SOURCES SOUGHT
A -- R&D work for the fabrication of inertial confinement fusion (ICF) target program
- Notice Date
- 6/18/2008
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Energy, Lawrence Livermore National Laboratory (DOE Contractor), LLNL Procurement, 7000 East Avenue, L-650, Livermore, California, 94550
- ZIP Code
- 94550
- Solicitation Number
- Reference-Number-B575152
- Archive Date
- 7/18/2008
- Point of Contact
- Margaret Cooke,, Phone: 925-423-2178, Sonya J. Semenoff-Torrise,, Phone: 925-422-0328
- E-Mail Address
-
cooke6@llnl.gov, semenofftorrise1@llnl.gov
- Small Business Set-Aside
- N/A
- Description
- Lawrence Livermore National Security (LLNS) is hereby soliciting information about potential sources for research and development work for the fabrication of inertial confinement fusion (ICF) and high energy density (HED) targets, components, component technology, and associated scientific and engineering technical expertise at the National Nuclear Security Administration's (NNSA) ICF laser science facilities including OMEGA and the National Ignition Facility (NIF). This work will support NNSA’s Stockpile Stewardship, ICF/National Ignition Campaign (NIC), and basic science programs at Lawrence Livermore National Laboratory (LLNL), Los Alamos National Laboratory (LANL), and the University of Rochester/Laboratory for Laser Energetics (LLE). This work is 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 primary mission of the ICF program is to ensure that research activities in support of maintaining the US nuclear defense arsenal can be carried out without the need for actual nuclear testing. 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 development, fabrication, and delivery of ICF/HED targets and components; target technology development; cryogenic target handling systems; and other target component fabrication and technology development efforts. The NAICS code is 541712, size standard of 500 employees as defined in FAR 19.101. 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 (DOE) and subsequently NNSA since 1991. The scope of this work does not include pulsed power targets for use at the Sandia National Laboratory (SNL) Z-machine or for laser targets for use at the Naval Research Laboratory (NRL). The contractual effort is contemplated as up to a 10-year period of performance (five-year base term, with an option for up to five additional years) for an anticipated amount of approximately $140M during the initial five-year period. The contract type contemplated is a Cost Plus Fixed Fee-Level of Effort. Work is expected to be conducted at the subcontractor’s facilities and will require staffing at participating laboratories (LLNL, LANL, and LLE), and will include on-site target fabrication and related support activities to meet technical milestones and goals. In addition to the target and component deliverables, periodic administrative and technical reports will be required for reporting subcontractor's progress and/or results of the research and development effort. The subcontractor 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. A statement of capability should be submitted no later than close of business July 3, 2008 by those interested firms. All statements of capability must include company name, mailing address, company size, and point of contact information. If anticipating a teaming arrangement, describe the nature of the partnership and identify the partners. 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: Provide an outline of projects of similar type and complexity to the work outlined above. For each project, briefly describe its similarities with this effort, challenges faced, problems encountered, and actions taken to rectify these obstacles. 2.Personnel: Disclose the 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 (including partners, if any), the number of technical personnel who presently have a DOE security clearance, and level of clearance (e.g., Q-cleared); 3.Facilities: Describe the existing facilities and equipment (both government-owned and subcontractor-owned) which will be utilized in this effort. 4.Include any other specific and pertinent information as it pertains to this particular project that would enhance our consideration and evaluation of the information provided. The statements of capability are limited to 25 pages, not including brief resumes. The statement of capability should be sent to Ms. Sonya Semenoff-Torrise, Contract Administrator at Lawrence Livermore National Security, 7000 East Avenue, Mail Stop L-443, Livermore, CA 94550, or may be sent via email (preferred) to semenofftorrise1@llnl.gov, or via fax at 925-422-9294. Phone 925-422-0328.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7ae52f8daf720971dcb69d1939a60f9b&tab=core&_cview=1)
- Place of Performance
- Address: Livermore, 7000 East Avenue, California, 94550, United States
- Zip Code: 94550
- Zip Code: 94550
- Record
- SN01595627-W 20080620/080618215146-7ae52f8daf720971dcb69d1939a60f9b (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 |