PIP-II Main Ring Crossing Construction
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
The Department of Energy's Fermilab has issued a solicitation for the PIP-II Main Ring Crossing Construction project. This unrestricted, firm-fixed-price subcontract involves constructing a critical component of the Proton Improvement Plan II (PIP-II) to enhance Fermilab's accelerator capabilities. Proposals are due June 25, 2026, at 2:00 PM CDT.
Project Overview & Scope
This opportunity, identified as ISD/Engineering project number 4-3-6, requires the successful bidder to furnish all supervision, labor, materials, tools, plant, and appurtenances for the construction of the PIP-II Main Ring Crossing. The scope encompasses extensive civil, structural, and utility work, including:
- Excavation and backfilling
- Utility relocations and subsurface bearing improvement
- Concrete foundations, floor slabs, and retaining walls
- Electrical and plumbing systems
- Architectural finishes and stairs
- Site work, including access roads, grading, and landscaping
The detailed scope is outlined in the Project Manual and associated drawings.
Contract Details & Requirements
- Contract Type: Firm-Fixed-Price Subcontract.
- Set-Aside: Unrestricted.
- NAICS Code: 236210 (All Other Specialty Trade Contractors), size standard $39.5 million.
- Bonds: A Bid Guarantee (not less than 20% of bid price, not to exceed $3 million) is required. Payment Bonds (for subcontracts >$35k) and Performance Bonds (for subcontracts >$150k) will also be necessary.
- Subcontracting Plan: A Small Business Subcontracting Plan is required if the awardee is not a small business and the subcontract exceeds $750,000.
- Compliance: Bidders must adhere to Davis-Bacon Act wage rates (GDN IL20260008), specific construction insurance requirements, and complete various certifications (SARC, Proposal Certifications, Injury/Illness Questionnaire).
Key Dates & Submission
- Pre-Proposal Meeting & Site Visit: June 2, 2026, 10:00 AM CDT. Attendance is strongly recommended. Offerors must request site access at least seven days in advance, be U.S. Citizens with a REAL ID, and bring required PPE.
- Last Day for Questions: June 11, 2026, 4:00 PM CDT.
- Proposals Due: June 25, 2026, 2:00 PM CDT.
- Submission: Proposals must be submitted in two separate parts: Part I – Technical Proposal and Part II – Business/Cost/Price.
Evaluation Criteria
Award will be based on a Lowest Price-Technically Acceptable (LPTA) source selection. Key evaluation factors include management approach, technical approach, prior experience, and safety record.
Contact Information
For inquiries, contact Michele Reynolds at micheler@fnal.gov or 630-840-2448.