Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
SOURCES SOUGHT

R -- Request for Information - Design and Build Professional Engineering Services

Notice Date
10/30/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
20899-1640
 
Solicitation Number
Reference-Number-07-856-NCNR
 
Response Due
11/7/2006
 
Point of Contact
Lisa Sawyer, Contracting Officer, Phone 301-975-3840, Fax 301-975-2541,
 
E-Mail Address
lisa.sawyer@nist.gov
 
Description
This is a request for information notice to assist the U.S. Department of Commerce, National Institute of Standards and Technology (NIST) in completing market research for a requirement that is planned as a fiscal year 2007 Blanket Purchase Agreement(s) to acquire Professional Engineering Services for the NIST Center for Neutron Research (NCNR) to perform projects related to the ?Draft? Statement of Work (SOW) below. The Government is especially interested in collecting market research from small businesses with the capabilities to provide the services described in the Draft Statement of Work. DRAFT STATEMENT OF WORK The Contractor shall furnish the necessary personnel, material, equipment, services and facilities (except as otherwise specified), to perform the following Statement of Work/Specifications. A. Background Information General description of the requirement The NIST Center for Neutron Research (NCNR) owns and operates a heavy water moderated nuclear test reactor and adjacent neutron beam research facility. The neutron beam facility is used to perform a broad array of state-of-the-art Biology, Materials, Chemistry, and Physics research. Some of the research performed at the NCNR is fundamental in nature, other research is directly applicable to problems of immediate societal interest. Examples of recent NCNR research results can be found at the home page of the NCNR: www.ncnr.nist.gov. The NCNR?s reactor is licensed with the Nuclear Regulatory Commission (NRC) under the name National Bureau of Standards Reactor (NBSR). With respect to the NBSR and the neutron research facility, a large variety of engineering projects are being undertaken. These projects range from the design and planning of regularly scheduled maintenance of the NBSR to the design and planning of new and/or improved neutron beam research instrumentation. Furthermore ? thanks to constantly improving design and configuration management techniques ? the engineering procedures of the NCNR are under regular internal review, so that the NCNR can maintain its technological edge as a leading research facility. B. Purpose And Objectives Of This Requirement Overall program/project objectives: The overall purpose of the program is to provide and maintain an infrastructure to run the NBSR as a cost effective and safe facility, so that state-of-the-art scientific and engineering research can be conducted. This requires constant improvement of the facility in order to serve the nation as a whole in the capacity of the sole U.S. steady state neutron source available to the international scientific and engineering communities. Specific objectives of this requirement: The objective of this procurement is to allow the NCNR to have access to world class engineering services. These services would be directed to a broad array of goals and objectives which cannot be exactly specified at this time, which is the reason for this Statement of Work to establish one or more Blanket Purchase Agreements (BPA) since not all possible tasks that would be undertaken under any future BPA are yet known to the Government. Examples of engineering projects to be procured under this Agreement include, but are not limited to the following: 1 Improved procedures for regularly scheduled maintenance of the NBSR. 2 Improvements in designs of NBSR components. 3 Upgrades of key reactor systems and peripheral systems. 4 Upgrades of existing scientific instrumentation. 5 New design and/or building of prototypes of Neutron Scattering Spectrometers and Neutron Guide Systems. 6 Improvements in design tools and configuration management systems. C. Contractor Requirements Typical Tasks to be performed by the Contractor. Under this Blanket Purchase Agreement, the Government intends to order from a predefined schedule of tasks, examples of which are below. Typical tasks include, but are not limited to, items included on the reference list below. 1. CONCEPT DEVELOPMENT AND REQUIREMENTS ANALYSIS Services required involve abstract or concept studies and analysis, requirements definition, preliminary planning, the evaluation of alternative technical approaches and associated costs for the development or enhancement of high level general performance specifications of a system, project, mission or activity. 1.1 Requirements Analysis 1.2 Cost/cost-performance trade-off analysis 1.3 Feasibility analysis 1.4 Regulatory compliance support 1.5 Technology conceptual designs 1.6 Training 1.7 Privatization 1.8 Outsourcing. 2. SYSTEM DESIGN, ENGINEERING AND INTEGRATION Services required involve the translation of a system (or subsystem, program, project, activity) concept into a preliminary and detailed design (engineering plans and specifications), performing risk identification/analysis/ mitigation, traceability, 2.1 Computer-aided design 2.2 Design studies and analysis 2.3 High level detailed specification preparation 2.4 Configuration management 2.5 Document control 2.6 Fabrication 2.7 Assembly 2.8 Simulation 2.9 Modeling 2.10 Training 2.11 Privatization 2.12 Outsourcing. 3. BUILDING OF A PROTOTYPE OR FIRST ARTICLE Services required involve the application of various management techniques allowing the contractor (or a subcontractor) to integrate various components to produce a working prototype or model of the system. 3.1 Building of a prototype or first article. 3.2 (Sub-)Contracting for the building of a prototype or first article. 