Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2002 FBO #0251
SOLICITATION NOTICE

U -- Boiling Water Reactor Maintenance Overview Course

Notice Date
4/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts and Property Management, 11545 Rockville Pike, Rockville, MD, 20852-2738
 
ZIP Code
20852-2738
 
Solicitation Number
RS-HR-02-387
 
Response Due
4/26/2002
 
Point of Contact
Michael Turner, Contract Specialist, Phone (301) 415-6535, Fax (301) 415-8157,
 
E-Mail Address
mat1@nrc.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Nuclear Regulatory Commission (NRC) intends to award a Firm-Fixed Price-Requirements, Delivery Order type contract for a training course entitled, "Boiling Water Reactor (BWR) Maintenance Overview Course," as a result of this solicitation. The North American Industry Classification System Code is 611699 and the small business size standard is $5 Million Dollars. The period of performance will be one (1) year with four (4) one-year option periods. Proposals for this requirement may be submitted by all concerns, i.e, large businesses, small businesses, and small businesses owned and controlled by socially and economically disadvantaged individuals. Sealed offers shall be received at the U.S. Nuclear Regulatory Commission, Division of Contracts and Property Management, ATTN: Michael Turner, RS-HR-02-387, Mail Stop T-7I2, 11545 Rockville Pike, Rockville, Maryland 20852, no later than 3:00 p.m., on April 26, 2002. Offerors shall submit an original and four (4) copies each of the cost and technical proposals. Due to the current mail situation, offerors are encouraged to submit offers via overnight delivery services. Direct all questions or inquiries referencing this RFP to Michael Turner, Contract Specialist, (301) 415-6535, e-mail address: mat1@nrc.gov. The deadline for receipt of questions is 3:00 p.m., April 19, 2002. Offerors are advised that questions after this date will not be considered. NOTE: ATTACHMENTS TO THIS SOLICITATION CAN BE FOUND AT http://www.fedbizopps.gov/. BACKGROUND: The Nuclear Regulatory Commission (NRC) inspects the facilities of licensees to determine whether the facility operations are conducted in compliance with license provisions and to identify conditions that might adversely affect the health and safety of the public or the environment. In support of this mission, specialized technical training programs have been identified to give NRC inspectors and Interns an understanding of regulatory and operational bases for refueling operations, core loading and subsequent equipment maintenance and testing. OBJECTIVE: The objective of this contract is to provide a course that will provide NRC inspectors with the technical training necessary to satisfy program requirements in the areas of; equipment operation and fuel movement during refueling operations, recirculating pump maintenance, main steam isolation valve maintenance, control rod drive mechanism and surveillance testing that will help facilitate inspection effort at boiling water reactor licensees during outage periods. SCOPE OF WORK: The contractor shall furnish the necessary qualified personnel, facilities, materials, and services to conduct a five (5) day course entitled "Boiling Water Reactor Maintenance Training Overview Course" outlined below. Changes in, additions to, or deletions from the subjects listed below are permitted; however, the content of the final outline shall be approved by the NRC Project Officer. See ATTACHMENT 3 for sample course outline. The contractor shall accomplish the training using one or more of the following methods: classroom presentations, demonstrations, films, hands-on operation of actual equipment or full scale mockups of actual BWR equipment. The course shall include the following hands on operations or demonstrations either on actual equipment or full scale mockups of actual BWR equipment: 1. Fuel receipt and inspection, including expected radiation levels of new fuel versus spent fuel. 2. Preparations for refueling including vessel head stud detensioning, vessel head removal, removal of steam dryers and moisture separators, reactor vessel cavity seal installation, and flooding of reactor cavity. 3. Refueling bridge operation to include LPRM removal and replacement and fuel movement from a flooded reactor cavity to a spent fuel storage pool with use of underwater video equipment. 4. The following refueling floor operations are to be done with the reactor cavity and fuel storage pool dry, for the demonstration of tool operation; fuel movements, fuel channeling and dechanneling, control rod unlatching, and removal and installation. 5. Reactor vessel reassembly, including replacement of reactor vessel O-Rings. 6. Reactor recirculating pump seal maintenance. 7. Main steam isolation valve disassembly, maintenance, and operation. 8. Control rod drive mechanism diagnostics and maintenance on both standard and fast scram mechanisms. The desired outcome of the training course is for the students to acquire a general knowledge of the outage maintenance and refueling process. Successful accomplishment of the desired outcome shall be determined by the student comments and evaluation forms. CONTRACTOR FURNISHED ITEMS: 1. The contractor shall provide a detailed course schedule, including a breakdown of course topics and times to be spent on each topic. 