Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
SOURCES SOUGHT

R -- TRACE Assessment Manual Reorganization - Draft Statement of Work

Notice Date
5/30/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Nuclear Regulatory Commission, Office of Administration, Division of Contracts, 12300 Twinbrook Parkway, Rockville, Maryland, 20852-2738, United States
 
ZIP Code
20852-2738
 
Solicitation Number
RES-12-234
 
Archive Date
6/22/2013
 
Point of Contact
Adelis M. Rodriguez, Phone: 301-492-3623
 
E-Mail Address
adelis.rodriguez@nrc.gov
(adelis.rodriguez@nrc.gov)
 
Small Business Set-Aside
N/A
 
Description
Attached is the draft Statement of Work THE U. S. NUCLEAR REGULATORY COMMISSION (NRC) is issuing this Sources Sought Synopsis as a means of conducting market research or as a market survey to determine the availability and potential technical capability of the business community to provide all management, supervision, administration, and labor to perform the work, with NRC guidance, to reorganize, rewrite, and enhance the TRACE Assessment Manuals in general). Specific activities include: 1) review the TRACE peer review panel's comments on the Assessment Manual deficiencies); 2) recommend enhancement and rewrite TRACE Assessment Manuals to map each of the code capability to the experimental database for important physical phenomena in the PIRT table for the LOCA analysis Services are to be provided to the NRC in Rockville, MD. It is estimated that approximately 625 professional hours will be needed to provide the requested supplies and/or services. The acquisition will be for one (1) 12-month period. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330. The Draft Statement of Work for this effort is attached. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposal; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. MANDATORY QUALIFYING CRITERIA: 1. The contractor must be familiar with the TRACE computer code. The TRACE code is a complex nuclear systems thermal-hydraulics code with over 350,000 lines of FORTRAN coding. 2. The contractor must be an expert in performing Phenomenon Identification and Ranking Tables (PIRTs) analysis of Pressurized Water Reactors (PWR) and Boiling Water Reactors (BWR) Loss of Coolant Accident (LOCA) scenarios. 3. The models used in the TRACE code represent a repository of the thermal-hydraulic knowledge used for nuclear reactor accident analysis. Consequently, the contractor must be familiar with thermal-hydraulics used for nuclear systems accident analyses. 4. The contractor must have the skill to reorganize a technical document. 5. The contractor must have good writing ability. The purpose of this announcement is to provide potential sources the opportunity to submit information regarding their capabilities to perform work for the NRC free of conflict of interest (COI). For information on NRC COI regulations, visit NRC Acquisition Regulation Subpart 2009.5 (http://www.nrc.gov/about-nrc/contracting/48cfr-ch20.html). All interested parties, including all categories of small businesses (small businesses, small disadvantaged businesses, 8(a) firms, women-owned small businesses, service-disabled veteran-owned small businesses, and HUBZone small businesses) are invited to submit a response. The capabilities package submitted by a vendor should demonstrate the firm's ability, capability, and responsibility to perform the principal components of work listed below. The package should also include past performance/experience regarding projects of similar scope listing the project title, general description, the dollar value of the contract, and name of the company, agency, or government entity for which the work was performed. Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. Submission of additional materials such as glossy brochures or videos is discouraged. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address and telephone number as well as size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Taking into account the magnitude of the scope of this professional recruitment effort, organizations also should address the capacity of their financial infrastructure to coordinate and deliver contract performance. Although no geographic restriction is anticipated, if responding organizations are located outside the Washington Metropolitan area, indicate how the organization would coordinate with the NRC program office located in Rockville, MD to provide support to (insert agency locations) multiple sites. The Government will evaluate market information to ascertain market capacity to 1) potentially provide the services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) potential capacity to secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) potential capability to implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel; and risk mitigation; and 4) potential to provide services under a performance based service acquisition contract. Interested firms responding to this Sources Sought Synopsis are encouraged to structure capability statements in the order of the area of consideration noted above. All capability statements sent in response to this notice must be submitted electronically, via e-mail, to (insert contact information), at (insert email address)@nrc.gov, in either MS Word, WordPerfect or Adobe Portable Document Format (PDF), within fifteen (15) business days from the date of publication of this notice. This market survey is being conducted through the FedBizOpps to reach the widest possible audience and to gather current market information. DISCLAIMER AND NOTES: Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's potential capability and capacity to perform the subject work. The Government may provide access to the information contained in the response to a contractor providing acquisition planning and strategic technical assistance support to the Government. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/RES-12-234/listing.html)
 
Record
SN02761788-W 20120601/120531000334-1805539c00c221dffd6f2caf420ac10e (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.