SOURCES SOUGHT
99 -- SLAC LCLS-II-HE PCW Skid Upgrade Project
- Notice Date
- 3/20/2026 2:16:16 PM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- SLAC Natl Accel Lab -DOE Contractor Menlo Park CA 94025 USA
- ZIP Code
- 94025
- Solicitation Number
- SLAC_RFP_362602
- Response Due
- 4/2/2026 5:00:00 PM
- Archive Date
- 04/17/2026
- Point of Contact
- Sam Kallas
- E-Mail Address
-
skallas@slac.stanford.edu
(skallas@slac.stanford.edu)
- Description
- THIS POSTING IS FOR ""SOURCES SOUGHT ONLY."" PLEASE DO NOT SUMBIT BIDS. While the DRAFT RFP package has been included with this post, the RFP has NOT yet been released. Interested Vendors should express their interest on the Interested Vendors List through this SAM.GOV posting or by emailing the procurement specialist. DISCLAIMER: Please note that any responses to this sources sought posting is purely on a voluntary basis. SLAC is not requesting a proposal, any pricing, or any other information that could be considered confidential or proprietary to be submitted in response to this posting or any part of this posting. Any submissions that contain pricing, proprietary information, or confidential information will be discarded by SLAC. MINIMUM QUALIFICATIONS: The Offeror�s General Contractor�s license has not been revoked within the past five (5) years. The Offeror�s company has not been debarred within the past five (5) years from working on any U.S. government contracts/subcontracts. Neither the Offeror�s firm, nor any of its owners or officers have been convicted of a crime involving the awarding of the contract of a government (U.S. Federal, State, and City) construction project, or the bidding or performance of a government contract. Offeror must have an established local office for a minimum of 2 years in the San Francisco Bay Area. The San Francisco Bay Area is defined as the following 10 counties: Santa Clara, San Mateo, San Francisco, Alameda, Contra Costa, Marin, Napa, Sonoma, Solano, and Santa Cruz Counties The Offeror must list any U.S. projects within the past five (5) years that have been terminated for default. The Offeror�s company cannot have any U.S. projects within the past five (5) years that have been terminated for default. The Offeror must have previous experience working at Department of Energy (DOE) and/or Department of Defense (DOD) Facilities. PLANNED SCOPE AND DESCRIPTION OF SERVICES: 1. Room 310 CO2 Chiller Infrastructure Subcontractor shall provide labor, shop drawings, materials, and resources required to complete structural and architectural modifications, mechanical, plumbing, and electrical systems, and necessary demolitions according to the construction authorization and inspection record requirements, construction drawings, and specifications reference #1, #2 and #3. This includes: Installation of mechanical piping, valves, and associated utilities necessary to support the chiller operation. Installation of electrical distribution infrastructure, conduit, and wiring to provide power and controls for future SLAC provided CO? skids. Architectural and facility modifications within Room 310 to support equipment access, installation clearances, and safety requirements. Transportation and relocation of the 4ATS1A-950 transfer switch to the designated new location as identified in the construction drawings supporting the CO? Chiller Infrastructure Project. Coordination with SLAC technical teams and other contractors to ensure seamless interface with the separately managed future SLAC CO? skid installation and system commissioning. 2. B950A PCW Skid Demo and Relocation Subcontractor shall provide labor, shop drawings, materials, and resources required to complete structural and architectural modifications, mechanical, plumbing, and electrical systems, and necessary demolitions according to the construction authorization and inspection record requirements, construction drawings, and specifications reference #4, #6, and #7. This includes: Disconnect and safely remove the existing B950A PCW skid located in the NEH, including associated mechanical, electrical, and control connections. Perform necessary demolition of piping, supports, and ancillary equipment for relocation, including flushing. Relocate reusable components and equipment to the designated staging or storage area identified by SLAC. Cap and label all disconnected utilities per SLAC standards. Coordinate with SLAC�s Technical Systems and Facilities Engineering to ensure that no disruption occurs to other critical cooling loops. Manage and dispose of all demolition debris and fluids per SLAC ESH and waste management procedures. 3. B950 PCW System Upgrade Subcontractor shall provide labor, shop drawings, materials, and resources required to complete structural and architectural modifications, mechanical, plumbing, and electrical systems, and necessary demolitions according to the construction authorization and inspection record requirements, construction drawings, and specifications reference #4, #5, #6, and #7. This includes: Installation of New PCW Skid Receive, offload, and install the new PCW skid at the designated NEH location. Connect to existing PCW supply and return headers, electrical power, and controls per the design documents. Perform alignment, anchorage, vibration isolation, and torque verification per manufacturer specifications. Support start-up, flushing, and commissioning of the new skid in coordination with SLAC Technical Systems and Commissioning teams. Provide as-built documentation, O&M manuals, and test reports upon completion. PCW Line Upsizing (Basement and Sub-Basement) Remove existing PCW piping sections and install new, larger-diameter piping as indicated in the IFC drawings. Provide temporary scaffolding and access platforms to safely perform work in the sub-basement. Remove and later reinstall a portion of existing ductwork and one (1) light fixture to gain access to the PCW lines. Pressure test, flush, and label new piping per SLAC mechanical standards. Coordinate with SLAC CM to sequence work to minimize disruption to nearby systems. SUBMISSION INSTRUCTIONS: Interested construction contractors with the skills, capability, workload capability, and ability to obtain bonding to complete the planned project scope are invited to submit a written response to this Sources Sought. Please provide the following information: Company Name Name, telephone number, and email address of a company point of contact who has the authority and knowledge to clarify responses Bonding capacity Please provide your response via email to Sam Kallas at skallas@slac.stanford.edu with �SLAC 362602 Sources Sought Response� inserted in the subject line by 5PM PST on April 2, 2026. All interested firms must be actively registered in SAM.gov to be eligible.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/dad3a429e81c4ef0b7526639f2314fc6/view)
- Place of Performance
- Address: Menlo Park, CA 94025, USA
- Zip Code: 94025
- Country: USA
- Zip Code: 94025
- Record
- SN07752607-F 20260322/260320230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |