SOURCES SOUGHT
A -- TMA Pentran-Dragon Research
- Notice Date
- 6/17/2013
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, AF ISR Agency, AF ISR Agency/A7KR, 1030 S Hwy A1A (Bldg 989), Patrick Air Force Base, Florida, 32925-3002, United States
- ZIP Code
- 32925-3002
- Solicitation Number
- FA7022-13-T-0002
- Archive Date
- 7/10/2013
- Point of Contact
- Candon Haynicz, Phone: 3214948354, Michelle Raines, Phone: 321-494-7320
- E-Mail Address
-
candon.haynicz@us.af.mil, michelle.raines@patrick.af.mil
(candon.haynicz@us.af.mil, michelle.raines@patrick.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT TMA Pentran-Dragon Research 1.0 Description 1.1 The Air Force Applications Center (AFTAC) TM and AFISRA/A7KR are conducting Market Research for non-personal services to provide TMA Pentran-Dragon Research Project. This sources sought is one of the elements of our Market Research, and it will be used to determined the acquisition approach. It will also be used to determine, if needed, the sub-contracting goals. Therefore, if your company has the capabilities to participate as a subcontractor, please let us know. 1.2 This Sources Sought Notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or an Invitation for Bid (IFB). The Government may use the information obtained from responses to this notice in determining its acquisition approach, but the issuance of this notice does not restrict the Government acquisition approach. This effort will be short term: estimated date of completion will be 8 months. 1.3 Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the Draft PWS, you must state if you are interested to participate as a prime contractor or as sub-contractor. The subcontracting information is very important because it will help the Government, if needed, to determine subcontracting goals. 1.4 The capabilities package should describe relevant contract experience offered to Government and commercial customers. Include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name of the point of contact, address, e-mail, telephone number, fax number, and the company's web page, if applicable). Submitted information shall be UNCLASSFIED. 1.5 The North American Industry Classification System (NAICS) Code is 541712. The small business size standard is 500 Employees. 2.0 Background This requirement consists of several tasks including the following: 2.1 Phase I: Code Development 2.1.1 Develop code to use multigroup cross sections derived from the DRAGON reactor physics code as opposed to the current usage of SCALE code package 2.2 Phase II: Model Burnup Analysis 2.2.1 Compare the "Fast Burner" candidate reactor currently under development using the SCALE cross sections with a PENTRAN/PENBURN model using the new DRAGON cross sections 2.2.2 The reactor shall be divided into representative zones and burnup calculated using PENBURN for those zones. Proposed zoning will be pre-coordinated with the requester 2.2.3 Isotopic values in atom-percent and grams per rod for fuel, blanket material, and selected fission products shall be provided for each burnup step and zone (including uncertainty estimations for burnup step size and zone selections) 2.3 Phase II: Uncertainty Analysis 2.3.1 Uncertainties from multigroup cross section generation, as well as radiation transport uncertainties due to Monte Carlo driven burnup (when PENTRAN is coupled to a multigroup Monte Carlo transport solver) will be characterized 2.3.2 The data from all calculations will be post-processed according to customer needs 2.3.3 Any publications based on contract work must be reviewed and approved by the government beforehand. 2.4 Estimated Period of Performance: 8 Months After Date of Contract (ADC) 2.5 Security Requirements: N/A 3.0 Requested Information 3.1 Your capability statement shall provide administrative information, and shall include the following as a minimum: 3.2 Name, mailing address, phone number, and e-mail of designated point of contact. 3.3 The facility security clearance of the offeror. 3.4 Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American Firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern or a large business based on the size standard above. 4.0 Responses 4.1 Please submit your capabilities packages to AFISRA/A7KRA, Attn: Ms. Candon Haynicz, 1330 South Hwy., A1A, Bldg 989, Patrick AFB, FL, 32925-3002 or e-mail: Candon Haynicz@us.af.mil. Any questions may be directed to Ms. Candon Haynicz or to the Contracting Officer, Ms. Michelle Raines, same address, e-mail Michelle.Raines@us.af.mil. Responses must be submitted no later than 11:00 A.M. ET on 25 June 13. No facsimile responses will be accepted. The Government will not award a contract solely on the basis of this Sources Sought, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. 4.2 Responses shall be limited to 10 pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3 It is the submitters solely responsibility to verify the package was delivered or the e-file was received and can be viewed. 5.0 Industry Discussions AFTAC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Ombudsman Clause, Nov 2012 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Ms. Veronica Solis, AF ISR Agency/A4-7, 102 Hall Street, Ste 258, San Antonio, TX 78243-7091 (P) 210-977-4505, (F) 210-977-6414, e-mail: veronica.solis@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 7.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers in the FedBizOpps; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 21 June 13 will be answered. 8.0 Summary THIS IS A SOURCES SOUGHT to identify potential prime contractors or subcontractors that can provide services for the TMA Pentran-Dragon Research Project. The information provided in this announcement is subject to change and is not binding on the Government. AFTAC has not made a commitment to procure any of the items discussed, and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/348efcaa69b3f65e2d7624ebd0aa01cd)
- Place of Performance
- Address: Patrick, AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03091499-W 20130619/130617235247-348efcaa69b3f65e2d7624ebd0aa01cd (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 |