Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2011 FBO #3620
SOURCES SOUGHT

A -- Development of scenarios for Integrated System Validation to update NUREG-0711 guidance

Notice Date
10/21/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
 
ZIP Code
20852-2738
 
Solicitation Number
RES-11-290
 
Archive Date
11/12/2011
 
Point of Contact
Adelis M. Rodriguez, Phone: 301-492-3623
 
E-Mail Address
adelis.rodriguez@nrc.gov
(adelis.rodriguez@nrc.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Nuclear Regulatory Commission (NRC) is issuing this Sources Sought Synopsis as a means of conducting market research or as a market survey to determine the availability and potential technical capability of the business community to provide all management, supervision, administration, and labor for the for work supporting the User need requests to update human factor review guidelines and develop supplementary guidance and technical basis documents for the review of new and advanced control room designs. This project is entitled, "Development of scenarios for Integrated System Validation to update NUREG-0711 guidance". Specific activities include: 1. Human performance measures 2. Scenario description and development and 3. Identification of any other areas of the Integrated System Validation (ISV) section of Element 10, NUREG-0711 that require clarification. Services are to be provided to the NRC in Rockville, MD. It is estimated that approximately 2,320 professional hours will be needed to provide the requested supplies and/or services. The acquisition will be for one (1) 18-month period with no options. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541712. The Draft Statement of Work for this effort is attached to this sources sought. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposal; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. MANDATORY QUALIFYING CRITERIA: 1. Please explain if your organization has performed work in the following areas: a. Analysis of previously acquired data on nuclear power plant scenarios from ISV testing b. Identification of the appropriate human performance metric with risk significant scenarios. c. Previous ISV testing on human performance data d. Determination of how the plant conditions, personnel tasks and other factors affect crew performance. e. Assessment of human performance metrics including situation awareness, workload and teaming in ISV. f. Determination of human performance metrics for use as acceptance criteria in ISV. g. Application of human performance metrics in ISV for nuclear power plants. h. Experience, in the form of published, refereed articles, on the use of a simulator to mimic multiple plant types. 2. Does your organization possess or have access to a high fidelity, reconfigurable nuclear power plant simulator that can be used to test the scenarios using experienced nuclear power plant operators? 3. Does your organization have access to a population of experienced and licensed nuclear power plant operators for performance of simulations? Or has your organization successfully obtained experienced nuclear power plant operators for research studies? If your organization has the potential capacity to perform these contract services, please provide the following information: 1. Organization name, address, email address, Web site address and telephone number as well as size and type of ownership for the organization; and 2. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Taking into account the magnitude of the scope of this professional recruitment effort, organizations also should address the capacity of their financial infrastructure to coordinate and deliver contract performance. Although no geographic restriction is anticipated, if responding organizations are located outside the Washington Metropolitan area, indicate how the organization would coordinate with the NRC program office located in Rockville, MD. The Government will evaluate market information to ascertain market capacity to 1. potentially provide the administrative support services consistent in scope and scale with those described in this notice and otherwise anticipated; 2. potential capacity to secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3. potential capability to implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel; and risk mitigation; and 4. potential to provide services under a performance based service acquisition contract. Interested firms responding to this Sources Sought Synopsis are encouraged to structure capability statements in the order of the area of consideration noted above. All capability statements sent in response to this notice must be submitted electronically, via e-mail, to Adelis M Rodriguez, at Adelis.rodriguez@nrc.gov, in either MS Word, WordPerfect or Adobe Portable Document Format (PDF), within fifteen (7) calendar days from the date of publication of this notice. This market survey is being conducted through the FedBizOpps to reach the widest possible audience and to gather current market information. DISCLAIMER AND NOTES: Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's potential capability and capacity to perform the subject work. The Government may provide access to the information contained in the response to a contractor providing acquisition planning and strategic technical assistance support to the Government. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/RES-11-290/listing.html)
 
Place of Performance
Address: Contractor's location, United States
 
Record
SN02610974-W 20111023/111021234112-0d5db3e8944ac4e1b9547d1ca0bd23af (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.