Fabrication of edge-welded bellows
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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
Fermi National Accelerator Laboratory (Fermilab), managed by Fermi Forward Discovery Group, LLC (FFDG) under a prime contract with the U.S. Department of Energy (DOE), is seeking proposals for the fabrication, assembly, testing, and delivery of PIP-II SSR2 Edge-welded bellows. This is a Solicitation (RFP) for a firm-fixed-price subcontract. Proposals are due by March 06, 2026, 2:00 P.M. CST.
Scope of Work
The requirement includes the fabrication of specific bellows sub-assemblies and kits (e.g., Cavity to Cavity Bellows, Cavity to Solenoid Bellows), provision of all necessary materials and manufacturing engineering services, assembly, testing, and supervision. Deliverables must comply with the Statement of Work (SOW) ED0045548, associated drawings, and detailed technical specifications covering materials, dimensional conformance, welding (ASME B&PV Section VIII Div 1), examination (ASME B31.3), leak testing (ISO 20485), cleaning, and quality controls. A project-specific Manufacturing and Inspection Plan (MIP) is required.
Contract & Timeline
- Contract Type: Firm-fixed-price subcontract.
- Period of Performance: Lead time for fabrication is a maximum of 12 months from the award date.
- Set-Aside: This is an unrestricted acquisition with no set-aside provisions. The NAICS code is 332919 – Other Metal Valve and Pipe Fittings Manufacturing, with a small business size standard of 500 employees.
- Proposal Due Date: March 06, 2026, 2:00 P.M. CST.
- Questions Due Date: February 20, 2026, 2:00 P.M. CST.
- Published Date: February 06, 2026.
Evaluation
Proposals will be evaluated on a best-value trade-off basis, with non-cost factors being significantly more important than cost or price. Submissions must include a two-part proposal: Part I - Technical Proposal and Part II - Business Management & Price Proposal. Key technical evaluation criteria include Technical Merit & Quality, Technical Capabilities, Experience, Infrastructure, Materials, Quality Assurance Plan, Past Experience, Management Control Plan, and Delivery Schedule and Milestones.
Submission Requirements & Notes
Proposals must be submitted via email to the Procurement Specialist. Required forms include Exhibit C (Pricing Form), Exhibit F (Subcontractor Annual Representations & Certifications), and Exhibit G (Proposal Certifications). A small business subcontracting plan (Exhibit E) is required if the awardee does not meet the small business definition and the subcontract exceeds $750,000. Offerors must acknowledge receipt of any addenda/amendments. Exceptions and deviations must be clearly documented.
Contact Information
Primary Point of Contact: Richard Konan, rkonan@fnal.gov, 630-840-2835.