Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2002 FBO #0279
SOLICITATION NOTICE

U -- Basic Metallurgy Course

Notice Date
9/5/2002
 
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-02-395
 
Point of Contact
Amy Siller, Contract Specialist, Phone (301) 415-6747, Fax (301) 415-8157, - Robert Webber, Senior Contract Specialist, Phone (301) 415-6552, Fax (301) 415-8157,
 
E-Mail Address
ajs3@nrc.gov, rbw@nrc.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requisition (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is RS-HR-02-395 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 02-09. This solicitation is for full and open competition. The applicable NAICS code is 541710 and the size standard is not more than 500 employees. FAR provisions 52.212-1, Instructions to Offerors-Commercial, and 52.212-2, Evaluation-Commercial Items, apply to this acquisition. Offerors must submit a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with their offers. FAR clauses 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders-Commercial Items, with the following additional clauses: 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.247-34, apply to this acquisition. Quotes are due on 9/17/02 by 3:00 PM at the USNRC, located at 11545 Rockville Pike, Rockville, MD 20852-2738. OBJECTIVE The purpose of this procurement is to obtain a training course on basic metallurgy for NRC inspectors and licensing reviewers. The course will provide 20-30 NRC personnel with an understanding of basic metallurgy, particularly with regard to the commercial nuclear power facilities regulated by NRC. The course should present information in a manner that will give the participants a basic general knowledge of metallurgy. SCOPE OF WORK The contractor shall furnish the necessary qualified personnel, materials and services to present one (1) training course of approximately five (5) days duration, running between 8 AM and 4 PM daily, focusing on basic metallurgy. 1. Course Content and Presentation a. The course objectives shall be accomplished through a combination of lectures and discussions to give participants basic knowledge of metallurgy. A list of suggested course topics follows as ATTACHMENT 1. b. The contractor shall provide a detailed outline and schedule of the subjects to be covered. Changes in, additions to, or deletions from the subjects listed in ATTACHMENT 1 are permitted, however, the content of the final outline shall be approved by the NRC Project Officer. c. Clearly defined learning objectives shall be developed for each topic. d. The contractor shall provide each student with a binder containing text and handout materials. Students shall be provided copies of view-graphs and other important visual aids used during the presentation of the course. e. At the start of the course, the contractor shall provide a student information form and a course evaluation form (to be provided by the NRC Project Officer) to each student. The contractor shall collect the completed forms at the end of the course and provide them to the NRC Project Officer as part of the course letter report. 2. Technical Qualification Requirements The instructor who will conduct the course shall have broad knowledge and practical experience from both a technical and an academic standpoint. S/he shall have had experience in teaching the same or similar courses. 3. General Information and Requirements a. The number of students in the course shall be limited to a maximum of thirty (30). In addition to the identified slots, the Project Officer may attend for the purpose of monitoring the course. If the Project Officer elects not to attend, he may re-designate his slot as a student slot by notifying the contractor. b. At least forty-five (45) days prior to start of the course, the contractor shall provide to the NRC Project Officer one (1) copy of each of the following: (1) Final course outline and schedule; and (2) Final text and handouts to be issued to students. The NRC Project Officer will review the course materials and provide his/her dis/approval within fifteen (15) days after receipt from the contractor. If the material is determined to be unacceptable by the NRC Project Officer, the contractor shall correct any deficiencies and resubmit the materials for approval. NRC approval of the material shall be required at least thirty (30) days prior to the start of the course. c. The NRC will notify the contractor no later than thirty (30) days prior to the time the course is scheduled to begin if rescheduling is necessary due to insufficient student enrollment. 4. Reporting Requirements A letter report summarizing the course activities shall be submitted at the completion of the course. This report shall include as a minimum: a. Student information sheets; b. Original and (contractor) summary of student course evaluations; and c. Contractor's recommendations for course improvement. PERIOD OF PERFORMANCE The period of performance shall commence as of the effective date of this purchase order and shall continue for a period of six (6) months from that date. The actual course date within the period of performance shall be mutually agreed upon between the contractor and the NRC Project Officer, but will be after January 1, 2003. DELIVERABLE ITEMS/DELIVERY SCHEDULE Item 1 is one (1) copy of the final course outline, schedule, student materials, and handouts due 45 days prior to the start of the course. Item 2 is one (1) copy of the report specified in Part 4, Reporting Requirements, due 30 days after completion of the course. PRICING - All Offerors shall provide a firm, fixed price for the cost of the course, including all costs for labor, travel