Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2010 FBO #3224
SOLICITATION NOTICE

69 -- PWR FUEL ASSEMBLY MOCKUPS - Statement of Work

Notice Date
9/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
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
RS-38-10-735
 
Archive Date
10/12/2010
 
Point of Contact
Monique B. Williams, Phone: 301-492-3640
 
E-Mail Address
monique.williams@nrc.gov
(monique.williams@nrc.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for PWR Fuel Assemble Mockup This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is RFP No. RS-38-10-735, and is being issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This solicitation is Unrestricted. All responsible sources may submit a proposal to be considered. The applicable North American Industrial Classification system (NAICS) code for this procurement is 611430. Pricing must include the following line items: CLIN 001- three (3) PWR fuel assembly mockups and parts; CLIN 002-Delivery Costs, and CLIN 003-Other Direct Costs. Budget narrative must accompany the pricing. No travel costs are anticipated for this requirement. Description of Requirement: (See Attachment 1) The period of performance will be six (6) months. However, within four months (4) of contract award the offeror shall deliver three (3) PWR fuel assembly mockups that shall be arranged for shipping as follows: 1) one assembly and the pass around parts to the NRC's Technical Training Center in Chattanooga, Tennessee; 2) one assembly to the NRC's Professional Development Center in Bethesda, Maryland; and 3) one assembly to the NRC's region II Office in Atlanta, Georgia. FAR Clause 52.212-1, Instructions to Offerors (Sep 2006) - Commercial, applies to this acquisition. FAR Clause 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. This contract will be Firm Fixed Price. EVALUATION FACTORS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. All subcriteria are of equal weight unless otherwise indicated. The following factors shall be used to evaluate offers: Technical Capability 50 points Demonstrate knowledge and understanding of the Statement of Work by describing the fuel model that will be constructed, the timeframe for the construction, and the potential shipping date of the models to the three locations. The offeror must also provide a list of the proposed parts for passing around in class. Corporate Experience 25 points Discuss your organizations corporate qualifications and experience in performing contracts that are similar in size and scope to this acquisition and the extent to which the necessary knowledge, experience, and skills remain available within your organization. Past Performance 25 points Extent to which the quoter has demonstrated successful performance on contracts similar in scope to this procurement. Technical Instructions: Technical and cost proposals they shall be submitted using Font: Arial, Font Style: Regular and Size: 11 on standard 8 1/2" x 11" paper (210 mm by 297mm paper), single-spaced, 10 characters per inch with each page numbered consecutively, and no less than 1" margins on all sides. Technical proposals will be limited to 10 pages. Technical Approach: The offeror must demonstrate an understanding of the Statement of Work by describing the offeorors technical approach to the objectives outlined in this requirement. The offeror must also demonstrate the adequacy of facilities and equipment to build the fuel models and supply the parts to be passed around in class as described in the Statement of Work of this solicitation. Corporate Experience: Describe in general terms the corporate qualifications and experience in performing the same or similar work, as described in the Statement of Work of this solicitation, and the extent to which the necessary knowledge, experience and skills are available within the organization. Past Performance: The Offeror shall demonstrate successful past performance in performing work that is similar in size and scope to this procurement. The offeror shall submit at least 3 references for contracts performed in the past 3 years. Each contract reference shall be limited to one page length to include: (a) Contract Number; (b) Name and Address of Government Agency; (c) brief description of the type of work; (d) Contracting Officers name, Telephone Number and E-mail Address; (e) Technical Representatives Name, Telephone Number and e-mail address; (f) Contract Type, Period of Performance; (g) Estimated Amount; and (h) Obligated Amount. Offerors must include a completed copy of FAR provision 52.212-3 - Offeror Representations and Certifications - Commercial Items (NOV 2006). FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007) applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (NOV 2006) applies to this acquisition in addition 52.217-9 - Option to Extend the Term of Contract. The close date for the proposals is September 27, 2010 by 10:00 a.m. (local time). Proposals are required to be submitted electronically via e-mail to monique.williams@nrc.gov. Technical and Cost proposal must be submitted in separate volumes. Prospective Offerors may submit questions in response to this Combined Synopsis/Solicitation in writing no later than September 22, 2010 by 1:00 p.m. (local time). Questions must be sent to Monique Williams/Contracts Specialist via e-mail at monique.williams@nrc.gov. SUBJECT line must read: Questions for PWR Fuel Assembly Mockup. NRC intends to evaluate offers and award without discussions with offerors. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. For information regarding this acquisition contact Monique B. Williams via e-mail at monique.williams@nrc.gov. Phone calls will not be accepted. Issuance of this combined synopsis/solicitation does not constitute an award commitment on behalf of the U.S. Government (USG). The USG reserves the right to reject any and all offers received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/RS-38-10-735/listing.html)
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission, Washington, District of Columbia, 20555-0001, United States
Zip Code: 20555-0001
 
Record
SN02289669-W 20100922/100920235648-8a9aa4258768d324c182106289f7df19 (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.