Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2005 FBO #1300
SOURCES SOUGHT

R -- Radiological Emergency Preparedness exercise support

Notice Date
6/16/2005
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, NETC Acquisition Section, 16825 South Seton Avenue, Emmitsburg, MD, 21727
 
ZIP Code
21727
 
Solicitation Number
Reference-Number-HSFEEM-05-R-REP2
 
Response Due
6/30/2005
 
Archive Date
7/15/2005
 
Description
Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) is seeking comprehensive business solutions for meeting the statement of objectives described herein for the Radiological Emergency Preparedness (REP) program. This is a sources sought to identify qualified small business concerns capable of achieving the REP objectives. A contractor is required to provide exercise, programmatic, technical, and administrative support to allow FEMA to meet its Congressional mandate to implement the REP program. This mandate is to provide the Nuclear Regulatory Commission with reasonable assurance that the health and safety of the public living around commercial nuclear power plants is being maintained. The REP objectives include: i) proving all necessary support including extensive exercise support necessary for successful completion of exercise activities in accordance with the Standard Exercise Report Format (SERF), 44 CFR 350-344, site specific plans, and other REP related regulations, policies, and procedures; ii) providing all necessary administrative support for REP exercise & drills in an efficient and cost effective manner; iii) providing expert guidance for the review of REP offsite plans pursuant to FEMA rule 44 CFR Part 350; iv) providing REP policy guidance on offsite REP preparedness in accordance with NUREG-0654/FEMA-REP-1, providing REP quantitative program assessments of resource efficacy, participating in strategic planning, providing performance measures, providing performance based budgeting, providing resource management, conducting resource request analysis, integrating budget and performance data, providing REP document and content management, and assisting with Congressional reporting; v) developing course material and providing instructors for all REP program courses; vi) providing expert technical guidance for REP health physics support of the planning elements in NUREG-0654/FEMA-REP-1, Rev. 1 on radiation protection, dose assessment, environmental and population monitoring, laboratory analyses, offsite emergency radiation measurement systems for the following three pathways: the airborne release; the milk pathway; and the water and nondairy foods pathway, and other health physics related areas; and vii) providing REP cost accounting in accordance with 44 CFR Part 354 to track REP costs for assessment of user fees on NRC licenses of commercial nuclear power plants. The required exercise support under objective 1 as well as all other required services for this effort is extensive. FEMA is responsible for the evaluation of 30 to 35 exercises of site-specific offsite radiological emergency preparedness plans annually and an additional 10 to 20 remedial drills. About 60 to 100 additional medical, rehearsal and other out-of sequence drills are also evaluated per year. The contractor shall maintain a sufficient pool of qualified evaluators with appropriate ranges of technical expertise to ensure that staffing requirements for exercises and drills can be met at any given time. Full scale REP exercises may require up to 50 or more contractor evaluators per exercise. Smaller-scale REP drills (medical, out of sequence, rehearsal, etc) usually require between 1-10 contractor evaluators. Concurrent full scale exercises (in separate FEMA Regions) are anticipated. The period of performance is 12 months from the date of award with four one-year option periods. The Request for Proposal (RFP) will be issued during the fourth quarter of fiscal year 2005. Due diligence will be conducted with vendors that are deemed to have a reasonable chance of contract award. The anticipated contract type is cost plus fixed fee (CPFF). This is a sources sought for qualified small business concerns that can demonstrate the capacity and ability to meet the REP objectives. Interested small business concerns must submit three copies of a capability statement demonstrating that they have the capacity and ability to meet the REP objectives described herein. All responses to this synopsis must be received by June 30, 2005. If it is determined that no small business concerns are capable of meeting the REP objectives, the Government will proceed with synopsizing and issuing a request for proposal on an unrestricted full and open competition basis.
 
Record
SN00830848-W 20050618/050616211555 (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.