SOURCES SOUGHT
U -- Perspectives on Reactor Safety (R-800)
- Notice Date
- 1/14/2015
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Nuclear Regulatory Commission, Acquisition Management Division, Acquisition Management Division, 11555 Rockville Pike, Rockville, Maryland, 20852-2738, United States
- ZIP Code
- 20852-2738
- Solicitation Number
- R-8001142015
- Archive Date
- 2/13/2015
- Point of Contact
- Karen Chapman, Phone: 301-287-0969
- E-Mail Address
-
karen.chapman@nrc.gov
(karen.chapman@nrc.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 of potential qualified vendors with the technical capability to provide all management, supervision, administration, and labor for the Perspectives on Reactor Safety (R-800) Course. Specific activities include: Review and revision of existing materials, delivery of new course materials, and conduct of actual multi-day (5) course. Services are to be provided to the NRC in Rockville, Maryland. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 611710. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to teach, via live instructor led training, the R-800 Perspectives on Reactor Safety Training course. The contractor shall be required to: Provide the course materials that shall include the following: • Historical perspectives on U.S. reactor safety • Key regulations and regulatory process • Causes of reactor accidents • Physics and consequences of accidents • Current safety issues Accomplish course goals through a combination of following: • Classroom presentations • Demonstrations, video clips, or films • Online content • Engineered PC based simulations • Other training aids as appropriate Provide a detailed course schedule, including a breakdown of course topics, learning objectives, and times to be spent on each topic. Develop and maintain course texts. These shall include a master file of the latest revision of NUREG/CR-6042 'Perspectives on Reactor Safety' and any additional course material the contractor deems necessary for course delivery. Develop/furnish and utilize visual aids (viewgraphs, slides, actual components, etc.) as much as possible to assist student understanding. Projection graphics for classroom use shall be produced in color computer presentation format using Microsoft PowerPoint, and black and white hard copies of the presentations shall be provided in the student manual. Each slide shall include specific instructor guidance in the "Notes Page" for each slide to ensure instructor-independent repeatability of lecture presentation. Deliver a copy of all training material in MS Office format as well as PDF format on a CD or DVD to the Contracting Officer's Representative (COR). The files in PDF format may be loaded onto the NRC's internal Web site as reference material. Consequently, any proprietary or sensitive material must be clearly identified. All materials developed are considered works-for-hire and become NRC property. The NRC will provide facilities for conducting the course and provide necessary audio-visual equipment. The course Instructors will be provided access to a Microsoft Windows-based PC with LCD projector, Windows 7 operating system and Microsoft Office 2010 software. The NRC will provide the latest version of NUREG/CR-6042 ‘Perspectives on Reactor Safety' for students as handout. This handout may be in the form of a DVD. THERE IS NO SOLICITATION AT THIS TIME. This request for sources and vendor 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. REQUIRED CAPABILITIES (if applicable): The contractor shall provide personnel to conduct the stand-up presentations for the class. The class is a five (5) day, eight (8) hour per day, class which will require the daily services of two (2) instructional personnel. The contractor shall have a sufficient (three (3) or more) pool of fully-qualified instructors for this contract in order to ensure that there is no delay in delivery due to unavailable instructors. The instructors shall have at least five (5) years of experience in teaching nuclear safety topics centering on commercial power reactor design and safety. Each instructor shall have at least a Master's Degree in a related technical field or equivalent educational background with relevant long term (greater than 5 years) experience in nuclear reactor design and safety. Instructors are expected to have above average platform skills in addition to the education and knowledge regarding the specifics of the topic. The contractor shall have sufficient resources to be able to accept electronic materials (usually in Adobe Acrobat (pdf) or PowerPoint (ppt) format) from the COR, revise those materials as necessary, and return the materials to the COR in a format usable to print student materials and deliver the classes in a typical classroom fashion. Instructor shall have suitable backgrounds that will allow unescorted access to NRC facilities and use of NRC LAN databases. A security background check (including fingerprinting) may be required of all instructors. NRC facilities are 508-compliant; the contractor will ensure that any instructor possessing special needs are appropriately identified to the COR in sufficient time to allow an appropriate response by the NRC Professional Development Center (PDC) to accommodate these special needs. 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. Submission of additional materials such as glossy brochures or videos is discouraged. HOW TO RESPOND TO THIS SOURCES SOUGHT NOTICE If your organization has the capability and capacity to perform, as a prime contractor, one or more of the services described in this notice, then please respond to this notice and provide written responses to the following information. