SOLICITATION NOTICE
R -- ASSESSMENT OF STEAM DRYER INTEGRITY ISSUES ASSOCIATED WITH UPRATED POWER OPERATION LICENSING ACTIONS FOR VERMONT YANKEE
- Notice Date
- 5/31/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738
- ZIP Code
- 20852-2738
- Solicitation Number
- NRR-05-029-2
- Response Due
- 6/14/2005
- Archive Date
- 6/29/2005
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A CONTINUATION OF NRR-05-029. PART 2 OF 2 DELIVERABLES--Technical Reporting Requirements--NOTE-----All reports are to be submitted to the TM with a copy provided to the Project Officer (PO). These reports will be transmitted electronically and will be prepared in WordPerfect 10.0 or compatible format. The transmittal letter and cover page of each report, or other deliverables as appropriate, shall contain the job code number (JCN) and title, and NRC technical assignment control (TAC) number. (1)At the completion of Task 1, submit a TLR that contains observations and/or questions on the licensee?s approaches to addressing the validation of acoustic circuit analysis using GE scale model testing and the CFD analysis used to determine additional flow induced vibrations (FIV) loads on the steam dryer under EPU operations. (2) At the completion of Task 2, submit a trip report that contains a summary of the significant highlights of the meeting reflecting insights on current efforts to resolve the steam dryer integrity issue. Include a copy of any slides or other visuals obtained during the meeting. (3) At the completion of Task 3, submit a trip report that contains a summary of the significant highlights of the meeting reflecting insights on possible strengths and weaknesses of the scale model testing and data presented. Include a copy of the slides or other visuals obtained during the meeting. (4) At the completion of Task 4, a TLR that contains the background of the steam dryer flow induced vibration phenomena; a summary description of the steam dryer loading definitions and modeling; evaluation of the steam dryer scale model and its loadings; description of the method and results of the assessment of the steam dryer including acoustic circuit analysis and CFD analysis; any open or unresolved items, and conclusions with any limitations. See Attachment 1 for format, content, and outline of the technical letter report. The report must clearly identify any issues in bold type at the appropriate text location for which further information/discussion will be needed (e.g., open & unresolved items). Attach a separate list of RAIs should be provided which clearly articulates the bases for the need for further information or discussion. (5) At the completion of Task 5, for each open issue, submit an E-mail summarizing the issue, the licensee?s position and a clearly articulated evaluation of the issue and the basis for why the response(s) does or does not resolve the issue; include a list of questions and/or comments that should be raised in discussion with the licensee. Upon receipt of the last input from the TM, submit a TLR, draft and final as appropriate, that contains an update of the Task 1 report with open items, if any, clearly identified and explained. (6)At the completion of Subtasks 6. a. and 6. b., submit a TLR that summarizes the results of the meeting including technical basis, as necessary, in support of the staff?s response to the ACRS questions for the structural capability of the Vermont Yankee steam dryer. MEETINGS AND TRAVEL-- (a) 1 one-person, 3-day trip to the General Electric, Valicitos, CA; (b) 3 one-person, 2-day trips to Washington, DC; (c) 1 one-person, 2-day trip to the Vermont Yankee site. NRC-FURNISHED MATERIALS--The following NRC furnished materials will be provided upon execution of the order: (1)GE Scale Model Testing Report of Steam Dryer. (TBD); (2)Vermont Yankee Nuclear Power Station EPU ?Supplement 26 - Extended Power Uprate - Dryer Acoustic Load Methodology Benchmark,? dated 3/31/05. (Proprietary Information) (3) Vermont Yankee Nuclear Power Station EPU ?Supplement 27 - Extended Power Uprate - Steam Dryer Analyses and Monitoring,? dated 4/5/05. (Proprietary Information) (4)NRC Information Notice No. 2002-26, 9/11/02, ?Failure of Steam Dryer Cover Plate After a recent Power Uprate,? Supplement 1, 7/21/03, ?Additional Failure of Steam Dryer Cover Plate After a recent Power Uprate,? and Supplement 2, 1/9/03, ?Additional Failure of Steam Dryer Cover Plate After a recent Power Uprate;? (5)GE Nuclear Energy SIL No. 644, 8/21/02,?BWR/3 steam dryer failure,? Supplement 1, 9/5/03. ?BWR steam dryer integrity,? and Revision 1, 11/9/04, ?BWR steam dryer integrity;? (6)GE Nuclear Energy, GENE-0000-0018-3359-P, ?Quad