Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2004 FBO #1119
SOLICITATION NOTICE

R -- Licensing Defense Strategies/Approaches

Notice Date
12/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Energy, Bechtel SAIC Company, LLC (DOE Contractor), Yucca Mountain Project, 1180 Town Center Drive, Las Vegas, NV, 89114
 
ZIP Code
89114
 
Solicitation Number
PPD-121404-001
 
Response Due
1/10/2005
 
Archive Date
1/25/2005
 
Description
INTRODUCTION: Bechtel SAIC Company, LLC (BSC) intends to issue a Request for Proposal (RFP) and to subsequently award a subcontract to provide the services generally described below to pre-qualified bidders only. To be deemed pre-qualified to receive the RFP, potential bidders are invited to provide such documentation necessary to demonstrate ability to meet each element of the Yucca Mountain Project (YMP) specific pre-qualification criteria set forth below. The contemplated subcontract will include, but is not necessarily limited to, the following information and criteria. BACKGROUND INFORMATION: As Prime Contractor for the Yucca Mountain Project (Project), BSC??s task is to obtain licenses through the Nuclear Regulatory Commission (NRC) to construct and operate a radioactive waste repository. This requires the Project??s licensing-related products to be accurate, complete, transparent, traceable, and compliant with regulatory requirements. SCOPE OF WORK DEFINITION: Technical professional services are required to assist BSC??s Repository Development (RD) team in the development of licensing strategies for the Project to be used to defend the License Application. This involves the development of strategies to implement 10 CFR Part 63 and approaches based on such regulations where no precedent exists within the NRC, and identification of work activities to preempt NRC questions, particularly in the area of unique equipment or operations planned for the repository. The successful bidder will evaluate existing or proposed nuclear facilities across the country that have gone through NRC review that also have novel equipment or operations (e.g., robotics, dry handling of spent nuclear fuel, turntables for fuel transfer), and determine likely questions and appropriate level of response. Other requirements include the best method to demonstrate regulatory compliance and development of successful licensing arguments, which requires both technical understanding and an understanding of the regulatory process and approach gained through hands-on experience. In depth knowledge in the implementation of facility licensing requirements and the interpretation of regulations as they apply to the YMP and new licenses are vital to the success of this effort. Activities required to support this endeavor include providing individual and collaborative products and recommendations, as well as performing reviews. PLACE OF PERFORMANCE: The work shall be performed at BSC??s Facilities located in Las Vegas, Nevada. PERIOD OF PERFORMANCE: BSC anticipates issuance of a Request for Proposal (RFP) in mid January 2005. The anticipated date for award of the subcontract is late February 2005. PRE-QUALIFICATION REQUIREMENTS: To be deemed pre-qualified to receive a RFP, potential bidders must demonstrate the following listed minimum pre-qualification element requirements: ?X BSC shall be the only client of the individual who shall be dedicated full time to support the Project??s RD team in this effort. ?X Individual shall perform the work at BSC??s Facilities in Las Vegas, Nevada. ?X Individual must possess a law degree applicable and appropriate to perform this Scope of Work. ?X Individual must possess a minimum of 20 years experience working on nuclear commercial and government contracts and provide BSC a resume in response to this Pre-qualification that supports such experience. ?X Individual must possess a minimum of 15 years experience interacting with the NRC. ?X Individual must possess extensive knowledge of NRC regulatory requirements applicable to nuclear facilities in general by describing work performed and providing client names, contact, telephone numbers, and period of performance. ?X Individual must demonstrate specific knowledge and understanding of 10 CFR Part 63 by attaching an approach methodology to perform the Scope of Work. ?X Individual must possess extensive experience in the development and review of license applications for nuclear facilities by providing substantiating detailed information about the number of similar projects with facts regarding the preparation and review of same. ?X Individual must demonstrate proven experience in licensing defense of nuclear facilities, including responding to requests for additional information from the NRC staff and supporting the licensing proceeding. ?X Individual must list specific experience with NRC licensing of first-of-a-kind facilities and novel equipment and operations, e.g., robotics, dry handling of spent nuclear fuel, turntables for fuel transfer. ?h Respondent must provide a customer list of work performed in the last 10 years that sets forth client name, address, contact, telephone number, work description, value, location, and period of performance. PRE-QUALIFICATION PROCESS: BSC will evaluate the respondents to validate that the minimum pre-qualification requirements as stipulated in this Pre-qualification have been met from the perspectives of (a) technical ability to perform the requirements, including knowledge and understanding of 10 CFR Part 63 and NRC regulatory requirements, (b) required professional experience, and (c) customer list that supports required experience. As BSC??s designated Project Procurement Representative, Fern Stafford is the only person appointed to answer questions or provide clarification regarding this Pre-qualification. EXCLUDED PARTIES LISTING SYSTEM: Each respondent shall affirm that he/she is not listed on the U.S. Government??s List of Parties Excluded from Federal Procurement and Non-Procurement Programs, and confirm that he/she is not aware of any current action by the Government that would preclude he/she from participating in the project as defined herein. RESPONSE SUBMITTAL: Three (3) hard copies of the respondent??s submittal are required no later than 4:00 p.m. (PDT) on Monday, January 10, 2005. Include the name, title, address, telephone number, facsimile number, and E-mail address of the responsible person to whom future communications should be addressed. Enclose pre-qualifying documentation in an envelope, address and mail it (for receipt no later than January 10, 2005) to: Bechtel SAIC Company 1180 Town Center Drive Las Vegas, Nevada 89144 Attention: Fern Stafford Pre-qualification No: PPD-PQ-121404-001 E-mail: fern_stafford@ymp.gov Fax: (702) 295-0019
 
Place of Performance
Address: 1180 Town Center Drive, Las Vegas, NV
Zip Code: 89144
Country: USA
 
Record
SN00722975-W 20041219/041217211617 (fbodaily.com)
 
Source
FedBizOpps.gov 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.