COMMERCE BUSINESS DAILY ISSUE OF JULY 20, 2001 PSA #2897
SOLICITATIONS
R -- MAINTENANCE, APPLICATIONS, ASSESSMENTS, AND DEVELOPMENT OF NRC COMPUTER CODES
- Notice Date
- July 18, 2001
- Contracting Office
- Nuclear Regulatory Commission, Office of Administration, Division of Contracts and Property Management, 11545 Rockville Pike, Rockville, MD, 20852-2738
- ZIP Code
- 20852-2738
- Solicitation Number
- RS-RES-01-063
- Response Due
- August 31, 2001
- Point of Contact
- Stephen Pool, Senior Contract Specialist, Phone (301) 415-8168, Fax (301) 415-8157, Email smp2@nrc.gov
- Description
- The objective of this acquisition is to acquire the engineering services of a qualified contractor for completion of the consolidation of RELAP5 capabilities into the TRAC-M code, provide configuration control, correction of code errors, code improvements, developmental assessment, documentation updates, and user support to the NRC, its contractors, and members of CAMP and the domestic Users Support Group for RELAP5/MOD3 and related codes, and perform technical studies for advanced reactor designs as well as other issues as directed by the NRC. The NRC shall provide the contractor with the codes. The contractor shall provide the personnel, facilities, and equipment required to accomplish this objective. Tasks to accomplish this objective shall be apportioned into a basic contract with subtasks delineated as appropriate, and a Task Order with which the NRC/RES will define, from time to time, specific code upgrading/updates, technical studies, and support to be performed. The basic contract requires the contractor to provide a single point of contact to assist code users, perform code maintenance including error corrections/debugging, and provide support for CAMP activities. It is anticipated that planned or unplanned code upgrading will be required as a result of code usage/assessment. Via task orders, the NRC will define, from time to time, specific code modifications and other technical tasks to be undertaken, to cope with changing situations. This project requires computer programmers who have experience and knowledge of various versions of RELAP5/MOD3, TRAC-M, SNAP, PARCS, SCDAP, RADTRAD, PYGI, XMGR5, the automated developmental assessment (Auto-DA) script, and the Data Bank (all referred to as "the codes" hereinafter), and analysts who have experience and knowledge of thermal-hydraulic and reactor physics principles, numerical methods, and modeling for both transient and accident analyses of both operating and advanced PWRs and BWRs. In addition, computer capabilities to perform code development, validation, and assessment are required. To maintain and update the graphical user interface software, SNAP, knowledge of object oriented JAVA programming capability is required. Finally, there must also be diversity in the computer hardware availability and software capabilities to match systems used by most of the users (i.e., SUN, HP, IBM, SGI, DEC, PC/Windows). This will be a contract for a base and 4 option years. This Request for Proposals will be available about August 1, 2001 and will be distributed solely through the FedBizOpps website, http://www.fedbizopps.gov. Closing date for proposals will be on or about August 30, 2001. The FedBizOpps website provides downloading instructions. All future information about this acquisition, including solicitation amendments will also be distributed solely through the FedBizOpps website. Hard copies of the solicitation document and its related documents,as appropriate, will not be available. Because this solicitation and its related documents, as appropriate, will be posted at this website, interested parties are instructed NOT to send letters or e-mails or faxes requesting the RFP. Telephoned, e-mailed, or faxed requests for the RFP will not be accepted. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity. The size standard for this solicitation is average annual receipts of $4 million over the past three years, as set forth under NAICS 541330. Proposals for this requirement may be submitted by all concerns, i.e., large businesses, small businesses, and small businesses owned and controlled by socially and economically disadvantaged individuals. Notice to large businesses: The subcontracting plan requirements of P.L. 95-507 are applicable to this effort. Thus, all large businesses must be prepared to submit a detailed subcontracting plan. Businesses, large and small, interested in teaming arrangements, should send their business information (i.e., organization name, address, contact name and phone number, and size of business) to the NRC Contract Specialist listed at the end of this notice. The NRC will post this information in a Teaming Opportunities list with the solicitation. In order to allow the Contract Specialist time to finalize the list to post it at the same time the solicitation is posted, the due date and time for receipt of business information is July 27, 2001 at 3:30pm. All parties are put on notice that this limited source list is not representative of all sources that may have accessed the solicitation which is available on the FedBizOpps website. All parties will be notified of the awardee's name and address when the award information is synopsized in FedBizOpps. =20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/NRC/OA/DCPM/RS-RES-01-063/listing.html)
- Record
- Loren Data Corp. 20010720/RSOL002.HTM (D-199 SN50S258)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on July 18, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|