Cities Unit 2, Steam Dryer Failure - Determination of Root Cause and Extend of Condition,? August 2003. (Proprietary Information); (7)?Hydrodynamic Loads on` Dresden Unit 2 Steam Dryer,? Final Report, Revision 2, C.D.I. Report No. 04-01, Continuum Dynamics Inc, May 2004. (Proprietary Information); (8) ?Hydrodynamic Loads on` Dresden Unit 3 Steam Dryer,? Final Report, Revision 3, C.D.I. Report No. 04-02, Continuum Dynamics Inc, May 2004. (Proprietary Information); (9)?Methodology to Determine Unsteady Pressure Loading on Components in Reactor Steam Domes,? Revision 3, C.D.I. Report No. 04-09P, Continuum Dynamics Inc, September 2004. (Proprietary Information); (10) Exelon Nuclear dated 2/9/05, ?Request for Additional Information Regarding Exelon Justification Submitted May 12, 2004, for Continued EPU Operation of Dresden Units 2 and 3" (Proprietary Information); (11) Exelon Generation Company, LLC letter to U. S. NRC, dated 4/1/05, "Technical Documentation Related to Analysis and Design of New Quad Cities Steam Dryers, and Responses to Requests for Additional Information Related to EPU Operation at Dresden and Quad Cities Nuclear Power Stations".(Proprietary Information); (12) Exelon Generation Company, LLC letter to U. S. NRC, dated 4/6/05, "Additional Information Related to Analysis and Design of New Quad Cities Steam Dryers, and Responses to Requests for Additional Information Related to EPU Operation at Dresden and Quad Cities Nuclear Power Stations". (Proprietary Information)---NOTE:These documents contain proprietary information and they must be safeguarded against unauthorized disclosure. After completion of work, the documents should either be destroyed or returned to NRC. If they are destroyed, please confirm this in an E-mail to the TM with a copy to the PO and include the date and manner is which the documents were destroyed. OTHER APPLICABLE INFORMATION--License Fee Recovery--The work specified in this statement of work is license fee recoverable. ASSUMPTIONS AND UNDERSTANDINGS--The estimated level of effort for Task 5 is based on an assumption of three open items requiring follow-up resolution from the initial review of the steam dryer phenomena in addition to the scope which includes review of the RAI responses, preparation of a draft report, assessment of any additional information provided following preparation of the draft report, review and resolution of NRC comments on the draft report, telephone conferences between the NRC TM and contractor and preparation of the final report. PROPOSAL REQUIREMENTS---Proposals must be typed, numbered, legible and printed or reproduced on letter-size paper. PROPOSALS SHALL NOT EXCEED 15 PAGES (if both sides of a page are used, each side is counted as one page). ANY PAGES BEYOND THE FIRST 15 WILL NOT BE CONSIDERED IN THE EVALUATION. All charts, graphs, sales brochures, and other information will be counted in the page limitation. All technical questions concerning this RFQ must be e-mailed to mcs1@nrc.gov no later than 3:00 p.m. NRC local time on 6/7/05. The Contracting Officer (CO) will not respond in writing to questions received after the deadline for receipt of questions. Proposals in response to this solicitation must be submitted in separate and distinct parts: 1 original & 3 copies of the "Price Proposal" and 1 original & 3 copies of the "Technical and Management Proposal." Offerors are notified that all information provided in their proposals must be accurate, truthful, and complete to the best of the offeror's knowledge and belief. The Commission will rely upon all such representations made by the offeror both in the evaluation process and for the performance of the work by the offeror selected for award. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. PROPOSAL REQUIREMENTS--PRICING?With the exception of travel, the fixed labor unit price under this contract shall include ALL CHARGES, direct, indirect, labor, supplies, etc. All offerors shall submit a fixed labor unit price based on the estimated level of effort, e.g., labor category, estimated number of hours, fixed unit price, travel and the total price for performance of the entire effort. The estimated travel price shall be in accordance with Federal Travel Regulations. PROPOSAL REQUIREMENTS--TECHNICAL & MANAGEMENT PROPOSAL (T&M)--The T&M proposal shall not contain any reference to prices. The offeror shall submit full and complete information, in the order set forth below, to permit the NRC to perform a thorough evaluation and make a sound determination of whether the offeror will have a reasonable likelihood of meeting the requirements and objectives of this procurement. The proposal shall