SOLICITATION NOTICE
R -- CASMO XS Development Support and Onside Training - RFP
- Notice Date
- 1/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Nuclear Regulatory Commission, Acquisition Management Division, Acquisition Management Division, 11555 Rockville Pike, Rockville, Maryland, 20852-2738, United States
- ZIP Code
- 20852-2738
- Solicitation Number
- NRC-HQ-60-16-R-0002
- Archive Date
- 2/25/2016
- Point of Contact
- Erika A. Eam, Phone: 301-415-8180
- E-Mail Address
-
Erika.Eam@nrc.gov
(Erika.Eam@nrc.gov)
- Small Business Set-Aside
- N/A
- Description
- RFP 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 NRC-HQ-60-16-R-0002 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86. The contract type intended for this procurement is firm fixed price contract. The North American Industrial Classification system (NAICS) code for this procurement is 541990. The project title is: "CASMO XS Development Support and Onside Training". Objective: The objective of this purchase order is to utilize contractor expertise during the 3-day engagements for tutoring on CASMO methodology providing a quality assurance check of inputs to ensure that the CASMO inputs accurately reflect the lattices configuration and plant conditions intended to simulate. In addition, as part of the instructions and tutoring, the contractor shall cover "best practices" in simulating modern BWR lattices used for MELLLA+ simulations and provide lectures on related subjects as necessary or as requested by NRC staff. The scope of this award shall cover two (2) 3-day training engagements at the contractor's facility where the contractor's instructor staff shall assist NRC staff with instructions and other technical assistance, and make available computing resources necessary to generate BWR lattice data using the CASMO-5 LWR lattice code. The contractor shall provide the instructor/trainers, software, and all lesson materials needed for a 3-day training session at the Rockville offices. The overall objective is to provide general training of CASMO input and out features and generic applications for PWR and BWR operational and transient analysis with traditional and advanced modern fuel designs. The full text of the FAR provisions or clauses that apply to this acquisition may be assessed electronically at http://acquisition.gov/com/far/index.html. The following clauses apply to this acquisition: FAR Clause 52.212-1, Instructions to Offerors (Oct 2015) - Commercial; offeror must include a completed copy of FAR provision 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2015) with their proposal; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015); 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items (Jan 2016); 52.217-8, Option to Extend Service (Nov 1999); 52.217-9, Option to Extend the Term of the Contract (Mar 2000); 52.233-1 Disputes (May 2014); and 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004). The full text of the NRC Acquisition Regulation (48 CFR Chapter 20) solicitation provisions and contract clauses that apply to this acquisition may be assessed electronically at http://www.nrc.gov/about-nrc/contracting/48cfr-ch20.html#_1_185. The following clauses apply to this acquisition: 2052.204-72, Site Access Badge Requirements (Jan 1993); offeror must include a completed copy of 2052.209-70, Current/Former Agency Employee Involvement (Oct 1999) with their proposal; 2052.209-72 Contractor Organizational Conflicts of Interest (Oct 1999); 2052.215-71, Project Officer Authority (Oct 1999), to be completed after award; 2052.215-78, Travel Approvals and Reimbursement - Alternate 1 (Oct 1999), to be completed after award; and 2052.215-79, Contract Award and Evaluation of Proposals (Oct 1999). EVALUATION: The government will award an order under FAR Subpart 52.212-2, Evaluation-Commercial Items, (a) 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. Organizational Experience and Organizational Past Performance, when combined, are significantly more important than cost or price. The following factors shall be used to evaluate offers: 1. ORGANIZATIONAL EXPERIENCE USNRC will evaluate each offeror's organizational experience on the basis of its relevance to the work that is required under this contract. 2. PAST PERFORMANCE Extent to which the offeror demonstrates that its organization possesses successful past performance on contracts similar in size and scope to this procurement. TECHNICAL EVALUATION INSTRUCTIONS: 1. ORGANIZATIONAL EXPERIENCE Extent of the offeror's and proposed subcontractors' relevant organizational experience. The offeror shall provide in its proposal written evidence of its resident organizational experience in presenting training and developing training similar to that discussed in the Statement of Work to federal employees within the last five (5) years. The offeror shall provide a summary of the organization's experience demonstrating the organization's knowledge and ability to perform the duties and tasks reflected in the Scope of Work. This summary shall not exceed two (2) pages. Discuss your organization's qualifications and experience in performing contracts similar in size (dollars) and scope to this procurement and the extent to which the necessary knowledge, experience and skills remain available within your organization. Your proposal shall demonstrate to the NRC the technical depth and competence of the organization beyond the key personnel to be assigned to the contract. 