SPECIAL NOTICE
A -- Paleoliquefaction Studies in Moderate Seismicity Regions with a History of Large Events - NUREG/CR
- Notice Date
- 7/13/2017
- Notice Type
- Special Notice
- NAICS
- 541360
— Geophysical Surveying and Mapping 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
- RES-17-0451-TUTTLE
- Archive Date
- 7/29/2017
- Point of Contact
- Rob Robinson, Phone: 301-415-0728
- E-Mail Address
-
richard.robinsonii@nrc.gov
(richard.robinsonii@nrc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pursuant to Federal Acquisition Regulation (FAR) Subpart 6.302-1(a)(2)(i), the U.S. Nuclear Regulatory Commission (NRC) proposes to enter into a non-competitive Purchase Order with M. Tuttle & Associates for the project entitled, "Paleoliquefaction Studies in Moderate Seismicity Regions with a History of Large Events". The proposed period of performance for this purchase order is 9 months. The designated North American Industry Classification System (NAICS) Code NAICS Code is 541360, Geophysical Surveying and Mapping Services, with a size standard of $15 million. The primary objective of this work is to develop a NUREG/CR- to standardize procedures to identify, interpret, and document paleoliquefaction features in the regions of the Central and Eastern United States (CEUS) that have large, but rare earthquakes for the purpose of reducing uncertainties in the recurrence estimates and source models for large events. A draft version of the NUREG-CR was developed under NRC Contract Number NRC-HQ-11-C-04-0041 based upon the research performed in the that contract. Under this Purchase Order, the contractor will be required to complete the remaining work needed to complete the final NUREG/CR. This work consists of finalizing several incomplete sections and appendices of this report. In addition, the contractor shall provide a briefing on the report to NRC stakeholders at NRC HQ and incorporate any comments or revisions to the report that come as a result of this briefing. Finally, the contractor shall prepare a scientific manuscript summarizing the research performed during the contract and submit it to a refereed scientific journal (Seismological Society of America Journals BSSA or SRL). The Principal Investigator (PI) is expected to be an expert on paleoliquefaction studies and field techniques in the Central and Eastern United States. Experience using paleoliquefaction data in seismic source characterization studies performed using NRC guidance (e.g. NUREG/CR-6372) is also expected. The Pl should also have experience developing guidance on paleoliquefaction techniques. Dr. M. Tuttle is a paleo-seismologists who has carried out extensive paleo-liquefaction studies in the CEUS and who has worked on the above-mentioned NRC contract. However, due to weather-related delays and task completions taking longer than expected, the final deliverables were not completed by the end of period of performance. Since Dr. Tuttle was the prime contractor for the previous contract and was the key researcher on that work, she is the only contractor capable of interpreting the results of that research in a manner that would not result in: A) substantial duplication of cost (which is not expected to be recovered through competition); and/or B) unacceptable delays in fulfilling the NRC's requirement. This is not a request for competitive proposals. The Government intends to solicit and negotiate directly with M. Tuttle and Associates. Request for copies of this solicitation will not be honored unless the respondent provides evidence showing their capability to perform the required services. Detailed capabilities must be submitted, in writing, to Mr. Rob Robinson, Contract Specialist via e-mail at richard.robinsonii@nrc.gov no later than July 28, 2017 (i.e. 15 calendar days from the date this announcement was posted). Capability statements must contain material in sufficient detail to allow the government to determine if the party can perform the work. Additionally, in order to perform work for the NRC, potential sources must be free of conflict of interest (COI). For information on the NRC COI regulations, visit NRC Acquisition Regulation Subpart 2009.5 (http://www.nrc.gov/about-nrc/contracting/48cfr-ch20.html). A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. If no responsive statements are received by July 28. 2017, an award will be made to M. Tuttle and Associates.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/RES-17-0451-TUTTLE/listing.html)
- Place of Performance
- Address: P.O. Box 345, Georgetown, Maine, 04548, United States
- Zip Code: 04548
- Zip Code: 04548
- Record
- SN04578342-W 20170715/170713235320-e56eb82cce771d849197539417ca20c7 (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 |