Commissioning Services for UIP Subproject 2- Kautz Road Substation Replacement

SOL #: RFP-377451-CDSolicitation

Overview

Buyer

Energy
Energy, Department Of
FERMILAB - DOE CONTRACTOR
Batavia, IL, 60510, United States

Place of Performance

Batavia, IL

NAICS

Engineering Services (541330)

PSC

Other Architect And Engineering Services (C219)

Set Aside

No set aside specified

Timeline

1
Posted
May 11, 2026
2
Submission Deadline
May 27, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Energy (DOE), through its contractor FERMILAB - DOE CONTRACTOR (FFDG), is soliciting proposals for Commissioning Authority (CxA) services for the Utilities Infrastructure Subproject 2- Kautz Road Substation Replacement in Batavia, IL. This is an Indefinite Delivery / Indefinite Quantity (IDIQ) contract with an estimated maximum value of $450,000.00. Proposals are due by May 27, 2026, at 4:00 PM Central Time.

Opportunity Details

  • Title: Commissioning Services for UIP Subproject 2- Kautz Road Substation Replacement
  • Agency: Department of Energy, FERMILAB - DOE CONTRACTOR
  • Product Service Code: C219 (Other Architect And Engineering Services)
  • Place of Performance: Batavia, IL

Scope of Work

FFDG seeks an Independent Commissioning Agent (CxA) to plan, coordinate, and oversee the commissioning process for the new Kautz Road Substation control house building and associated yard equipment. Services are required during the design, construction, and post-construction phases.

Key activities include:

  • Design and Procurement Phase: Preparing commissioning specifications, developing a comprehensive Commissioning Plan, reviewing the Basis of Design (BOD), and creating a Master Equipment List.
  • Construction Phase: Facilitating kickoff meetings, reviewing contractor submittals, conducting field observations, preparing and verifying Installation Checklists, observing Test & Balance (TAB) processes, preparing and witnessing Functional Performance Tests (FPTs), managing an Issues Log, reviewing O&M manuals, verifying contractor training, and preparing a Final Commissioning Report.

Systems/Equipment to be commissioned: Substation Control Building (e.g., HVAC, fire alarm, security, relay & metering panels, 15kV switchgear, battery systems), Yard Equipment (e.g., 345-13.8 kV Transformers, 345 kV SF6 circuit breaker, 13.8 kV Cable Bus System, 345 kV MOD's), and Externally Connected Feeders.

Special Requirements: The proposal must include a project-specific QA/QC plan, be split into "Design and Procurement Phase" and "Site Installation (Construction) Phase," and the CxA must be a certified Independent Third-Party.

Contract Details

  • Contract Type: Indefinite Delivery / Indefinite Quantity (IDIQ)
  • Period of Performance: Estimated start June 1, 2026, through May 2030.
  • Estimated Maximum Subcontract Value: $450,000.00
  • Minimum Guaranteed Order Value: $20,000.00
  • Set-Aside: None specified.

Submission & Evaluation

  • Proposals Due: May 27, 2026, by 4:00 PM Central Time.
  • Questions Due: May 21, 2026, by 5:00 PM CST.
  • Submission Format: Proposals must be submitted in two parts: Part I - Technical Proposal (70 points) and Part II - Business Management & Price Proposal (30 points).
  • Evaluation Method: Tradeoff source selection, prioritizing best value where technical criteria are more important than price.
  • Key Evaluation Criteria: Organizational Structure and Key Personnel (20 pts), Approach/Safety Compliance/Work Plan (25 pts), Past Performance (25 pts), and Business Management & Price Proposal (30 pts).
  • Offerors must allow a minimum of ninety (90) calendar days for proposal acceptance.

Important Attachments & Requirements

  • Organizational Conflicts of Interest (OCI): Offerors must complete Form FL-11 (Exhibit I) and adhere to restrictions outlined in FL-57B (Exhibit J), disclosing any potential conflicts.
  • Construction Work Restriction: Firms providing Architect-Engineering (A-E) services are generally ineligible for related construction/supply work (Exhibit K).
  • SOW Preparation Restriction: Subcontractors preparing Statements of Work (SOWs) for competitive acquisitions are ineligible to perform that effort (Exhibit L).
  • ES&H Requirements: Strict Environment, Safety, and Health (ES&H) protocols are mandatory, requiring a comprehensive ES&H program and specific hazard controls (Exhibit C).
  • General Terms & Conditions: Bidders must review FFDG's standard terms, including FAR/DEAR clauses (Exhibit D).
  • Insurance Requirements: Mandatory insurance coverages and limits, including naming FFDG, University of Chicago, Universities Research Association, Inc., and the U.S. Government as additional insureds (Exhibit E).
  • Proposal Certifications: Required certifications (PUR-466, Exhibit H) cover export/import control, Buy American Act, independent price determination, and anti-trafficking in persons.

Contact: Chris Daley, cdaley@fnal.gov, 630-840-4256.

People

Points of Contact

Chris DaleyPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 11, 2026