Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
SOURCES SOUGHT

R -- Technical Assistance for Radioisotope Power Systems - Sources Sought notice

Notice Date
12/8/2016
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Energy, Federal Locations, All DOE Federal Contracting Offices, Various, Various locations, 20585
 
ZIP Code
20585
 
Solicitation Number
DE-NE0008607
 
Archive Date
1/24/2017
 
Point of Contact
Trevor Bluth, Phone: 2085263277
 
E-Mail Address
bluthtm@id.doe.gov
(bluthtm@id.doe.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Source Sought Notice Materials Science and Engineering Technical Assistance for the Development, Design, Production, Testing, Acceptance, and Delivery of Radioisotope Power Systems (RPS) This SOURCES SOUGHT NOTICE is for small businesses only. The purpose of this sources sought notice is to determine the interest and feasibility of small business set-asides. This synopsis is for information and planning purposes and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. The information from this notice will help the Department of Energy (DOE) plan their acquisition strategy or plan. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. The Department of Energy, Office of Nuclear Energy, is conducting a market survey to determine the availability and technical capability of qualified small businesses, including small business set-asides, small disadvantaged businesses (SDB), 8(a) small businesses, woman-owned small businesses (WOSB), veteran owned small businesses (VOSB), service-disabled veteran-owned small businesses (SDVOSB), and Historically Under-utilized Business Zone (HUBZone) small businesses capable of providing specialized, cross-functional materials science and engineering technical assistance for the development, design, production, testing, acceptance, and delivery of Radioisotope Power Systems (RPS) for use in space exploration or national security applications. All responding small business firms are requested to identify their firm's size and type of business to the anticipated North American Industrial Classification System (NAICS) code. For this acquisition, the NAICS code is 541690, and the Small Business Standard is $15 million. Teaming arrangements and joint ventures will be considered for any subsequent procurement based on the Government's market research, provided the prime contract is awarded to an applicable small business and that small businesses provide fifty percent or more of the support. The Department Energy, Office of Nuclear Energy is conducting market research to identify sources that have the combination of 1) knowledge and experience and 2) materials science testing capabilities given below: Required knowledge and experience: •· Radiological experience with Pu-238 program materials with the ability to handle, ship, and conduct mechanical and physical property testing of radioactive specimens. •· Performance of neutron irradiation experiments on RPS materials. •· Solid state material properties and chemistry of the Pu-238 heat source fuel. •· Radiological environment in an RPS and its impact on key components. •· Thermal to electrical conversion technologies, including: AMTEC-Alkali Metal Thermal to Electrical Conversion, TPV-thermophotovoltaics, heritage and next generation thermoelectric couples, Stirling, etc. •· Modeling materials and chemical properties of 238PuO2 fuel and heat source fuel pellets. •· Maturing components and technologies from research and development to flight. •· Evaluation and testing of RPS related materials including: Haynes 25; Tantalum alloys (Ta-10W and T-111); Molybdenum alloys (Mo-Rh); Tungsten alloys (W-Re); Carbon-carbon composite materials (Fine Weave Pierced Fabric, FMI-222, etc.); Microporous insulation (Min K, Microtherm HT/Super G, etc.); Thermoelectric materials (Lead telluride, bismuth telluride, silicon germanium, etc.); Explosive/pyrotechnic materials. •· Transportation systems and related safety analysis reports with emphasis on structural integrity, thermal resistance, radiation shielding and radiological safety, nuclear criticality safety, and quality control for an RPS which includes specific knowledge of the transportation system currently in use to transport radioisotope power systems and Pu-238. •· Experience with the program quality assurance requirements associated with the development, production, transportation and deployment of RPSs. •· Established relationships with foreign technical experts developing RPS technology. •· Development of facilities, hardware, and protocols for long-term dynamic testing of RPS systems. •· Demonstrated long-term proficiency in working together with RPS program technical experts at various DOE laboratories (LANL, SNL, INL, and ORNL), NASA centers/labs (GRC, JPL, etc.), and associated industrial entities. •· Knowledgeable of the sensitive and classified programmatic requirements, ability to access high security nuclear facilities and capable of obtaining a DOE Q level security clearance or DOD equivalent. Required materials science testing capabilities: •o Impact physics/high speed projectile testing facility •o Cryogenic/high temperature laser-flash thermal diffusivity •o Cryogenic/high temperature dilatometer •o Inert atmosphere glove boxes •o Materials corrosion/compatibility laboratories •o High temperature furnaces •o High temperature creep frames •o High