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 Fermi National Accelerator Laboratory (FFDG) is soliciting proposals for the Wilson Hall Facade Repairs and Restoration project in Batavia, IL. This opportunity seeks a subcontractor to perform comprehensive facade repairs, including concrete restoration, sealing, and waterproofing. Proposals are due by February 24, 2026, at 4:00 PM CT.
Scope of Work
The project involves the repair and restoration of the Wilson Hall facade, segregated into three phases:
- Phase 1: East Elevation restoration and repair, expected in 2026.
- Phase 2: North and South Elevations restoration and repair.
- Phase 3: West Elevation restoration and repair. Phases 2 and 3 are unilateral options, potentially exercised between 2027 and 2030. Each phase is expected to be completed within 180 calendar days after a Notice to Proceed (NTP). The work includes removal of existing coatings, concrete repair (spalled/delaminated), color/texture matching, application of silane sealer and waterproofing, sealant replacement around windows, and local CMU repairs. The subcontractor must furnish all supervision, labor, materials, tools, and appurtenances, including transportation, overhead, bonding, insurance, safety, and quality control oversight. Noisy construction work is restricted to 5 PM to dark.
Contract Details
- Contract Type: Firm-Fixed-Price Subcontract for Phase 1, with unilateral options for Phases 2 & 3.
- Set-Aside: None specified.
- NAICS Code: 238110 (Structural Steel and Precast Concrete Contractors), with a small business size standard of $19.0 million.
- Bonds: A bid guarantee (20% of bid price, not to exceed $3 million), performance bond, and payment bond are required.
- Insurance: Mandatory insurance includes Commercial General Liability, Automobile Liability, Excess Liability, Workers' Compensation, Contractor's Pollution Liability, and Contractor's Professional Liability. FFDG, University of Chicago, Universities Research Association, Inc., and the U.S. Government must be named as additional insureds.
Submission & Evaluation
Proposals are due by 4:00 PM CT on February 24, 2026, and must be submitted electronically to cdaley@fnal.gov. Submissions require two parts: a Technical Proposal and a Business Management and Price Proposal. The award will be based on a "best value tradeoff" source selection method, where technical criteria (Organizational Structure/Key Personnel, Approach/Safety/Work Plan/Schedule, Past Performance) are of greater importance than cost or price. Required forms include Subcontractor Annual Representations & Certifications (SARC), Proposal Certifications, and Subcontractor Injury and Illness Data.
Key Clarifications
Amendments have provided responses to offeror questions and extended the proposal due date. Clarifications include power availability at the 16th floor for swing stage access, the requirement for a Safety Representative separate from the superintendent, and details on Phase 2 scope (sounding, cleaning, sealing walls around inner roof/skylights). Fixed price proposals are required for the base bid and options, with no escalation permitted after award. Drone footage is available via a provided URL.
Contact Information
For inquiries, contact Chris Daley at cdaley@fnal.gov or 630-840-4256.