Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
SOLICITATION NOTICE

R -- Review and Analysis of Operational Events for Accident Sequence Precursors and Probabilistic Analysis of other Issues

Notice Date
3/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RES-07-047
 
Description
The U.S. Nuclear Regulatory Commission (NRC) established the Accident Sequence Precursor (ASP) program in 1979. The primary objective of this program was and continues to be the systematic evaluation of the risk-significance of U.S. commercial nuclear power reactor operational events. Under this requirement, the Office of Nuclear Regulatory Research (RES) of the NRC will systematically evaluate U.S. nuclear plant operating experience to identify and document the operating events that were most likely to lead to inadequate core cooling and severe core damage (precursors), if additional failures had occurred. Using standardized plant-specific models provided by the NRC, the contractor shall perform detailed risk analyses of events or conditions that have occurred during all phases of reactor operations. Additionally, the contractor shall perform Large Early Release Frequency (LERF) analyses when requested for selected events, again using models provided by the NRC. The contractor shall also provide on-call probabilistic risk analysis support to NRC staff for regulatory issues. It is anticipated that the contract will be a cost reimbursement type contract. The period of performance of the resultant contract will be four (4) years and six (6) months. The Request for Proposal (RFP) will be available on or about March 26, 2007 and will be distributed solely through the FedBizOpps website, http://www.fedbizopps.gov. The FedBizOpps website provides downloading instructions. All future information about this acquisition, including solicitation amendments will also be distributed solely through the FedBizOpps website. Hard copies of the solicitation document and its related documents, as appropriate, will not be available. Because this solicitation and its related documents, as appropriate, will be posted at this website, interested parties are instructed NOT to send letters or e-mails or faxes requesting the RFP. Telephoned, e-mailed, or faxed requests for the RFP will not be accepted. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. The size standard for this solicitation is average annual receipts of $4.5 million over the past three years, as set forth under NAICS 541330. 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. Notice to large businesses: The subcontracting plan requirements of P.L. 95-507 are applicable to this effort. Thus, all large businesses determined to be in the competitive range must be prepared to submit a detailed subcontracting plan.
 
Record
SN01246998-W 20070310/070308221500 (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.