2. The contractor shall provide up to date training materials for student use during the course (course materials, handouts, examinations, etc.) unless specified otherwise in this contract. The contractor shall provide loose course written materials to the students in appropriately sized three-ring binders. The material shall include sufficient detail to act as a study guide for the course. 3. The contractor shall use an instructor's guide to support presentation of the course. As a minimum, the guide shall consist of a detailed course outline, clearly defined learning objectives for each topic, a description of each visual aid and a formal lesson plan for presenting the lecture, exercises, and demonstrations. 4. The contractor shall provide facilities conducive to a proper learning environment for the conduct of classes. The facility shall also provide an industrial safe and radiologically free training environment. Actual fuel or irradiated material shall not be handled or used during this training course. If the location of the classroom and hands-on activities are not co-located, the contractor shall provide transportation between these sites. 5. The contractor shall develop/furnish and utilize visual aids (view graphs, slides, actual components, etc.) as much as possible to assist student understanding. 6. The contractor shall provide to the NRC Project Officer, sixty (60) days prior to the start of the first course (and prior to the start of subsequent courses if revised), a copy of the following material: course schedule, texts and handouts to be provided to the students. 7. The contractor shall provide the NRC Project Officer with a map and driving directions for the course locality clearly showing the training facility and nearby lodging available to the students. 8. Within thirty (30) days of the completion of the course presentation, the contractor shall correct all errors noted during the course and/or identified on the course evaluation sheets and update the course materials. The correction of errors that do not change the content of the course (spelling, grammar, etc.) do not need to be approved by the NRC Project Officer. 9. The contractor shall notify the NRC Project Officer within forty-five (45) days of the start of a course of any changes that need to be made to the course material due to changes in the technology or due to recent events. The new material that will be added to the course shall be reviewed by the NRC Project Officer within fourteen (14) days after receipt from the contractor. The contractor shall correct any deficiencies and resubmit the material; NRC approval of the material shall be required at least fourteen (14) days prior to the start of each course. 10. KEY PERSONNEL: The contractor shall provide a minimum of two qualified instructors with broad technical experience with the refueling of boiling water reactors and performance of maintenance and surveillance for conduct of the course. The assigned instructors shall have expertise in the areas of refueling and maintenance outage activities. They also shall have experience in providing instruction to individuals who have little experience in refueling operations, or surveillance and maintenance activities should be assumed. As a minimum, these instructors shall have the following areas of combined experience/expertise: (a) Extensive knowledge of outage activities, including surveillance and maintenance activities at BWR facilities. (b) Practical experience as maintenance supervisor. (c) Practical experience as a supervisor of refueling operations. (d) Extensive knowledge of the use and basis of boiling water reactor Technical Specifications. GENERAL INFORMATION: 1. Maximum class size shall be eight (8) students. 2. Classes shall typically start at 8:00 AM and end about 4:00 PM, allowing 10 minute breaks about every hour and one hour for lunch. Approximately 6 hours of instruction time are available per day. 3. The contractor shall arrive in sufficient time prior to the start of each class to check/setup the training room, layout course materials, prepare equipment, etc. as necessary. 4. On the first day of class, the contractor shall ensure required student registration forms are completed and shall inform participants of the requirements for satisfactorily completing the objectives of the course. 5. Projection graphics for classroom use shall be produced in either thirty-five (35) mm color slide format, computer graphic format or in overhead viewgraph format with black and white hard copies provided in the student manual. 6. If any new course development is required the NRC Project Officer shall be responsible for the review and approval of contractor developed course materials. 7. Student background and experience will vary. The contractor should not assume experience with refueling and maintenance activities. COURSE SCHEDULING: 1. The exact dates of course presentations will be mutually agreed upon by the Contractor and NRC Project Officer at least sixty (60) days before the start of each course. Confirmation of the time, date, place, and costs will be by delivery order (ATTACHMENT 7) placed by the NRC Project Officer. 2. Should the NRC determine no later than 30 days prior to the time a course session is to begin that the need is insufficient to conduct the training, the NRC may reschedule the session without additional obligation to the government. The number of courses will be solely based on the number classes ordered and to be delivered consistent with FAR Clauses 52.216-18, Ordering and 52.216.21, Requirements. Additional course may ordered if warranted by student demand. MILESTONES: 1. Within 30 days of contract award, a meeting will be held by the contractor and the NRC Project Officer and/or technical representatives to discuss the course outline, lesson objectives, material preparation, facility for presentation and any other information required for course presentation. This meeting will be held at the contractor's facility or conducted via conference call at the discretion of the NRC Project Officer. 