and fee; and any cost for specialized course presentation. PLACE OF PERFORMANCE The course shall be presented at NRC Headquarters in Rockville, Maryland. PLACE OF DELIVERY The terms required hereunder shall be delivered to the address stated below: US Nuclear Regulatory Commission Technical Training Center Osborne Office Center, Suite 200 5746 Marlin Road Chattanooga TN 37411- 5677 ATTN: Mr. Nathan J. Lewis AWARD AND EVALUATION OF PROPOSALS (A) By use of numerical scoring techniques, proposals are evaluated against the evaluation factors specified below. These factors are listed in their relative order of importance. (B) The government intends to award a purchase order resulting from this request to the responsible Offeror whose proposal represents the best value, as defined in FAR Part 2.101, after evaluation in accordance with the factors listed below. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. (C) The Government may: (1) Reject any or all proposals if the action is in the Government's best interest; and (2) Waive informalities and minor irregularities in proposals received. PROPOSAL INSTRUCTIONS In accordance with FAR clause 52.212-2(a), the following factors shall be used to evaluate offers: corporate experience, demonstrated evidence of satisfactory past performance on similar types of services provided and instructor qualifications. The proposal must provide sufficient information about each criterion so that a complete evaluation can be accomplished. CRITERIA 1. CORPORATE EXPERIENCE The Offerors shall clearly demonstrate to the NRC that they have the corporate experience necessary to present courses which are identical or similar to the course described in the Scope of Work. Offerors should identify no more than ten (10) contracts. CRITERIA 2. PAST PERFORMANCE The Offerors shall demonstrate that they have successfully performed on other contracts or purchase orders of similar size and scope within the past five (5) years. To this end, the Offeror shall list three (3) current/previous support contracts of the same or similar nature to the proposed contract. It is incumbent upon the Offeror to provide information which is accurate and current as the NRC will contact each reference to verify the information provided. Offerors will be provided the opportunity to provide written rebuttal for any negative information received. This rebuttal information will be taken into consideration in evaluating proposals. The Offeror shall provide the information requested using the format specified below. Each contract reference shall be limited to one page in length: a. Contract or Purchase Order Number: b. Name and Address of Government Agency: c. Point of Contact: d. Contracting Officer: e. Current Telephone Number and Facsimile Number: f. Technical Representative: 9. Estimated Value of Purchase Order/Contract Awarded: h. Period of Performance of the Contract or Purchase Order (including extensions): i. Outline how the contracted effort is similar or identical in nature to the NRC's requirement, with a brief technical description sufficient to permit ready assessment of the described project's relevancy to the NRC's requirement. It is not sufficient to just note that it is similar in magnitude and scope. Briefly outline your ability to meet schedules. The Offeror shall provide an outline of an existing course which is identical or similar to that described in the Scope of Work. This sample will be compared against the information requested in the Scope of Work. CRITERIA 3. INSTRUCTOR QUALIFICATION/EXPERIENCE The information provided shall be detailed enough to demonstrate that the proposed instructor has the depth and relevancy of experience to meet the NRC's requirements as set forth in the Scope of Work. The Offeror shall include a resume for the proposed instructor to be utilized in the performance of any resulting contract. In addition, the Offerors shall discuss current availability and planned availability of the proposed instructor. At a minimum, the resume should include the following information: a. Training and education obtained related to metallurgy; and b. Quantity and quality of directly related teaching experience as a training instructor of nuclear/metallurgical industry personnel. EVALUATION CRITERIA Criteria 1. Corporate Experience 40 Points Criteria 2. Past Performance 30 Points Criteria 3. Instructor Qualification/Experience 30 Points ATTACHMENT 1 SUGGESTED COURSE TOPICS Brief history/origin of various metals; General classification of metals, primarily including, but not limited to: carbon steels; low alloy steels; stainless steels (304, 304L, 316, 408, 409, cast stainless steel); cast iron (gray cast iron); nickel alloys (Inconel 52, 152, 182, 600, 690); copper alloys (Admiralty Brass, 90/10 Copper-Nickel, copper, bronze); and titanium; Physical characteristics and properties of various metals; Environmental effects on various metals to include corrosion, wear, reaction to chemicals, stress and temperature changes; The effects of both heat treatment and cold working on various metals; Alloyed metals and effects of alloying; Brief overview of the differences between casting, rolling, forging etc.; Testing of the mechanical properties of metal; Methods joining metals including welding; and Discussion of corrosion including why corrosion occurs, resistance to corrosion and effects of corrosion on various, particularly, the types of metals used in nuclear power plant primary systems.
 
Place of Performance
Address: 11545 Rockville Pike, Rockville, MD
Zip Code: 20852-2738
Country: US
 
Record
SN00158963-W 20020907/020905214048 (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.