reed via email. The procurement process will utilize a best value source selection approach, emphasizing the lowest price of technically acceptable proposals, and all items will be shipped to the Fermilab Receiving Warehouse in Batavia, Illinois. For further details, including compliance requirements and general terms applicable to the contract, interested parties can contact Crystal Momon-Reed at cmomreed@fnal.gov.
    Pumps for Quantum Science Center Refrigerators
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is seeking proposals for the procurement of Pfeiffer brand pumps specifically for the Quantum Science Center refrigerators. The solicitation invites alternative but equivalent proposals, provided that technical documentation is submitted for evaluation. These pumps are critical for maintaining the operational efficiency of the Quantum Science Center, which plays a significant role in advancing quantum science research. Interested suppliers must submit their proposals by 8 AM Central on October 4, 2024, and direct any inquiries to Spencer Keske at skeske@fnal.gov. Compliance with federal contracting regulations, including the completion of necessary certifications, is mandatory for all submissions.
    HEAT EXCHAGER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the manufacture of heat exchangers. This procurement aims to fulfill critical requirements for heat exchanger systems, which are essential components in various military applications, ensuring efficient thermal management in equipment and systems. The contract will be awarded on a firm-fixed-price basis, with specific requirements for inspection, quality assurance, and compliance with military standards. Interested contractors should contact Brett Hassick at 717-605-6055 or via email at brett.h.hassick.civ@us.navy.mil for further details and to submit their proposals.
    PIP II Valves
    Active
    Energy, Department Of
    The Department of Energy, specifically the Fermilab office, is seeking proposals for the procurement of PIP II Valves, a critical component for their ongoing projects. The solicitation aims to identify qualified vendors capable of supplying these valves, which play a vital role in experimental development and general science and technology research. The place of performance for this contract will be in Batavia, Illinois, and interested parties should note that there has been a change in the primary contact and the RFP due date as of September 23, 2024. For further inquiries, potential bidders can reach out to Kody M. Whittington at kwhittin@fnal.gov or by phone at 630-840-6898.
    Ion Pumps
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for the procurement of two specific ion pump assemblies (Agilent Varian 300-St-SHV-8-CFF) essential for ongoing research and operational needs. Proposals must include detailed pricing, compliance with technical specifications, and transportation costs, with a selection process favoring the lowest priced compliant submissions based on a "best value" approach. Interested suppliers are required to submit their proposals by 5 PM CDT on October 8, 2024, and must include necessary certification forms (SARC and PUR-466) to ensure compliance with federal contracting standards. For further inquiries, potential offerors can contact Rhiannon Patterson at rhiannon@fnal.gov or by phone at 605-431-2905.
    Turbo Station for MI60 Shop
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the procurement of a Pfeiffer pump, specifically the HiCube 80 Neo and related components, as part of its operations under prime contract No. DE AC02 07CH11359. This procurement is critical for maintaining high-precision equipment necessary for scientific research and operations at Fermilab, located in Batavia, Illinois. Proposals must be submitted by October 13, 2024, and should include compliance with required certifications, including the SARC and PUR-466 forms, particularly if the proposal exceeds $10,000. Interested vendors can direct inquiries to Spencer Keske at skeske@fnal.gov for further details.
    RFQ#362384KMW - All Metal Angle Valves For Extreme UHV Requirements
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is seeking quotes for the procurement of stainless steel "Easy close" all-metal angle valves designed for extreme ultra-high vacuum (UHV) requirements. Suppliers are invited to submit firm fixed price quotations for the specified valves, with the procurement process utilizing a Low Price Technically Acceptable (LPTA) selection method to ensure compliance with technical specifications. These valves are critical components for advanced scientific research and experiments conducted at Fermilab, underscoring their importance in maintaining the integrity of UHV systems. Interested vendors must submit their quotes by September 30, 2024, at 6:00 pm CT, and can direct inquiries to Kody M. Whittington at kwhittin@fnal.gov or by phone at 630-840-6898.
    RFP-362105-CMR Kynar Tubing
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the procurement of 4,500 feet of Kynar Tubing, specifically sized at 3/4" OD x 5/8" ID x 0.063" W, under Request for Proposal RFP-362105-CMR. This tubing is essential for various projects associated with Fermilab's prime contract with the U.S. Department of Energy, emphasizing the importance of high-quality materials in scientific research and development. Proposals must be submitted by September 30, 2024, at 4 PM CT, with all freight charges included in the quotes, and interested bidders are required to complete necessary forms, including the SARC and PUR-466, to ensure compliance with federal contracting standards. For further inquiries, potential offerors can contact Crystal Momon-Reed at cmomreed@fnal.gov.
    16--HEAT EXCHANGER,AIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of heat exchangers for aircraft, classified under the NAICS code 336413. This request for proposal (RFP) is aimed at acquiring Foreign Military Sales (FMS) spares, which are critical for maintaining the operational readiness of military aircraft. The procurement process will not be set aside for small businesses, as determined by the Small Business Administration representative, and interested vendors should direct their inquiries to Arianna Pillar at 215-697-2198 or via email at ARIANNA.PILLA@NAVY.MIL. The contract details, including delivery timelines and quality assurance provisions, will be outlined further in the solicitation documents.