SOLICITATION NOTICE
R -- Support for Performance Assessment Activities
- 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-121604-001
- Response Due
- 1/14/2005
- Archive Date
- 1/29/2005
- Description
- Bechtel SAIC Company, LLC (BSC) herein known as the Contractor, intends to issue a Request for Proposal (RFP) to provide the services described below to pre-qualified bidders only. To be deemed pre-qualified to bid on the RFP, potential bidders must respond affirmatively to the "Pre-Qualification Criteria" section, Questions 1 through 9, addressing their specific areas of expertise and qualification. Summary Scope of Work: Provide technical services to support the BSC Performance Assessment activities for the Yucca Mountain Project located in Las Vegas, Nevada. This work includes, but is not limited to performing analyses and preparing documentation necessary to support the Department of Energy's (DOE)'s pursuit for Construction Authorization in the following areas: Total System Performance Assessment (TSPA): Perform evaluation, modification, and refinement of the post-closure performance assessment (probabilistic risk assessment) Model in response to requests for information from various agencies. Collect information validating the results of the TSPA-LA Model including DOE-sponsored natural analogue studies. Prepare analyses related to using the TSPA-LA Model. The primary software used is GoldSim. Waste Package and Drip Shield corrosion analysis: Develop technical products in the areas of repository waste package and drip shield materials performance. Prepare analysis and model reports of general corrosion, localized corrosion, stress corrosion cracking, and hydrogen induced cracking of waste package and drip shield materials. Review technical products prepared by other organizations for their impact on waste package and drip shield degradation. Review data collected by the waste package testing and modeling departments for incorporation into modeling efforts. The primary software used is WAPDEG. Database development and analysis of specialized technical information: Conduct development, implementation and population of a project specific Access database, Parameter Tracking Tool (PTT). Integrate the PTT with other project parameter databases. Update project related technical information (features, events and processes) in response to requests for additional information from reviewers. Maintain the database software. Licensing/Regulatory Affairs: Provide licensing and regulatory experience for liaison with BSC and DOE Legal Counsel, Licensing Strategy/Position Formulation, Regulatory Issue Evaluation/Resolution Quality Issue Evaluation/Resolution, Intra- and Inter-Organizational Regulatory Integration Support, NRC Interface Support, Licensing Hearing Support, Licensing Commitment Management Support, BSC Project Controls, and BSC Design and Engineering (D&E). Technical Support: Provide detailed statistical evaluation of the results of the repository performance models using project software tools. Provide limited software development (e.g., pre/post processors in Fortran/C) required to respond to requests for technical information in the areas of sensitivity analysis and evaluation of alternative conceptual models of repository performance. Assist in the continued development of other analyses related to repository performance models. Location of the Work: Work shall be performed at Contractor's facilities located at 1180 Town Center Drive, Las Vegas, NV, 89144, unless otherwise directed by the Contractor. Period of Performance: The estimated RFP issuance date is January 2005. The anticipated planned date for award of the Technical Professional Services Subcontract is February 2005. The estimated period of performance is to begin work in February 2005, with an expected duration through March 2006. Subcontract Type: It is anticipated that a fixed unit rate Technical Services Subcontract will be awarded for this requirement for one or more Subcontracts may be awarded. However, the Contractor reserves the right to negotiate separate task orders for work to be performed under the Subcontract with discrete deliverables. Pre-Qualification Criteria: To qualify to bid on the RFP, the respondent must be able to demonstrate and provide documented evidence to substantiate that the respondent can meet the specified requirements as listed below. NOTE: "Respondent" means the firm responding to the pre-qualification. 1. Does Respondent have 5 years or more in staffing scientific and engineering positions for Commercial Nuclear/U.S. Government Nuclear Programs? ?? YES ?? NO If "Yes" provide information on the experience. 2. Does Respondent have 5 years experience and familiarity with Federal Acquisition Regulations (FARs), DOE Acquisition Regulations (DEARs), DOE Orders, and Federal and government codes and standards? ?? YES ?? NO If "Yes" provide information on the experience. 3. Does Respondent have capability to provide project with qualified technical and professional personnel for the activities identified in the summary scope of work? ?? YES ?? NO If "Yes" provide information on the available staff. 4. Does Respondent have relevant corporate experience? ?? YES ?? NO If "Yes" provide information on relevant experience. 5. Does Respondent have experience with GoldSim? ?? YES ?? NO If "Yes" provide information on the experience. 6. Does Respondent have experience with WAPDEG? ?? YES ?? NO If "Yes" provide information on the experience. 7. Does Respondent have experience with Access databases? ?? YES ?? NO If "Yes" provide information on the experience. 8. Does Respondent have experience with statistical evaluations of modeling results? ?? YES ?? NO If "Yes" provide information on the experience. 9. Does Respondent have experience with NRC Licensing and regulatory activities? ?? YES ?? NO If "Yes" provide information on the experience. Response Submittal: Four (4) hard copies and one (1) electronic copy are required no later than the close of business on/or before January 14, 2005, at 1:00 p.m. Pacific Standard Time (PST). Include the company name and address, as well as the name of the responsible person to whom future communications regarding the pre-qualification and the RFP should be addressed and their telephone number, facsimile telephone number, and E-mail address. Documentation should be no more than 25 pages in length. Address pre-qualifying documentation and all questions concerning this pre-qualification process to: BECHTEL SAIC COMPANY, LLC 1180 Town Center Drive Las Vegas, Nevada 89144 Attention: Carolyn L. Makaena Pre-Qualification No: PPD-PQ-121604-001 Fax: (702) 295-0019
- Place of Performance
- Address: 1180 Town Center Drive, Las Vegas, NV
- Zip Code: 89144
- Country: USA
- Zip Code: 89144
- Record
- SN00722976-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 |