|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30,1997 PSA#1962U.S. Nuclear Regulatory Commission, Division of Contracts, Attn: Linda
Wise MS-T-7I2, Washington, D.C. 20555 70 -- A REAL- TIME PLANT RISK SOFTWARE PACKAGE AND ASSOCIATED
TRAINING. SOL RS-AED-97-269 DUE 111297 POC Contact: Contract
Specialist, Edna Knox-Davin, 301-415-6577 This is a combined
synopsis/solicitation for commercial items prepared using the format in
Subpart 12.6, as supplemented with information included in this notice.
This announcement constitutes the only solicitation. Therefore,
proposals are being requested & a written solicitation will not be
issued. Purchase of the latest version of a real-time plant risk
software package for use by NRC in training & regulatory activities.
NRC AGENCY-WIDE UPGRADE OF TECHNOLOGY FOR OFFICE SYSTEMS (AUTOS)
PROFILE: 16-Mbps token-ring using a physical star topology on
twisted-pair cable (IBM Type 1). A typical AUTOS workstation is 486 or
better with DOS v6.x, DOS/Windows, 8 MB RAM, 400 MB hard drive & mouse
device. SOFTWARE CAPABILITIES: Event tree creation & editing; Fault
tree creation & editing; calculation of shutdown risk; projection of
plant risk during outages; Interface with the following codes: RISKMAN,
CAFTA, & IRRAS; & run on the NRC AUTOS LAN &/or a 486 or better PC
under the operating systems stated above. DELIVERABLES: Plant Risk
software package on magnetic media or CD-ROM(s) that includes a library
of representative PRA input plant decks for the following Nuclear Steam
Supply System (NSSS) vendors: ABB-CE, Babcock & Wilcox, General
Electric (including BWR-4 & BWR-6 product lines), Westinghouse 2, 3, &
4-loop design, within 30 days of award; All software documentation
within 30 days of award; A license that allows software installation on
an unlimited no. of agency PCs & the NRC AUTOS LAN at an unlimited no.
of agency locations, to be submitted with all offerors proposals; a
40-hr. hands-on training session (at NRC's Technical Training Center in
Chattanooga, TN or other agreed upon location) & all associated
training manual/materials for a maximum of 20 students within 120 days
of award. Travel costs associated with this training shall be
negotiated with the resultant awardee on a cost reimbursable basis upon
determination of training site. Training shall cover the function,
structure, use, & modification of the software. During Option Yrs. 1-4,
provide a yearly update subscription service which includes all
improvements & enhancements made to the software & all revisions to the
associated documentation. Delivery is F.O.B. Destination. Award of a
FFP Contract will be made for a 1-yr base period & 4 option yrs. All
written questions regarding this acquisition shall be received by
c.o.b., Nov. 4, 1997. The solicitation document & incorporated
provisions & clauses are those in effect through FAC 90-46. The
following clauses are incorporated by reference & applicable to this
acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial
Items, 52.212-2, Evaluation -- Commercial Items, para. (a) The
following factors shall be used to evaluate offers: 1.MANDATORY
UNWEIGHTED PASS/FAIL CRITERIA -- The offeror shall assent, without
exception, to the terms & conditions of this solicitation. The proposal
shall demonstrate that the proposed software meets all of the
capabilities stated above & that the offeror is capable of providing
training and subscription services. 2.OFFEROR CAPABILITY -- A.
CORPORATE EXPERIENCE & CONTRACTOR PAST PERFORMANCE (40 points) --
Extent to which the offeror demonstrates succesful corporate experience
and past performance in providing similar software & training. To this
end, the offeror shall list 5 similar current/previous contracts
awarded since January 1993. Identify ALL contracts that were terminated
for convenience or default or subject to any disputes. References shall
be 1 page w/the following format: Contract No., Name & Address of
Gov't. Agency or Commercial Entity, Name & tel. no. of Contracting
Officer, Name & tel. no. of Tech. Rep., Award Date, POP, Initial &
Final Contract Value, Type of Contract, Brief description of work
performed indicating whether all schedules were met. Resumes for all
key personnel shall be provided along with their availability. B.
TECHNICAL ABILITY (60 points) -- Extent to which the proposal
demonstrates a significant use of the proposed software by the
commercial nuclear power industry & how well it can be used to assist
NRC staff in performing cross-check licensee calculations & independent
calculations during maintenance rule inspections. NOTE: Offeror
Capability is more significant than price. Include a completed copy of
the provision at 52.212-3, Offeror Representations & Certifications --
Commercial Items. The clause at 52.212-4, Contract Terms & Conditions
-- Commercial Items, is incorporated by reference & applies to this
acquisition & resulting contract. The following clause are also
applicable: 52.232-18 Electronic Funds Transfer Payment (APR 1984),
52.212-5 Contract Terms & Conditions Required To Implement Statutes Or
Executive Orders -- Commercial Items (OCT 1995), 52.203-6,
Restrictions of Subcontractor Sales to the Government, w/ Alternate I
(41 U.S.C. 253g & 10 U.S.C. 2402); 52.203-10, Price or Fee Adjustment
for Illegal or Improper Activity (41 u.S.C. 423); 52.219-8, Utilization
of Small Business Concerns & Small Disadvantaged Business Concerns (15
U.S.C. 637 (d) (4)); 52.222-26, Equal Opportunity (E.O. 11246);
52.222-35, Affirmative Action for Special Disabled & Vietnam Era
Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for
Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on
Special Disabled Veteran & Veterans of the Vietnam Era (38 U.S.C.
4212); 52.225-3, Buy American Act -Supplies (41 U.S.C. 10); 52.225-18,
European Union Sanction for End Products (E.O. 12849); & 52.225-21,
Buy American Act-North American Free Trade Agreement Implementation
Act-Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187). If
there is a standard commercial warranty associated with this item, the
offeror shall provide the Government at least the same warranty terms
offered to the general public in customary commercial practices. Four
technical & cost proposals are due on Nov. 12, 1997 at 3 p.m. (EST) at
the address given above. Hand-carried responses may be submitted to
11545 Rockville Pike, Rockville, MD 20852 **** (0301) Loren Data Corp. http://www.ld.com (SYN# 0236 19971030\70-0002.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|