2. Within forty-five (45) days of contract award - draft detailed course outline submitted to the NRC Project Officer for review. 3. Within ninety (90) days of contract award - draft course materials (student manuals, etc.) submitted to the NRC Project Officer for review. 4. Within one hundred twenty (120) days of contract award ready for presentation of the first course. GOVERNMENT FURNISHED MATERIALS: 1. The NRC will furnish, at the time of each course presentation, student registration forms and course evaluation sheets for each student. 2. The NRC shall be responsible for preparing course announcements, student registration, and preparing course completion certificates. REPORTING REQUIREMENTS: Within thirty (30) days of the completion of a course presentation, the Contractor shall submit a Course Presentation Report to the NRC Project Officer. The report shall contain: 1. A cover letter report discussing accomplishments, problems, recommendations for improvement, and status of correcting errors found during the course presentation. 2. Student evaluations (original plus one copy) and a summary of student comments. 3. Original student information forms providing the students name, business address, business phone number name of immediate supervisor and date of course. 4. The contractor shall furnish a final report in letter format by the end date of the contract. Three (3) copies shall be sent to the NRC Project Officer and one (1) copy to the NRC Contract Administrator. The report shall contain as a minimum: (a) A technical summary of the work completed. (b) Any problems or delays encountered and their solutions. (c) Recommendations for improvements. (d) Submission of the final report and transfer of all government furnished materials and al contractor developed materials shall be accomplished prior to the contract expiration date. PROPOSAL REQUIREMENTS - PRICING: This is a five (5) year contract (base period of one year and four (4) one-year options). For estimating purposes, it is anticipated that three course presentations per contract year will be required. The offeror shall submit an overall cost proposal for the entire period of performance (base period and 4 option years). All offerors shall include a detailed breakdown of the cost for each course presentation (including the cost of the course presentation report as stated above in the "Reporting Requirements" section). Offerors shall provide a fixed unit price and total amount for the three course presentations estimated each year: CLIN 001 - BASE PERIOD: BWR Maintenance Training Overview Course, CLIN 002 - OPTION YEAR ONE: BWR Maintenance Training Overview Course, CLIN 003 - OPTION YEAR TWO : BWR Maintenance Training Overview Course, CLIN 004 - OPTION YEAR THREE: BWR Maintenance Training Overview Course, CLIN 005 - OPTION YEAR FOUR: BWR Maintenance Training Overview Course. EVALUATION FACTORS - In accordance with FAR Clause 52.212-2, the following factors shall be used to evaluate offerors: COST. To be considered for an award, the proposed cost must be realistic and reasonable. Although cost is a factor in the evaluation of the proposals, technical merit in the evaluation criteria set forth below is a more significant factor in the selection of a contractor. The technical evaluation factors are: 1. QUALIFICATION OF PERSONNEL: - (20 Points) Extent to which the proposal demonstrates that the proposed personnel are qualified and experienced to perform the work in this solicitation, including, as a minimum, educational background; training background; and the specific information necessary to address the Instructor Qualification Requirements of this solicitation. For Qualification of Personnel, the offeror shall Identify all key personnel, including backup personnel, to be utilized in the performance of any resulting contract. Discuss current and planned availability of all proposed key and backup personnel. Include resumes for all key and backup personnel to be utilized in the performance of any resulting contract. Include educational background; training background; teaching experience specific to training professional employees, especially training in maintenance and refueling procedures and references. Identify any former NRC employees that may be utilized in the performance of the contract including their NRC employment history. Describe the source of personnel required for performance of each task including those not presently employed by the offeror. If any resource personnel are committed to other work, describe the types and terms of the commitment(s). Note specifically the personnel that will be employed at the time of contract award. If the offeror plans to subcontract any of the work to be performed, list proposed subcontractors by name. Provide a detailed description of the work to performed by the subcontractor, and identify any key personnel. 