SOLICITATION NOTICE
R -- Support NRC Staff with Development of the Japan Response After Action Report - Package #1
- Notice Date
- 6/3/2011
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 541611
— Administrative Management and General Management 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-07-10-183
- Archive Date
- 7/3/2011
- Point of Contact
- Claudia G. Melgar, Phone: 3014923487
- E-Mail Address
-
Claudia.Melgar@nrc.gov
(Claudia.Melgar@nrc.gov)
- Small Business Set-Aside
- N/A
- Award Number
- GS-23F-8167H
- Award Date
- 5/26/2011
- Description
- Justification U.S. Nuclear Regulatory Commission Division of Contracts Limited Sources Justification NRC-07-10-183 GS-23F-8167H 1. Nature and Descript of Action Being Approved. The intent of the U.S. Nuclear Regulatory Commission is to issue modification number 2 as a logical follow on to work undertaken in current delivery order NRC-07-10-183, contract GS-23F-8167H. One of the Nuclear Regulatory Commission's (NRC) essential functions is to maintain its ability to respond to events at nuclear facilities, including maintaining situational awareness, ensuring proper recommendations are made to the public, and providing inter-agency communications. Following the devastating earthquake and tsunami in Japan, several reactors in that country became disabled, leading to a catastrophic failure of the plant and a radiological release to the environment. The NRC staffed its response organization on a 24-hour per day, 7-day per week to provide coverage of the event. The work is in support of the NRC/The Office Nuclear Safety and Incident Response (NSIR) Japan Response After Action Report. Specifically, the contractor will support the staff with the collection of data, analysis of the data, creation of a interim report, creation of a draft report, conduct of related coordination meetings, and processing of the final report. The period of performance is 5 months. 2. Description of services or supplies to meet the agency need. The NRC intends to award a sole source Firm-Fixed Price/Time and Material contract entitled "Support NRC Staff with Development of the Japan Response After Action Report" with the Battelle Memorial Institute to provide expert support to the NSIR and NRC staff. This process has very near term deliverable dates, the first being an initial analysis due to the Commission at a public meeting on June 16, 2011. The interim report will be due in mid to late July 2011 with the final report due on September 28, 2011. Not meeting the milestones associated with the after action process will delay addressing potential weaknesses in the incident response program. Failure to correct these issues will lead to critical performance gaps during a response to a domestic nuclear power plant accident. Since the accident at Three Mile Island in 1978, the NRC response organization has only had the opportunity to practice responding to an event under simulated circumstances during exercises. Therefore, this event provided a rare opportunity for the agency to perform a full demonstration under real-world conditions. 3. Identification of Rationale to use Limited Sources. The statutory authority permitting Limited Sources Justification is Multiple Award Schedule (41 USC 251) as implemented by FAR 8.405-6(b) (3), which provides for limiting competition when the work is a logical follow-on to a previous GSA order. 4. As a means to identify lessons learned, the agency will conduct a thorough review of the response. Critical elements of the response program will be evaluated to determine potential vulnerabilities in the agency's ability to perform its response function. 5. The NRCs Commission has established a very short timeline for completion of this assessment and to provide a report of the conclusions. Additionally, White House staff has also requested that this information be made available to the inter-agency response community. 6. Determination by contracting officer that the order represents the best value. The contracting officer conducted independent market research which included searching -GSA and the previous proposed price schedule under current delivery order NRC-07-10-183. Once this search -was complete, the specialist determined the most cost effective way to procure the service was through GSA. Additionally, the prices and terms and conditions associated with GSA schedule contracts have been determined fair and reasonable. 7. Description of Market Research. Battelle Memorial Institute is currently supporting NRC activities related to National Level Exercise (NLE) 2011 under current delivery order NRC 07-10-183. Included in the task orders for this contract was development of an After Action Report for NRC NLE 2011 Table-Top Exercises and an After Action Report for the NLE 2011 functional exercise. The contractor is proficient and proven in the after action process, and very familiar with the NRC Incident Response Program. This contractor has staff that is experienced in working with the NRC and NSIR staff, and has security clearances and IT access in-place. As stated above, additional market research was also conducted by the contracting officer who determined the most cost effective way to procure the required services. 8. Other Factors Supporting the Justification. NSIR is working with other internal stakeholders to develop the lessons learned and recommended path forward to be included in the After Action Report. The identification and subsequent resolution of these items have been determined to be critical to the NRC Incident Response Program. The staff requires the services of a contractor who has expertise in development of Homeland Security Exercise and Evaluation Program After Action Reports, is familiar with NRC document control processes, and is very familiar with the NRC incident response program. Due to the short term requirements of the initial analysis at least one of the contractors assigned to this work must be able to immediately work independently on-site at the NRC. Thus, based on the information provided in this justification, Battelle Memorial Institute is the only known contractor capable of executing the contract within the required time frame. 9. Statement to remove barriers of Competition. All future requirements shall be reviewed by Division of Contracts to determine if it's available through competitive process.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-07-10-183/listing.html)
- Record
- SN02463604-W 20110605/110603234451-98d92ea9eae24d702386ff5b47e45f97 (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 |