Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOURCES SOUGHT

H -- Technical Assistance to Support NRC Regional Team Inspections - Sources Sought Synopsis & Draft Statement of Work

Notice Date
2/22/2012
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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
NRC-NRR-12-071
 
Archive Date
4/4/2012
 
Point of Contact
Jennifer A. Defino, Phone: 301-492-3637
 
E-Mail Address
Jennifer.DeFino@nrc.gov
(Jennifer.DeFino@nrc.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Statement of Work Sources Sought Synopsis This is a Sources Sought Synopsis. THERE IS NO SOLICITATION AT THIS TIME. The U.S. Nuclear Regulatory Commission (NRC) is conducting a market survey and analysis to determine the range of available contractors that exists and assess their capabilities to assist the NRC with scope of work described below. 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 NRC does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. The purpose of this announcement is to provide potential sources the opportunity to submit information regarding their capabilities to perform work for the NRC free of Organizational Conflict of Interest (OCOI). For information on NRC OCOI regulations, visit NRC Acquisition Regulation (NRCAR) Subpart 2009.5, entitled "Organizational Conflicts of Interest" ( http://www.nrc.gov/about-nrc/contracting/48cfr-ch20.html ). (Note: To maintain the desired experience, conditional waivers of generic conflict of interest requirements may be permitted per NRCAR Subpart 2009.570-9 ‘Waiver.") All interested parties, including all categories of small businesses (small businesses, small disadvantaged businesses, 8(a) firms, women-owned small businesses, service-disabled veteran-owned small businesses, and HUBZone small businesses) are invited to submit a response to the market research questions below and submit the capability information as described below. The capabilities package submitted by a vendor should demonstrate the firm's ability, capability, and responsibility to perform the principal components of work listed below. The package should also include past performance/experience regarding projects of similar scope listing the project title, general description, the dollar value of the contract, and name of the company, agency, or government entity for which the work was performed. Submission of additional materials such as glossy brochures or videos is discouraged. Responses are due no later than 5:00 P.M. EST on Tuesday, March 20, 2012. The Government will not reimburse respondents for any costs associated with submission of the requested information. Telephone inquiries or responses are not acceptable. Responses should no longer than 15 pages in length. Responses should be sent via email to Jennifer A. DeFino, Sr. Contract Specialist, at Jennifer.DeFino@nrc.gov. Responses may also be mailed to: U.S. Nuclear Regulatory Commission Division of Contracts Attn: Jennifer A. DeFino; M/S: TWB-01-B10M 11555 Rockville Pike Rockville, MD 20852 The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541690- Other Scientific and Technical Consulting Services. The acquisition will be for one (1) 24-month period with three (3) 12-month options. Background The NRC was created as an independent Agency by Congress in 1974 to enable the nation to safely use radioactive materials for beneficial civilian purposes while ensuring that people and the environment are protected. The NRC regulates commercial nuclear power plants and other uses of nuclear materials, such as in nuclear medicine, through licensing, inspection, and enforcement of its requirements. The NRC's headquarters are in Rockville, Maryland, and there are a number of other offices around the United States. In accordance with the baseline inspection portion of the Reactor Oversight Process (ROP), the NRC inspects the design and operation of nuclear power reactor plants. These inspections sometimes require contractor technical support. (Note: Further information on the NRC's Reactor Inspections can be found at: http://www.nrc.gov/reactors/operating/oversight/inspection-basics.html ) Component Design Bases Inspections (CDBIs) are the primary inspection under the anticipated contract. They verify that design bases have been correctly implemented for the selected risk-significant components and that operating procedures and operator actions are consistent with design and licensing bases. This ensures that selected components are capable of performing their safety functions. In addition to CDBIs, contract technical support may be required for inspections of design and operations including (but not limited to): fire protection; plant modifications; supplemental inspections at plants which experience degraded performance; reactive inspections (such as augmented inspection teams and special Inspections); independent design verification programs; and integrated design inspections. Capability Sought The NRC is seeking firms capable of providing technical support during the performance of baseline inspections and other inspections involving design and operation of nuclear power reactor plants. Specific activities include inspections of mechanical and electrical design information, the assessment of that information against regulatory requirements, and any associated technical reports. Services are to be provided to the NRC at nuclear power plant sites, NRC regional headquarters, and at the contractor's assigned specialists' home offices. It is estimated that approximately six mechanical and six electrical engineering specialists will be needed to provide the requested services. Inspection services currently provided include approximately 20 seven-week inspections per year. These are performed under the publically available inspection procedure http://pbadupws.nrc.gov/docs/ML1008/ML100830040.pdf. Current schedules have as many as six inspections underway at one time. The DRAFT Statement of Work for this effort is included as an attachment to this notice. Mandatory Qualifying Criteria The mandatory skills required for this contract include current nuclear plant design experience, demonstrated inspection or audit skills, good communications skills and an understanding of NRC design related regulations. The design inspectors must meet the requirements for unescorted access to nuclear plants including psychological assessments and fitness for duty (including random drug testing). They will be expected to work independently during portions of the inspections. The design inspectors will be asked to certify that they meet conflict of interest requirements for the nuclear plant licensees where they perform inspections. Market Research Questions If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, website address and telephone number as well as size and type of ownership for the organization? 2) How long has your organization been in operation? 3) Any special business classifications (e.g. Small Business, Disadvantaged Business, etc)? 4) How many people does your organization employ, including consultants? Please break down the mix between the two categories. 5) Which GSA Multiple Award Schedules or Governmentwide Acquisition Contracts, if any, does your organization possess? When do they expire? 6) Does your organization have a Defense Contract Audit Agency (or other cognizant audit authority) approved accounting system? 7) Does your organization have agreed upon indirect rate agreement with any government agency? 8) Has your organization previously faced organizational conflict of interest issues with NRC? How were they resolved? 9) List any companies or government agencies your company either plans to or has performed work for related to civilian nuclear reactors. Describe the work performed. 10) Provide a tailored capability statement 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 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 to provide support to the 67 US nuclear plant sites and the four NRC regional offices. Government Evaluation The Government will evaluate market information to ascertain market capacity to: 1) Potentially provide the 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. DISCLAIMER AND NOTES: This market survey is being conducted through the FedBizOpps to reach the widest possible audience and to gather current market information. 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/NRC-NRR-12-071/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02680274-W 20120224/120222234708-ef0a7de5cf8d8439accd7862af70df13 (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.