Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

U -- NEW REACTOR TRAINING - AP1000 DESIGN

Notice Date
8/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
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
07-715
 
Response Due
9/6/2007
 
Archive Date
9/21/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is RFP No. 07-715 and is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This solicitation is Unrestricted. All responsible sources may submit a proposal to be considered. The applicable North American Industrial Classification system (NAICS) code for this procurement is 611430. Contract line items will include: CLIN 001 Labor, CLIN 002 Meeting and Travel, CLIN 003 Course Development, Presentations, CLIN 004 Fee. Description of Requirement: The contractor shall provide course modules on AP 1000 technology for NRC staff and other trainees that will be responsible for performing design review and safety evaluation for new nuclear power plant licensing related regulatory processes. [PLEASE REFER TO AMENDMENT 1 FOR THE STATEMENT OF OBJECTIVES]. NRC intends to award a Commercial, Firm Fixed Price contract for a one year period of performance with four (4) one year option periods. Dates and Place of Service: The courses shall normally be taught near the NRC Headquarters, greater Washington D.C. metropolitan area (approximately 50 miles from D.C.) or at NRCs Professional Development center in Bethesda, Maryland. The NRC may also require the contractor to conduct this course at one of the four NRC regional offices located in King of Prussia, PA; Atlanta, GA; Lisle, IL; Arlington, TX; or at the Technical Training Center in Chattanooga, TN. Deliverables: a. within thirty (30) days of contract award a Kick-off meeting with NRC Program Officer; b. within forty-five (45 days) of contract award, a detailed draft of course outline submitted to the NRC Project Officer for review; c. within ninety (90) days of contract award, draft course materials (student manuals, etc.) submitted to the NRC Project Officer for review; d. within one hundred twenty (120) days of contract award - Presentation of the pilot course; e. within thirty (30) days after completion of a course presentation, the Contractor shall submit a Course Presentation Report to the NRC Project Officer; and f. Submit a final report by the end date of the contract. FAR Clause 52.212-1, Instructions to Offerors (Sep 2006) Commercial, applies to this acquisition. FAR Clause 52.212-2, Evaluation Commercial Items (JAN 1999), applies to this acquisition. Proposals will be evaluated based on Best Value determination (Tradeoff). Overall technical criteria are considered significantly more important than cost/price factors. Although no points are set forth in the Evaluation Criteria for cost, cost is important in the Tradeoff Assessment. Cost will be evaluated for reasonableness and allowability. Technical and cost proposals they shall be submitted using Font: Arial, Font Style: Regular and Size: 11 on standard 8 1/2" x 11" paper (210 mm by 297mm paper), single-spaced, 10 characters per inch with each page numbered consecutively, and no less than 1 inch margins on all sides. Technical proposals will be limited to 25 pages (excluding resumes and course samples). Cost proposals must include pricing for the base year and four option years. Budget narrative must accompany the pricing. Actual travel costs will be reimbursed in accordance with Federal Travel Regulations. For estimating purposes for the Travel line item use the following figures: Year 1 - $32,000 and Year 2-5: $40,000. EVALUATION FACTORS: All subcriteria are of equal weight unless otherwise indicated. Technical Approach (35 Points) Demonstrate technical approach in developing the training course for the AP 1000 as outlined in the Statement of Objectives. Demonstrate understanding of course requirements through submission of a sample training module. Technical Expertise of Key Personnel (35 Points) Demonstrate the technical and managerial qualifications of the Instructors. Past Performance (30 points) The Offeror shall demonstrate successful past performance in performing work that is similar in size and scope to this procurement. The offeror shall submit at least 5 references for contracts performed in the past 5 years. Each contract reference shall be limited to one page length to include: (a) Contract Number; (b) Name and Address of Government Agency; (c) brief description of the type of work; (d) Contracting Officers name, Telephone Number and E-mail Address; (e) Technical Representatives Name, Telephone Number and e-mail address; (f) Contract Type, Period of Performance; (g) Estimated Amount; and (h) Obligated Amount. Technical Instructions: Technical Approach: The offeror must demonstrate an understanding of the Statement of Objectives by describing the offerors technical approach to develop the course for AP 1000. The offeror must also provide a sample module for review to determine adequacy and completeness. This module should contain the text, instructor guide, visual aids, a listing of the training aids to be used, and the modules learning objectives. Key Personnel: Key Personnel must have significant commercial nuclear industry experience and no less than 5 years of nuclear power industry related training experience. Offerors must include resumes for all key and backup personnel (including all instructors) with educational background; training background; teaching experience specific to training professional employees in nuclear power plant design, operations and maintenance, and experience in designing and developing customized training objectives and materials. Offerors must discuss the current and planned availability of all proposed key and backup personnel. Claims of postgraduate or equivalency degrees from other than accredited US colleges and universities should be supported by the written acceptance by an accrediting source. Related experience (i.e., military experience, regulatory experience, and non-nuclear commercial industry experience) should be clearly identified and its relationship to commercial nuclear experience explained in the resume. Past Performance: The offeror must demonstrate successful past performance in performing work that is similar in size and scope to this procurement. The offeror shall submit at least 5 references for contracts performed in the past 5 years. Each contract reference shall be limited to one page length to include: (a) Contract Number; (b) Name and Address of Government Agency; (c) brief description of the type of work; (d) Contracting Officers name, Telephone Number and E-mail Address; (e) Technical Representatives Name, Telephone Number and e-mail address; (f) Contract Type, Period of Performance; (g) Estimated Amount; and (h) Obligated Amount. Offerors must include a completed copy of FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (NOV 2006). FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007) applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (NOV 2006) applies to this acquisition in addition 52.217-9 Option to Extend the Term of Contract. The close date for the proposals is September 6, 2007 by 12:00 p.m. (local time). Proposals are required to be submitted electronically via e-mail to mxw4@nrc.gov. The technical and cost proposal must be submitted in separate volumes. Interested offerors must also submit one (1) original and two (2) copies of the technical and cost proposal to the loading dock security station located at 1555 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 proposals 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 proposal. Hard copies must be submitted no later than September 7 by 1:00 p.m. Fax submissions from Offerors will not be accepted. NRC intends to evaluate offers and award without discussions with offerors. Therefore, the offeror?s initial proposal should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Prospective Offerors may submit questions in response to this Combined Synopsis/Solicitation in writing no later than August 14, 2007 (local time). Questions must be sent to Monique Williams/Contracts Specialist via e-mail at mxw4@nrc.gov. SUBJECT line must read: Questions for New Reactor Training-AP1000. For information regarding this acquisition contact Monique B. Williams via e-mail at mxw4@nrc.gov. Phone calls will not be accepted. Issuance of this combined synopsis/solicitation does not constitute an award commitment on behalf of the U.S. Government (USG). The USG reserves the right to reject any and all offers received.
 
Place of Performance
Address: U.S. Nuclear Regulatory Commission, Division of Contracts, 11545 Rockville Pike, Two White Flint North, Mail Stop T7I2, Rockville, MD
Zip Code: 20852-2738
Country: UNITED STATES
 
Record
SN01363788-W 20070808/070806222045 (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 |
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.