Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

B -- A Comprehensive International-based Dosimetry Method for Exposure to Radioactive Fallout from Nuclear Detonations

Notice Date
8/17/2018
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CP82645-73
 
Point of Contact
Ronette P. Collins, Phone: 2402765745, Reyes Rodriguez, Phone: 240-276-5442
 
E-Mail Address
ronette.collins@nih.gov, reyes.rodriguez@nih.gov
(ronette.collins@nih.gov, reyes.rodriguez@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E132, Bethesda, MD 20892, UNITED STATES Description National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG), Radiation Epidemiology Branch (REB) plans to procure on a sole source basis services to obtain expert information on specific aspects of fallout dosimetry that have not been extensively studied or published, namely the internal dose modeling, the review of past dose assessments, and the recommendations for future measurements following a fallout event from Jala Dose Assessment (Andre Bouville), 16401 Henry Drive, Gaithersburg MD 20877. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1(b)(1) using simplified acquisition procedures for commercial acquisitions. The North American Industry Classification System code is 541990 and the business size standard is $15.0 Million. Only one award will be made as a result of this solicitation. This will be awarded as a severable firm fixed price type contract. The period of performance is twelve (12) months from date of award. It has been determined there are no opportunities to acquire green products or services for this procurement. In the event of widespread radioactive fallout from a nuclear detonation in the atmosphere, there is little expertise available in the U.S. workforce today to estimate realistic radiation doses received by the public through the exposure pathways that impact both urban and rural populations. In the last 30 years, methods research for fallout dosimetry has been prompted primarily by federal mandates to assess risks from Nevada nuclear weapons testing or for specific health risk studies of radioactive fallout (e.g., in Utah, the Marshall Islands, Kazakhstan, etc.). Those studies, which were conducted by NCI and brought together expertise from both the U.S. and Russia, have resulted in several dozens of important publications. However, many of the details of the methods that would enable dose and risk assessors today to adequately respond to a large-scale exposure to radioactive fallout are not published or easily available. Moreover, the expertise to complete the research and publish the method is at a critically low level, with all but one or two experts in the U.S. already retired. The overarching objective of the NCI/DCEG/REB study is to complete all necessary components of a comprehensive fallout dosimetry method based on both U.S. and Russian experience and to publish it in the peer reviewed scientific literature in the form of a comprehensive unified methodology. The objective of this contract is to obtain expert information on specific aspects of fallout dosimetry that have not been extensively studied or published, namely the internal dose modeling, the review of past dose assessments, and the recommendations for future measurements following a fallout event. Contractor Requirements: The Contractor shall: 1. Assist the NCI on dose assessment methods used to evaluate the radiation exposures resulting from U.S, Russian and French test and dose assessment models used to estimate the radiation doses due to inhalation and ingestion of radioactive materials, the Contractor shall determine from the literature and by expert judgment, the mathematical values of the parameters needed for the NCI to model the doses for each exposure pathway, the technical bases for those parameter values, and write these into a report for submission. 2. Plan and make a presentation and lead discussion with collaborators during biannual meetings on the models used to estimate the radiation doses due to the inhalation and ingestion of radioactive materials. 3. Participate in the preparation of a publication on the internal doses from fallout deposition from nuclear weapons tests. 4. Provide detailed comments on a draft publication on the estimation of fallout deposition and external doses from nuclear weapons tests that will be sent to the Contractor by the NCI technical point of contact. 5. Provide detailed comments on a report, to be sent to the Contractor by the NCI technical point of contact, on the recommendations for future measurements regarding a fallout event. Jala Dose Assessment is uniquely qualified to perform this work because this will be a continuation of the previous work on award HHSN261201700703P: components of a comprehensive international-based dosimetry method for exposure to radioactive fallout from nuclear detonations on internal dose modeling, review of past dose assessments, and recommendations for future measurements. The proposed Contractor has contributed their unique knowledge and skills in developing dose assessment methodology to previous NCI studies of fallout exposure including those for Nevada, the Marshall Islands, Kazakhstan, and presently for the Trinity nuclear test. Because of the proposed Contractor's undisputable expertise in fallout research and their knowledge of the fallout activities that took place in both the U.S. and the former U.S.S.R, and their many-year experience in contributing dosimetry analyses of the type conducted by the NCI, the Contractor is uniquely qualified to provide the services requested in the framework of this contract. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, it may submit a proposal or quote. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 4:00 PM EST, on August 24, 2018. All responses and questions must be in writing and faxed 240-276-5399 or emailed to Ronette Collins, Contract Specialist via electronic mail at ronette.collins@nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through sam.gov. Reference: N02CP82645-73 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CP82645-73/listing.html)
 
Record
SN05043410-W 20180819/180817231034-367346545bbba96851f6ab8ec8f4576a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.