be fully self-contained, and shall specifically address the technical evaluation factors. EVALUATION FACTORS-- In accordance with FAR 52.212-2(a) the following factors will be used to evaluate offerors: PRICE--Although price is a factor in the evaluation of proposals, technical merit will be a more significant factor in the selection of a contractor. The TECHNICAL EVALUATION FACTORS are PERSONNEL QUALIFICATIONS---Extent to which the offeror demonstrates that the proposed key personnel possess the required qualifications and experience to perform the work described in the statement of work for this solicitation. Personnel shall have the following demonstrated experience: (1)experience with evaluating the cause, significance, and future prevention of steam dryer structural failures; and with performing and assessing scale-model testing to validate loadings on steam dryers in nuclear power plants; (2)ability in developing and evaluating finite-element analysis models of complex three-dimensional components, and performing and evaluating computational fluid dynamics (CFD) analyses using FLUENT Code; (3)Strong background in flow-induced effects (e.g., hydrodynamic, acoustic, and vibrational) on nuclear power plant systems and internal components, in-depth knowledge in fluid-structure interaction, and demonstrated understanding of the source, initiation, and impact of hydrodynamic and acoustic loadings on nuclear power plant piping systems and internal components. Offeror must identify key personnel who will perform the work and include resumes of those personnel. To demonstrate PAST PERFORMANCE, provide pertinent details regarding your firm's performance history (quality of services, how well you performed) on contracts similar in size and scope to this requirement. Demonstrate your ability to control costs and timeliness of performance. Include letters of commendation, awards received, and any other available factual documentation to support your firm's performance history. Provide any other pertinent information that will aid in the evaluation of your performance record. Identify ALL contracts that your firm has been awarded that were terminated for default, or subject to any disputes, if ?none,? indicate ?none.? At the discretion of NRC, the NRC reserves the right to contact none, one or all sources identified on Attachment 2 - References, regarding past performance information. PROVISIONS AND CLAUSES--The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03 (04/11/05). FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.219-22, Small Disadvantaged Business Status; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition with the following additional clauses: 52.204-7, Central Contractor Registration (Oct 2003), Alternate 1. In addition, the following clause applies to this acquisition: Compliance with U.S. Immigration Laws and Regulations -- NRC contractors are responsible for ensuring that their alien personnel are not in violation of United States Immigration and Naturalization (INS) laws and regulations, including employment authorization documents and visa requirements. Each alien employee of the Contractor must be lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form 1-151 or must present other evidence from the Immigration and Naturalization Services that employment will not affect his/her immigration status. The INS Office of Business Liaison (OBL) provides information to contractors to help them understand the employment eligibility verification process for non-US citizens. This information can be found on the INS website http://www.ins.usdoj.gov/graphics/services/employerinfo/index.htm#obl. The NRC reserves the right to deny or withdraw contractor use or access to NRC facilities or its equipment/services, and/or take any number of contract administrative actions (e.g., disallow costs, terminate for cause) should the contractor violate the contractor?s responsibility under this clause. The full text of the provisions and clauses can be accessed electronically at: http://www.arnet.gov/far. The following NRCAR clauses are hereby incorporated by reference: NRCAR 2052.209-72, Contractor Organizational Conflicts of Interest (JAN 1993); 2052.215-70, Key Personnel. THE FOLLOWING CERTIFICATION MUST BE SUBMITTED WITH YOUR PROPOSAL: "I represent, to the best of my knowledge and belief that the award of this purchase order does / / or does not / / involve situations or relationships of the type set forth in NCAR 2009.570. (Conflict of Interest) http://www.nrc.gov/who-we-are/contracting/48cfr-ch20.html"
- Record
- SN00818694-W 20050602/050531212347 (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 |