SOLICITATION NOTICE
D -- Software Maintenance and Upgrade Support for the Software Package entitled,
- Notice Date
- 5/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 11545 Rockville Pike, Rockville, MD, 20852-2738, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RS-38-07-374
- Response Due
- 6/11/2007
- Archive Date
- 6/26/2007
- Description
- This is a combined synopsis/solicitation for commercial services and items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. All referenced Federal Acquisition Regulation (FAR) clauses may be obtained via the Internet at URL: http://www.arnet.gov/far/. All referenced NRC Acquisition clauses (NRCAR) may be obtained at http://www.nrc.gov/ADM/CONTRACT/contract.html. FAR clauses will be indicated by ?FAR? followed by the section number. NRCAR clauses will be indicated by ?NRCAR? followed by the section number. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number RS-38-07-374 is issued as a Request for Quote. The solicitation is being requested under Simplified Acquisition Procedures and all future information, including any amendments, will be available solely through the FedBizOpps website, http://www.fedbizopps.gov. The closing date for receipt of quotations is June 11, 2007 at 5:00PM Eastern Standard Time. The contract type intended for this procurement is a commercial item, fixed-price contract. The North American Industrial Classification System (NAICS) code for this procurement is 511210. NRC REQUIREMENTS One year Software Maintenance and Upgrade Support for the Software Package entitled, "Safety Monitory Real-Time Plant-Risk Package." Maintenance and Upgrade must include support for the following key software features: *Support all modes of operation (e.g. PWR Modes 1-6 and BWR Modes 1-5, full power through shutdown operations). *Ability to do "what if" evaluations, as well as track/evaluate actual plant configuration history. *Provide advice as to which equipment should be restored to service on a priority basis to reduce risk. *Collect and maintain equipment unavailability data for use in Maintenance Rule performance criteria monitoring. *Interface automatically with all commercial PRA software to enable rapid import of PRA models/data. *Evaluate the risk of multiple activities being conducted simultaneously, such as during an outage. *Accommodate Defense-in-Depth models and performs Defense-In-Depth evaluations in addition to quantitative PRA analysis. *Display the risk of plant trip or power reduction as a result of current plant activities. *Connectivity via an interface to the EPRI ORAM-Sentinel code. Period of Performance: One year with four one-year option periods Base: June 18, 2007 through June 17, 2008 Option Year One: June 18, 2008 through June 17, 2009 Option Year Two: June 18, 2009 through June 17, 2010 Option Year Three: June 18, 2010 through June 17, 2011 Option Year Four: June 18, 2011 through June 17, 2012 REPRESENTATION/CERTIFICATIONS/APPLICABLE CLAUSES FAR 52.212-1 Instructions to Offerors-Commercial Items, and 52.212-4 Contract Terms and Conditions-Commercial items applies to this acquisition. Offeror must include a completed copy of the provision at 52.212-3 (October 2000) Offeror Representations and Certifications-Commercial Items, with its offer. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition with following additional clauses: 52.203-6 (Alernate I), 52.204-7, 52.216-24, 52.216-25, 52.217-8, 52.217-9, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-1, 52.232-33, 52.233-3, 52.233-4, and 52.244-6. In addition, the following clause applies to this acquisition: Compliance with U.S. Immigration Laws and Regulations -- NRC contractors are responsible to ensure 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. QUESTIONS All questions or inquires concerning this requirement must be received no later than 12:00 Noon on Friday, June 1, 2007, and must be directed to Jennifer DeFino, Contract Specialist at (301) 415-6714 or JAD2@nrc.gov . INSTRUCTIONS TO OFFERORS Quotes must be received at the U.S. Nuclear Regulatory Commission (NRC), Division of Contracts, ATTN: Jennifer DeFino, Mail Stop T-7-I2, Washington, D.C. 20555, by 5:00 PM EST on June 11, 2007. Offerors are requested to submit their quotes either by postal mail, facsimile (301-415-5761), electronic mail (JAD2@nrc.gov), or hand delivery. All hand-carried quotes including those delivered by private delivery services must be delivered to the loading dock security station located at 11555 Rockville Pike, Rockville, Maryland 20852 and received in the depository located in Room T-7-I2. All Offerors shall allow extra time for internal mail distribution. NRC is a secure facility with perimeter access control and NRC personnel are only available to receive hand-carried quotes between 7:30 a.m. - 3:30 p.m., Monday through Friday, excluding Federal Holidays. Please include the solicitation number on the envelope containing your organization?s quote. Quotes shall be typed, printed, or reproduced on letter-size paper and each copy must be legible. EVALUATION CRITERIA Award will be made to lowest price Offeror found technically acceptable. OTHER APPLICABLE INFORMATION 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. The NRC requires the prospective awardee to be registered in the Central Contractor Registration (CCR) database prior to award, during performance, and through final payment of the resulting contract in accordance with Federal Acquisition Regulation, 52.204-7. Central Contractor Registration. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Potential Offerors who are not registered should consider applying for registration immediately if interested in responding to this solicitation. Potential offerors may obtain information on registration and annual confirmation requirements via the Internet by copying and pasting the following Internet address into their Internet Browser: http://www.ccr.gov (note: there is no direct link to the CCR website from this FedBizOpps notice) or by calling 1-888-227-2423 or 269-961-5757. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. 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 RFQ. Telephoned, e-mailed, or faxed requests for the RFQ 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. Point of Contact Jennifer DeFino, Contract Specialist, Phone 301-415-6714, Fax 301-415-5761, Email JAD2@nrc.gov Backup Contact: Jeffrey Mitchell, Phone 301-415-6465, Fax 301-415-5761, Email: JRM6@nrc.gov
- Place of Performance
- Address: U.S. Nuclear Regulatory Commission, 11545 Rockville Pike, Rockville, MD
- Zip Code: 20850
- Country: UNITED STATES
- Zip Code: 20850
- Record
- SN01303819-W 20070527/070525222006 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |