Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
MODIFICATION

A -- Maintenance of NRC Computer Codes II

Notice Date
8/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering 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
RS-RES-12-110
 
Archive Date
8/31/2012
 
Point of Contact
Michael D. Turner, , Joseph Widdup,
 
E-Mail Address
michael.turner@nrc.gov, Joseph.Widdup@nrc.gov
(michael.turner@nrc.gov, Joseph.Widdup@nrc.gov)
 
Small Business Set-Aside
N/A
 
Description
This noncommercial acquisition is being conducted as a full and open competition under FAR Part 15 and will result in the award of at least one Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. The objective of this acquisition is to obtain contractor support in providing the NRC with TRAC/RELAP Advanced Computational Engine (TRACE) code and model development, and improvements, as well as configuration control, correction of code errors, documentation updates, and user support to the NRC, its contractors, and members of Code Applications and Maintenance Program (CAMP) and the domestic User Support Group for TRACE. The contractor shall provide configuration control, correction of code errors, code maintenance, documentation updates, and user support to the NRC, its contractors, and members of CAMP and the domestic User Support Group for RELAP5. TRACE is a three dimensional (3D) code capable of modeling the reactor core and includes 3D kinetics. It is the result of the consolidation of several earlier thermal-hydraulic (T/H) and neutronics codes. RELAP5 is a one-dimensional (1D) best-estimate T/H code that is primarily used for small-break loss of coolant accidents (SBLOCAs) and other transients. In addition the contractor shall maintain the NRC Reactor Safety Databank, provide CAMP program management support, and organize and conduct TRACE and/or RELAP5 training workshops to NRC staff and external code users. There is a potential that NRC may award multiple IDIQ contracts resulting from this solicitation. The proposed contract(s) will include a one year base period with four one-year options. The total duration (base plus option years) of each awarded IDIQ shall not exceed five (5) years. The maximum value of this acquisition is $6 million; if more than one award is made, then that maximum value of each award will be diminished by each task order that is awarded to another awardee. The minumum guarantee per award is $2,500. The Request for Proposal (RFP) will be available on or about July 16, 2012 and the closing date for proposals will be on the response date and time indicated in this notice unless otherwised changed via amendment to the solicitaiton. The solicitation will be available solely through the FedBizOpps website at http://www.FedBizOpps.gov. All future information regarding this acquisition, including solicitation amendments, will be distributed solely through the FedBizOpps website. The FedBizOpps website provides downloading instructions. The solicitation document and its related documents, as appropriate, will be posted at this website. Therefore, interested parties are requested not to send letters, e-mails or faxes requesting copies of the RFP. Accordingly, telephoned, mailed, e-mailed or faxed requests will not be honored. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information regarding this acquisition. The Government will not reimburse interested parties for any costs associated with responding to this solicitation. Small Business Subcontracting Plans will be required as part of the proposal, at the time of submission, from all sources that are other than small businesses for this acquisition. The NRC encourages teaming arrangements utilizing "FedBizOpps" Interested Vendors List (IVL) system, which will be enabled after the solicitation is issued. Questions from potential offerors shall be submitted to michael.turner@nrc.gov, with a courtesy copy to joseph.widdup@nrc.gov, so that they are received at those email addresses no later than July 23, 2012. NRC anticipates providing written responses to those questions via amendment to the solicitation by July 27, 2012. All responsible sources may submit an offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/RS-RES-12-110/listing.html)
 
Record
SN02823858-W 20120803/120802000833-c03edab689a2d4fb6119fddffc5c5f0d (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.