Wilson Hall Facade Repairs and Restoration
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 - DOE CONTRACTOR is soliciting proposals for the Wilson Hall Facade Repairs and Restoration project in Batavia, IL. This firm-fixed-price subcontract involves three phases of facade repair and restoration, with Phase 1 anticipated for 2026 and subsequent phases as unilateral options. Proposals are due by February 17, 2026, at 4:00 PM CDT.
Scope of Work
The project entails comprehensive facade repairs and restoration for Wilson Hall, segregated into three phases:
- Phase 1: East Elevation restoration.
- Phase 2: North and South Elevations restoration (unilateral option).
- Phase 3: West Elevation restoration (unilateral option). Work includes removal of existing concrete coating, repair of spalled/delaminated concrete, color/texture matching, application of new silane sealer and waterproofing, sealant replacement around windows, and local CMU repairs. The subcontractor must furnish all supervision, labor, materials, tools, transportation, overhead, bonding, insurance, safety, and quality control oversight.
Contract Details
- Contract Type: Firm-Fixed-Price Subcontract.
- NAICS Code: 238110 (Structural Steel and Precast Concrete Contractors) with a $19.0 million small business size standard.
- Period of Performance: Each phase is expected to be completed within 180 calendar days after issuance of a Notice to Proceed (NTP).
- Options: Phases 2 and 3 are unilateral options, exercisable at FFDG's discretion between 2027 and 2030.
Submission & Evaluation
- Proposal Due Date: February 17, 2026, 4:00 PM CDT.
- Submission: Proposals must be submitted in two parts: Technical Proposal and Business Management and Price Proposal, via email to cdaley@fnal.gov.
- Evaluation: Award will be based on a "best value tradeoff" method, where technical criteria (Organizational Structure and Key Personnel, Approach/Safety Compliance/Work Plan/Schedule, and Past Performance) are more important than cost or price.
- Pre-Proposal Meeting & Site Visit: Scheduled for January 30, 2026, at 10:00 am Central Time.
- Required Documents: A bid guarantee of not less than 20% (not to exceed $3 million) of the bid price is mandatory. Offerors must also submit various forms, certifications (including Subcontractor Annual Reps & Certs, Proposal Certifications), and demonstrate compliance with specified insurance requirements (General Liability, Auto, Excess, Workers' Comp, Pollution, Professional Liability) and labor standards (Davis-Bacon Act).
Contact Information
For questions, contact Chris Daley at cdaley@fnal.gov or 6308404256. All questions concerning the RFP must be submitted in writing by February 9, 2026.