temperature compression test units •o Hot press/sintering furnaces •o Thermogravimetric analysis with mass spectrometry •o Atmosphere controlled reaction chambers with quantitative and qualitative gas phase analysis •o Residual gas analysis detection for reaction chambers •o Servo-hydraulic and screw mechanical test frames •o High resolution scanning electron microscope (HRSEM) •o Transmission electron microscope •o X-ray diffraction, Auger, and X-ray photo-electron spectroscopy •o Dynamic life-cycle testing of electrically heated RPS systems and data acquisition facilities This work is primarily performed by PhD scientists and engineers with over 20 years of experience in the field of radioisotope power systems development and are supported by technicians, administrative support, etc. where appropriate. The current contract awarded to The University of Dayton Research Institute. The current contract is a time and material type contract that supports approximately 3 to 4 FTE's. Support will consist of quick turnaround requests focused on engineering issues related to materials, materials testing and key processes for the development, design, production, testing, acceptance, and delivery of radioisotope power systems (RPS). These requests may include, but are not limited to: •· Providing quick turnaround independent expert advice on various issues as they arise; •· Providing systems analysis of new and emerging radioisotope power systems; •· Supporting technical review of proposals and new and emerging concepts; •· Serving on or leading review boards and working groups; •· Providing onsite technical support for DOE at RPS manufacturing sites; •· Continue providing technical assistance in resolving urgent materials issues such as identifying alternatives to key materials used in RPSs (e.g., Fine Weaved Pierced Fabric), working with Los Alamos National Laboratory on improving their fueled clad production processes, and studying thermal/mechanical properties and radiation effects on insulation, structural material and other key RPS components and materials; •· Performing safety testing and life testing of RPS systems and components. The contractor would be expected to maintain a core team able to respond quickly to DOE requests and supplement this team on an as needed basis. As a result of this work, the contractor will not be able to participate in or compete for any hardware or development contracts for radioisotope power systems or related financial assistance awards from DOE or NASA, either as a prime or subcontractor, in accordance with FAR Subpart 9.5 - Organizational and Consultant Conflicts of Interest. Please submit the following information: •1. Name and address of company and or companies (if there is a teaming arrangement or joint venture) •2. Technical expertise relevant to the requirement •3. Technical approach relevant to the requirement •4. Management approach relevant to the requirement •5. Corporate experience relevant to the requirement •6. Relevant past performance, including: Contract name Contracting Agency or Department Yearly contract value (in $$) Period of performance Description of work and how it relates to the requirements Submission requirements: 1. Page limit - eight (8) 8 ½ x 11 pages 2. 1 inch margins (top, bottom and sides) 3. Times New Roman font - 12 point 4. Page limitation does not include (1 cover page or 1 letter of introduction page) 5. Do not include promotional materials Interested firms responding to this market survey shall provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). The capability statement shall be in sufficient enough detail, but not exceed eight (8) pages TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above. The Government technical team will then assess the experience & capabilities based on: 1) technical expertise relevant to the requirement; 2) technical approach relevant to the requirement, 3) management approach relevant to the requirement, 4) corporate experience relevant to the requirement, and 5) relevant past performance. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses Your capability statement needs to include a list of three customers (Government/non-Government) within the past 5-years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work. Only electronic copies of capability statements will be accepted and should be emailed to: bluthtm@id.doe.gov. The e-mail shall contain the following subject line: Response to Sources Sought Notice - Radioisotope Power Systems Requirement. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two responsible small businesses or if the Government determines that no small business concerns are capable of performing this requirement based upon an assessment of the capability statements submitted, the Government may proceed with a full and open competition. Please submit all information to Trevor Bluth at bluthtm@id.doe.gov by January 9, 2017 by 13:00 Mountain time. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Contracting Office Address: 1955 S Freemont Ave. Idaho Falls, Idaho 83415 United States Place of Performance: TBD United States Primary Point of Contact: Trevor Bluth bluthtm@id.doe.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-NE0008607 /listing.html)
 
Record
SN04346351-W 20161210/161208233822-f7a43fde8bc15c6c297633834aa50ebc (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.