Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOURCES SOUGHT

R -- Global Threat Reduction Initiative (GTRI)

Notice Date
8/2/2005
 
Notice Type
Sources Sought
 
Contracting Office
PO BOX 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RP52-05NA26986
 
Response Due
8/16/2005
 
Description
The Department of Energy (DOE) National Nuclear Security Administration (NNSA), and the Office of Global Threat Reduction Initiative (GTRI) (NA-21), is contemplating an award(s) for technical support services for the Office of Defense Nuclear Nonproliferation. NNSA is currently requesting Statements of Capabilities (SOC) from qualified sources and no proposals are being solicited at this time. The proposed acquisition includes (1) Applied Technical Analyses such as threat assessments associated with national and international inventories of radioactive materials, physical security assessments of facilities, assessment of foreign radioactive materials management programs, development of recommendations of appropriate interim measures to support rapid securing of at-risk radioactive source materials; (2) Planning and Operational Support including identification of requirements associated with the import and transfer of radiological threat reduction assistance packages to foreign countries, planning assistance in support of program prioritization of potential client countries and integration of threat reduction initiatives; (3) Training and Implementation Support such as development of training programs/modules associated with the location, identification, consolidation, and securing of radioactive materials, provision of subject matter experts to develop and/or assist with technical training sessions in support of threat reduction projects; (4) Recovery and disposition of radioactive source materials in domestic and foreign locations; (5) Recovery and disposition of fresh and spent nuclear fuel. Based on the current schedule, NNSA anticipates release of a draft Request for Proposal (RFP) by August 31, 2005, release of the final RFP in early FY 2006, and award of a contract late by the second quarter of FY 2006. This requirement is not to be considered a commercial or commercial-type product as defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. The services in the proposed acquisition are classified as North American Industry Classification (NAIC) # 541690. The size standard is $6,000,000.00. Once the acquisition strategy is finalized, a second announcement will be issued to inform interested parties of how to receive a copy of the request for proposal. The services to be procured may include, but are not limited to, the following: Planning Technical support to effect the location, securing, removal, and/or disposition of high risk radiological materials from the locations as assigned under specific tasks. Development of comprehensive plans to execute each task assignment to include the level of effort and resources required, task schedule and cost planning. Site Assessment Examination of the physical and radioactive aspects of the materials at individual or multiple sites (foreign and domestic) to determine packaging and logistics needs necessary to secure or remove at-risk materials. Logistics Support All necessary logistics efforts relating to security, safety, emergency response planning and training, vendor support, language services, packaging of materials to be removed, obtaining required licenses, transportation, shipping, inspection, document control of transfer actions and inventory tracking. Removal Actions Removal actions to relocate the radioactive materials from specific locations to a secured location as defined through the site assessment activities. DOE NNSA is seeking interested companies with specialized capabilities to meet the above requirements. Additionally, DOE NNSA seeks capabilities of small, small disadvantaged, women-owned small businesses, veteran-owned small business, service disabled veteran owned small business, and HUBZone small business for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for this requirement. Interested firms with the experience and expertise to perform this work are requested to provide a summary of their capabilities, experience and/or expertise in this type of work. Please state whether or not the business currently holds a Facility Clearance from either DOE or the Department of Defense. In addition, responses must include a statement of whether they are a large business; or certified by the Small Business Administration as a Small Business, 8(a) business, Hub zone, or participants in a Mentor-Prot??g?? program. Small Businesses, in any category, that are qualified and interested in acting as the prime contractor for one element of the potential scope of work should identify that element in the response. Responses should also include a point of contact. Responses should be provided within two weeks of publication of this announcement. Interested offerors are requested to provide name, phone and address of firm, detailed information demonstrating their understanding of the work requirements identified above as well as their qualifications, capabilities, experience and past performance history for such work. All submissions are limited to 25 pages or less. SOCs shall be sufficiently detailed yet concise. All replies to this synopsis must reference this sources sought synopsis identification number DE-RP52-05NA26986. Email SOCs and any comments/questions to the Contracting Specialist, James Fisher, at jfisher@doeal.gov. This is NOT a Request For Proposals. DOE personnel may contact firms responding to this announcement to clarify a responder???s capabilities and other matters as part of this market research process. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer (Teresa Martinez, 505-845-4127 or tmartinez@doeal.gov) to request information, pose a question, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact Mr. Dick Blakely at 505-845-5286. For contracting issues, please contact Mr. James Fisher at 505-845-6879.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/1AC2FD1BCB75BDD78525705100527319?OpenDocument)
 
Record
SN00860053-W 20050804/050802211802 (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.