Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2005 FBO #1444
SOURCES SOUGHT

A -- Sources Sought for R&D work for the fabrication of inertial confinement fusion program

Notice Date
11/7/2005
 
Notice Type
Sources Sought
 
Contracting Office
PO BOX 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-SS52-06NA27279
 
Response Due
11/23/2005
 
Description
The National Nuclear Security Administration, Service Center (NNSA/SC) is hereby soliciting information about potential sources for research and development work for the fabrication of inertial confinement fusion targets, components, and component technology and associated scientific and engineering technical expertise and level of effort in support of NNSA???s Inertial Confinement Fusion (ICF) program, a key component of NNSA???s Stockpile Stewardship Program dedicated to allowing the USA to observe a nuclear weapons test ban while still maintaining confidence in our nuclear deterrence arsenal. The work to be done will include overall management and research and development effort and expertise, materials and equipment, and facilities as necessary in the broad work areas of (A) development, fabrication, and delivery of ICF targets and target components; (B) target technology development; and, (C) cryogenic target handling systems and other target component fabrication and technology development efforts. Additionally, the work will require support to participating laboratories (Lawrence Livermore National Laboratory, Los Alamos National Laboratory, Sandia National Laboratory, Naval Research Laboratory, and University of Rochester Laboratory for Laser Energetics), which will, as a minimum, include diagnostics and ???on-site??? support activities to meet technical milestones and goals. In addition to the target and target component deliverables, periodic administrative and technical reports will be provided reporting on progress or results of the research and development effort. The primary mission of the ICF program is to ensure that research activities in support of maintaining of the US nuclear defense arsenal can be carried out without the need for actual nuclear testing. Additionally, the work to be done is essential to the ongoing experimental programs at the participating ICF laboratories to fulfill a critical need for target-related technology development to support experimental operations at the National Ignition Facility. This work is a continuation of the work that has been done by General Atomics on a sole source basis for the Department of Energy and subsequently NNSA since 1991. The NAICS code is_541710, size standard of 500 employees as defined in FAR 19.101. The Draft Statement of Work (DSOW) is posted as Attachment 1. The contractual effort is contemplated as up to a 5 -year period of performance for an anticipated amount of approximately $140M. The contract type contemplated is a Cost Plus Fixed Fee level of effort. Work is expected to be conducted at contractor???s facilities, as well as at one or more of the participating laboratories, with meetings or conferences at other locations to be determined. The contractor must provide services in a fully integrated manner for the broad work areas identified above such that products and research results are delivered on a timely basis as directed by the participating laboratories. However, potential sources may elect to express interest in providing target development, fabrication, and deliveries under work area A above for the Naval Research Laboratory only, as described in Attachment 1. A statement of capability should be submitted no later than close of business November 23, 2005 by those interested firms. All statements of capability must include company name, mailing address, and company size. Information submitted in the statements of capability should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed that is similar in nature to the work outlined (above); (2) Personnel: Name, professional qualifications and specific experience of technical personnel who may be assigned to the project as well as those who may be assigned to support the project, the number technical personnel who presently have a security clearance, and level of clearance (e.g., Q-cleared); (3) Facilities: A description of existing facilities as well as ability to commence performance on April 1, 2006. Include any other specific and pertinent information as pertains to this particular procurement that would enhance our consideration and evaluation of the information provided. The statements of capability are limited to 15 pages in addition to resumes. An original statement of capability and two (2) copies should be sent to Ms. Dorothy D. Black, Contract Specialist at the NNSA/SC Points of Contact for this acquisition are: For contracting issues: Ms. Dorothy D. Black, Contract Specialist, OBS/AD, P.O. Box 5400, Albuquerque, NM 87185; telephone (505) 845-4164, fax (505) 284-7493, e-mail: dblack@doeal.gov. For technical issues: Mr. Paul Ross, NA-161, (202) 586-4027. The Contracting Officer for this procurement is Ms Teresa Martinez. She may be reached telephonically at (505) 845-4127, fax (505) 284-7369 or e-mail her at tmartinez@doeal.gov.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/02F73EC882D7ECAA852570B300065144?OpenDocument)
 
Record
SN00927865-W 20051109/051107211806 (fbodaily.com)
 
Source
FedBizOpps.gov 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.