3.3 Assembly of a prototype or first article. 3.4 Fabrication of a prototype of first article. 3.5 Training 3.6 Privatization 3.7 Outsourcing 4. TEST AND EVALUATION Services required involve the application of various techniques demonstrating that a prototype system (subsystem, program, project or activity) performs in accordance with the objectives outlined in the original design 4.1 Testing of a prototype or first article 4.2 Environmental testing 4.3 Independent verification and validation 4.4 Reverse engineering 4.5 Simulation and modeling (to test the feasibility of a concept) 4.6 System safety 4.7 Quality assurance 4.8 Physical testing of the product or system 4.9 Training 4.10 Privatization 4.11 Outsourcing NOTE: A typical task order under the future BPA will consist of a well defined ?input?. For example: a) A top-level-specification for a reactor (sub-) system; or b) A three dimensional description of a mechanical part; or c) A mechanical part (or drawing thereof) to be reverse-engineered, because it can no longer be procured. This input is itself the product (i.e. the ?output?) of a prior engineering process. For example, and respectively: Ad a) A technical negotiation between Reactor Operators and Reactor Engineers leading to a functional top level specification. Ad b) A design process leading to the 3 dimensional definition of a mechanical part. Ad c) A previously procured part (or drawing thereof) that can no longer be procured, because the market place no longer offers it. The input thus defined is followed by a list of engineering tasks that ? according to the present view of the Government ? will lead to a satisfactory output. For example and respectively: Ad Ad a) A fully functional and tested scientific instrument Ad Ad b) Two dimensional manufacturing drawings of the part design. Ad Ad c) Three dimensional graphic description of the obsolete part D. Government Responsibilities List of any Government-furnished data, property, or facilities: At the Contractor's request, the Government will provide the Contractor access to the NCNR facilities for meetings and or observation of the circumstances that generated a particular requirement; i.e. existing instrumentation, floor surveys, existing technologies and specifications, etc. The Government may provide digital photographs of its facilities that may be used for orientation and/or photogrammetric purposes. The Government will provide a seat at its Computer Aided Design System, which is tied to NCNR office space, if determined to be in the best interest of the Government. E. Reporting Requirements and Deliverables The Contractor(s) shall provide to the Government all engineering documentation, as defined in ? or derived from ? each Task Order awarded under the planned Blanket Purchase Agreement. F. Program Management and Control Requirements Contractors shall submit, with the quotation package, their internal Engineering Quality Plan, under the provisions of which task orders under this Blanket Purchase Agreement will be performed, and demonstrating how conflict resolution is handled within the company. HOW TO RESPOND TO THE SOURCES SOUGHT NOTICE: Potential sources that possess capabilities to perform the aforementioned engineering services to support the NIST Center for Neutron Research (NCNR) are encouraged to respond to this notice and provide the following information: 1. Detailed narrative describing the company/organization?s current capabilities that are directly relevant to the aforementioned type of requirements; 2. Description of each similar project completed by your company/organization as a prime Contractor or as a significant Subcontractor within the past three (3) years, including as much of the following information as possible: (a) dollar amount of the contract; (b) brief description of the technical requirements of the project? (c) contract type used on the project (e.g., firm-fixed price, labor-hour, time-and-materials, cost plus-fixed fee, cost-plus-award-fee and cost plus-incentives-fee, etc); (d) indication of how long the project took to complete from start to finish; and (e) name, address, point of contact and phone number of the customer organization for which the work was done. 3. Current socio-economic status of your company as it relates to North American Industrial Classification System (NAICS) 541330, Engineering Services for which the Size Standard is $6.5M. 4. Indication of whether your company currently has an active registration in the Central Contractor?s Registration at www.ccr.gov. Your submission must be received in this office by 3:00 PM EST on Tuesday, November 7, 2006 by post office mail, email or fax at the following address: NIST; Attn: Lisa Sawyer; Contract Specialist, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640; Fax: (301) 975-2541; Email: Lisa.Sawyer@nist.gov and courtesy copy Mario.Checchia@nist.gov, the Contracting Officer. The capability statements shall be not more than twenty-five (25) pages on 8.5 inch x 11 inch paper, with 1 inch margins and a 12 point, commonly used font such as, Courier New or Times Roman in length. The Government reserves the right to contact any of the submitters to attain further market research. This contact may be in the form of direct Government/Submitter meeting(s). THIS REQUEST FOR INFORMATION ANNOUNCEMENT IS NOT A REQUEST FOR PROPOPOSALS AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. RESPONSES SHALL NOT INCLUDE COST OR PRICING INFORMATION. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-OCT-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-JAN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NIST/AcAsD/Reference-Number-07-856-NCNR/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 21771
Country: UNITED STATES
 
Record
SN01215971-F 20070121/070119232724 (fbodaily.com)
 
Source
FedBizOpps 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.