SOURCES SOUGHT
R -- Technical Assistance to Support Compliance Verification with Order EA-12-049 and Order EA-12-051 - Sources Sought Synopsis Posting & DRAFT Statement of Work
- Notice Date
- 10/1/2012
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical 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-NRR-13-SS-0001
- Archive Date
- 10/16/2012
- Point of Contact
- Jennifer A. Defino, Phone: 301-492-3637, Jeffrey R. Mitchell, Phone: (301) 492-3639
- E-Mail Address
-
Jennifer.DeFino@nrc.gov, jeffrey.mitchell@nrc.gov
(Jennifer.DeFino@nrc.gov, jeffrey.mitchell@nrc.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment No. 1- DRAFT Statement of Work Sources Sought Synopsis Posting This is a Sources Sought Synopsis. THERE IS NO SOLICITATION AT THIS TIME. The U.S. Nuclear Regulatory Commission's (NRC) is conducting a market survey and analysis to determine the range of available contractors that exists and assess their capabilities to assist the NRC with scope of work described below. This request for capability information does not constitute a request for proposal; submission of any information in response to this market survey is purely voluntary. The NRC does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. This notice in no way obligates the Government to any further action. The purpose of this announcement is to provide potential sources the opportunity to submit information regarding their capabilities to perform work for the NRC free of Organizational Conflict of Interest (OCOI). For information on NRC OCOI regulations, visit NRC Acquisition Regulation (NRCAR) Subpart 2009.5, entitled "Organizational Conflicts of Interest" (http://www.nrc.gov/about-nrc/contracting/48cfr-ch20.html). All interested parties, including all categories of small businesses (small businesses, small disadvantaged businesses, 8(a) firms, women-owned small businesses, service-disabled veteran-owned small businesses, and HUBZone small businesses) are invited to submit a response to the market research questions below and submit the capability information as described below. The capabilities package submitted by a vendor should demonstrate the firm's ability, capability, and responsibility to perform the principal components of work listed below. The package should also include past performance/experience regarding projects of similar scope listing the project title, general description, the dollar value of the contract, and name of the company, agency, or government entity for which the work was performed. This package of previous work should also include any performance reviews, evaluations that the vendor received after completion of the work. Submission of additional materials such as glossy brochures or videos is discouraged. Responses are due no later than 5:00 P.M. EST on Monday, October 15, 2012. The Government will not reimburse respondents for any costs associated with submission of the requested information. Telephone inquiries or responses are not acceptable. Responses should be no longer than 15 pages in length (excluding resumes). Responses should be sent via email to Jennifer A. DeFino, Sr. Contract Specialist, at Jennifer.DeFino@nrc.gov. Responses may also be mailed to: U.S. Nuclear Regulatory Commission Division of Contracts Attn: Jennifer A. DeFino; M/S: TWB-01-B10M Washington, DC 20555-0001 The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541690- Other Scientific and Technical Consulting Services. The anticipated period of performance will be from February 28, 2012 to December 31, 2016. Background Following the events at Fukushima Dai-ichi Nuclear Power Station, the U.S. Nuclear Regulatory Commission (NRC) issued an Order Modifying Licenses with Regard to Requirements for Mitigation Strategies for Beyond-Design-Basis External Events, EA-12-049. This Order requires the development, implementation and maintenance of mitigating strategies and guidance to be available if the a loss of power, motive force and normal access to the ultimate heat sink would occur to prevent fuel damage in the reactor and spent fuel pool affected all units at a site simultaneously. Additionally, an Order To Modifying Licenses with Regard to Reliable Spent Fuel Pool Instrumentation, EA-12-051, was issued to require installation of spent fuel pool wide-range level indication which will require reliable, water level indication in associated spent fuel pools in order to support emergency response decisions. These Orders require submittal of an overall integrated plan from nuclear power plants including a description of how compliance will be achieved by February 28, 2013. The deadline for full implementation is no later than two refueling cycles after submittal of the overall integration plan or December 31, 2016, whichever comes first. Capability Sought The NRC is seeking to identify firms capable of providing technical support in reviewing overall integration plans submitted by nuclear power plants subject to these Orders and participation in on-site inspections to verify compliance. Specific activities concerning the technical assistance that will be provided to the NRC includes: 1) review of overall integration plans; 2) develop requests for additional information, and evaluate license responses (as required); 3) review, evaluate and document any alternative approaches concerning these Orders from licensees; 4) draft safety evaluations with open items; 5) participate in site specific verification inspections utilizing development and use of audit plans, and developing site-specific inspection reports; and 6) draft final safety evaluations. For support associated with Order EA-12-049, the NRC estimates that four or more principal engineers/scientists will be required to support this effort on a full time basis. The principal engineers/scientists must have at least one year of experience in evaluating and inspecting the mitigating strategies and guidance for beyond-design-basis external events such as those developed for the loss of a large area of a plant due to explosions or fire under Section B.5.b of Order EA-02-026, made generically applicable