2. PAST PERFORMANCE: (25 Points) - Extent to which the proposal demonstrates that the offeror and proposed subcontractor(s) have the related qualifications and experience to perform the scope of work specified in this solicitation. To demonstrate past performance, the offeor shall describe, in general terms, the corporate qualifications and experience of the offeror and proposed subcontractor(s) in performing the same or similar work, as required in the statement of work of this solicitation, over the past five years. Include the number of years the organization(s) have been in business and company growth history (personnel and dollars). List any current commitments with other organizations, Government and/or commercial, for the same or similar effort. List three previous/current contracts for the same or similar services. This information will assist the Contract Officer in his/her Determination of Responsibility. For each contract, provide the following information: Contract No.: Name and address of Government Agency or Commercial Entity: Point of Contact: Contracting Officer: Telephone Number: Technical Representative: Telephone Number: Date contract awarded: Period of performance of the contract (including extensions): Dollar value of the contract: If applicable, the dollar value of the amendments to the contract: Type of contract awarded: Brief description of the scope of work: If available, provide examples of training materials developed for similar efforts. 3. PROJECT MANAGEMENT: (15 Points) - Extent to which offeror's proposal demonstrate the necessary authority, responsibility and controls to assure the objectives of this procurement are met; including the ability to resolve problems, assure quality deliverables, meet schedules, and provide experienced instructors. To demonstrate project management, the offeror shall Provide a company organization chart and describe the offeror and proposed subcontractor(s) management organizational structure, delineating areas of responsibility and authority under the proposed effort. Describe the relationship of the project organization to corporate management and to subcontractors, if any. Discuss the key personnel's functions and authorities for performance of work under this contract. Discuss support personnel and facilities available to assist the instructor personnel. Provide a detailed schedule for work to be performed and identify significant milestones and completion dates for each course presentation. Demonstrate quality assurance, scheduling, and problem resolution plans which will be used to assure delivery and approval of all required services under this contract. 4. TECHNICAL APPROACH: (40 Points) - Extent to which the offeror's understanding of the requirements set forth in the solicitation demonstrate soundness of the offeror's approach to meeting these requirements, including as a minimum, documented evidence of knowledge/ability/experience to develop and present the described in this solicitation. Extent to which the proposal demonstrates the adequacy of facilities and equipment to provide hands-on training utilizing actual equipment or mockups related to the process described in this solicitation. To demonstrate technical approach, the offeror shall Discuss the statement of work to substantiate the offeror's understanding of the requirements. Discuss the proposed methods of approach the offeror will use to meet the contract objective for the presentations of the BWR Maintenance Overview Course . Include the method of teaching and strategy for enhancing classroom learning. Indicate potential problem areas and approaches to be taken for resolving them. State any interpretations, requirements, or assumptions. Provide sample pages which illustrate how the final Student Manuals and Instructors Manuals will look. These samples should be no longer than two (2) pages for each manual for each course. Provide a sample of a visual aid to be used during presentation of the material in each of the samples discussed above. The sample may be either a paper copy of a transparency, or the transparency itself. If an electronic presentation is proposed, a printed paper copy of the sample will suffice unless the offeror wishes to provide the sample on a diskette or CD. Specify the names and locations of the facilities intended to be used hands-on training and demonstrations. The offeror should indicate what capabilities the facilities have, such as the age and type of the facility equipment. PROVISIONS AND CLAUSES - This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-03. FAR 52.212-1, Instructions to Offerors-Commercial Items, 52.212-2, Evaluation-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial items applies to this acquisition. OFFEROR MUST INCLUDE A COMPLETED COPY OF PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH ITS OFFER. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition with the following additional clauses: 52.203-6, 52.204-6, 52.219-4, 52.216-18, 52.216-19, 52.216-21, 52.217-9, 52.219-8, 52,219.22, 52.219.23, 52.222.19, 52.222.21, 52.222.26, 52.222-35, 52.222-36, 52.222-37, 52.225.13, 52.232-33. The full text of the provisions and clauses can be accessed electronically at http//www.arnet.gov/far. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-APR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 08-AUG-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/NRC/OA/DCPM/RS-HR-02-387/listing.html)
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission, Technical Training Center, 5746 Marlin Road, Suite 200 Chattanooga, TN 37411-5677
Country: US
 
Record
SN00136897-F 20020810/020808221329 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.