2. ORGANIZATIONAL PAST PERFORMANCE The offeror shall discuss its successful past performance on contracts similar in size and scope to this requirement performed for the past five (5) years. List any awards received, provide letters of commendation, etc., that will demonstrate the offeror's record of past performance. Provide any other pertinent information that will aid in the evaluation of the offeror's performance record. Offerors shall list and discuss all prior contracts terminated for default, and whether any show cause letters, cure notices have been received. The offeror shall submit at a minimum two (2) references for contracts performed in the past five (5) years as required on the enclosed past performance reference form. Each reference must contain the following information: 1. Contract Number; 2. Contract Type; 3. Period of Performance; 4. Dollar Amount; 5. Name and Address of Government Agency; 6. Contracting Officers Name, Telephone Number and E-mail Address; 7. Technical Representative Name, Telephone Number and E-mail Address; and 8. Brief description of the type of work and how work is similar to the NRC requirement. The NRC may, but is not required to, contact any or all the referenced points of contact regarding past performance information. PRICE PROPOSAL The price proposal will be analyzed to ensure that the price is fair and reasonable. A price analysis will be performed reviewing the separate cost elements and profit to determine how well the proposed costs represent what the cost of the contract should be, assuming reasonable economy and efficiency. Your price quote must be submitted in the format provided in the format specified in Attachment I - Price Schedule. Quoters must submit a separate document that provides the breakdown by labor category, hours, and fixed loaded rates for each individual proposed. The close date for the proposals is February 10, 2016 by 10:00 a.m. (local time). Proposals are required to be submitted electronically via e-mail to erika.eam@nrc.gov. 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. Prospective Quoters may submit questions in response to this Combined Synopsis/Solicitation in writing no later than February 3, 2016 by 10:00 a.m (local time). Questions must be sent to Erika Eam, Contracting Officer via e-mail at erika.eam@nrc.gov. SUBJECT line must read: Questions for CASMO XS Development Support and Onside Training: NRC-HQ-60-16-R-0002. 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. PRICING SCHEDULE Item/Description Unit Unit Price Total Price TASK 1 - Course Training at Contractors Facility - 3 Day Training Sessions EA $TBD $TBD TASK 2 - Course Training at NRC Travel - 3 Day Training Sessions EA $TBD $TBD Travel NTE $3,300.00 TOTAL PRICE: tiny_mce_marker___________ STATEMENT OF WORK (SOW) C.1 Project Title CASMO XS Development Support and On-site Training C.2 Background The Office of Nuclear Regulatory Research (RES) develops and utilizes many scientific analysis codes for the purpose of assisting our regulatory counterparts in the Office of Nuclear Reactor Regulation (NRR) and the Office of New Reactors (NRO). In addition, RES Division of Systems Analysis (DSA) is responsible for developing and maintaining analytic codes used for the NRC's safety analysis assessments related to thermal-hydraulic plant transients and associated reactor core neutronic phenomena. The Reactor Systems Code Development Branch (RSCDB) and the Reactor Systems Analysis Branch (RSAB) staff in DSA are interested in obtaining technical assistance to build a particular set of cross-section (XS) data to support a licensing request for a current BWR plant and setting up a training session at our 3FWN facility in Rockville, MD on Studsvik's CASMO Light Water Reactor (LWR) lattice physics code. CASMO is essentially the industry standard for core analysis for existing plants and is used in most new plant license submittals, i.e., for both generation III and SMR designs. The NRC prefers to use independent code methods and software for its confirmatory analysis, however, when the analysis scope is beyond the capability of our codes and methods we default to well-established industry methods. C.3 Objective The objective of this purchase order is to utilize contractor expertise during the 3-day engagements for tutoring on CASMO methodology providing a quality assurance check of inputs to ensure that the CASMO inputs accurately reflect the lattices