as 10 CFR 50.54(hh)(2). The principal engineers/scientists must also have strong backgrounds in typical nuclear industry practices for maintenance, testing, inventory control and familiarity with NRC licensing and inspection processes. The availability of the principal engineers/scientists on a full time basis will run from the initiation of task 1 (on or about February 26, 2013) to the completion of task 5, after which availability will be needed on a part time basis consisting of one principal engineer/scientist for three weeks per site visit, one week in preparation, one week on site participating in verification activities (inspection) and one week upon completion documenting the results. Concerning Order EA-12-051, the NRC estimates that two or more principal engineers/scientists will be required to support this effort on a full time basis with at least one year of equivalent experience as stated below will evaluate licensee submittals. The DRAFT Statement of Work (SOW) for this effort is included as an attachment to this notice and provides further details concerning the capabilities sought. Mandatory Qualifying Criteria The NRR requires contractor support to provide access to competencies, accrued knowledge, and highly specialized skills in the areas of, but not limited to: • experience in evaluating mitigating strategies and their related guidance documents, • Instrumentation & Controls design engineering and/or field, system engineering expertise, and • auditing and/or inspection experience, and ability to satisfy site access requirements. The contractors should have in-depth knowledge in their technical area in order to identify and resolve issues. Commercial organizations that are interested in supporting our technical assistance requirements, please address the market research questions below and provide capability information on your staff's qualifications and your firm's corporate experiences and qualifications on similar contracts or efforts. Market Research Questions If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, website address and telephone number as well as size and type of ownership for the organization? 2) How long has your organization been in operation? 3) Any special business classifications (e.g. Small Business, Disadvantaged Business, etc)? 4) How many people does your organization employ, including consultants with the experience required in the areas requested? Please break down the mix between the two categories (i.e. employees and consultants). Please also provide a tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. (Note: Any resumes submitted must be limited to one page each.) 5) Do you anticipate that subcontracting will be required to fulfill this contract? If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 6) Describe teaming arrangements your organization has formed to perform scopes of work outside your core competencies. Describe both the type of work and how you managed it. 7) What is your organization's Quality Assurance platform for developing contract documentation? Has your organization, for previous work, utilized primary and secondary review levels to ensure performance to standards, and high quality documents? Taking into account the magnitude of the scope of this effort, organizations also should address the capacity of their management, financial infrastructure to coordinate and deliver contract performance. 8) Which GSA Multiple Award Schedules or Governmentwide Acquisition Contracts, if any, does your organization possess? When do they expire? 9) Does your organization have a Defense Contract Audit Agency (or other cognizant audit authority) approved accounting system? 10) Does your organization have agreed upon indirect rate agreement with any government agency? 11) Has your organization previously faced organizational conflict of interest issues with NRC? How were they resolved? 12) List any companies or government agencies your organization either plans to or has performed work for related to civilian nuclear reactors. Describe the work performed. 13) Although no geographic restriction is anticipated, if responding organizations are located outside the Washington Metropolitan area, indicate how the organization would coordinate with the NRC program office located in Rockville, MD. 14) Please prepare a package that includes past performance/experience regarding projects of similar scope listing the project title, general description, the dollar value of the contract, and name of the company, agency, or government entity for which the work was performed. This package of previous work should also include any performance reviews, evaluations that the vendor received after completion of the work. Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. 15) Describe any other information your organization deems relevant to support this SOW. Government Evaluation The Government will evaluate market information to ascertain market capacity to: 1) Potentially provide the services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) Potential capacity to secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) Potential capability to implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel; and risk mitigation; and 4) Potential to provide services under a performance based service acquisition contract. DISCLAIMER AND NOTES: This market survey is being conducted through the FedBizOpps to reach the widest possible audience and to gather current market information. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's potential capability and capacity to perform the subject work. The Government may provide access to the information contained in the response to a contractor providing acquisition planning and strategic technical assistance support to the Government. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of any evaluated results from the data received. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-NRR-13-SS-0001/listing.html)
- Record
- SN02905907-W 20121003/121001235608-1b40f1f1caad79644f814aab2c4d6718 (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 |