configuration and plant conditions intended to simulate. In addition, as part of the instructions and tutoring, the contractor shall cover "best practices" in simulating modern BWR lattices used for MELLLA+ simulations and provide lectures on related subjects as necessary or as requested by NRC staff. The scope of this award shall cover two (2) 3-day training engagements at the contractor's facility where the contractor's instructor staff shall assist NRC staff with instructions and other technical assistance, and make available computing resources necessary to generate BWR lattice data using the CASMO-5 LWR lattice code. The contractor shall provide the instructor/trainers, software, and all lesson materials needed for a 3-day training session at the Rockville offices. The overall objective is to provide general training of CASMO input and out features and generic applications for PWR and BWR operational and transient analysis with traditional and advanced modern fuel designs. C.4 Scope of Work The following tasks shall be completed by the contractor, in close coordination with the NRC Contracting Officer Representative: TASK 1-COURSE TRAINING AT CONTRACTORS FACILITY The contractor shall provide instruction (best practices), technical assistance (trouble shooting) and computing access to CASMO for use by the Division of Systems Analysis staff for two three (3) day sessions during the calendar year 2016, at the contractors facilities in order for the NRC staff to generate the needed Boiling Water Reactors (BWR) MELLLA+ lattice data. Each engagement, will be conducted on a mutually agreed upon schedule (between USNRC and the contractor) during the year (2016). Upon completion of each of the two (2) separate engagements, the Nuclear Regulatory Commission (NRC) will be permitted to execute additional CASMO cases to supplement those conducted during the engagement, remotely. The number of instructional attendees will be provided at the start of the award by the NRC technical project manager, but for planning purposes, a maximum of 3 attendees (in person) should be assumed. TASK 2-COURSE TRAINING AT NRC OFFICES The contractor shall provide software for NRC training computers in 3WFN and trainers to train NRC staff on features and capabilities of CASMO-5. The training shall include all lesson materials needed, and relevant general instruction for a 3-day training session at the Rockville offices. The overall objective is to review basic input and out features and application methods for PWR and BWR operational and transient analysis with traditional and advanced modern fuel designs. Instruction material and software setup shall be provided for 20 participates. C.5 Reporting Requirements C.5.1 Monthly Letter Status Report (MLSR) The contractor shall provide a Monthly Letter Status Report which consists of a technical progress report and financial status report. This report will be used by the Government to assess the adequacy of the resources proposed by the contractor to accomplish the work contained in this SOW and provide status of contractor progress in achieving activities and producing deliverables. The report shall include order summary information, work completed during the specified period, milestone schedule information, problem resolution, travel plans, and staff hour summary. C.6 Deliverables and Delivery Schedule Task Deliverable Due Date Task 1 • Instruction, technical assistance and computing access to/for CASMO for two (3-day) periods of training (maximum of 3 people) • All CASMO lattice data generated by the NRC during the sessions will be available to the NRC for its own purposes • A CAMSO input manual will be provided to the NRC along with test input decks TBD Task 2 • Develop course agenda for NRC training • Course handouts and materials • Carry out training at 3WFN TBD C.7 Applicable Documents and Standards N/A C.8 Section 508 - Electronic and Information Technology Standards N/A C.9 Place of Performance The Task 1 work is being performed at the contractor's facility, and Task 2 is being performed at the Government site in Rockville, MD. C.10 Contractor Travel Only one trip is planned for two (2) contractor instructor staff to travel to and conduct training at NRC Rockville offices for Task 2. C.11 NRC Furnished Materials The NRC shall provide the facility and computer equipment for the training to take place at the 3FWN for the on-site training for NRC staff. This training equipment is standalone and may be connected to the internet but is not and will not be connected to the NRC servers.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-HQ-60-16-R-0002/listing.html)
- Place of Performance
- Address: US Nuclear Regulatory Commission, Three White Flint North, 11601 Landsdown Street, North Bethesda, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN04002309-W 20160129/160127234251-a1b621e92ddbb194b53324e8b2ded3fb (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 |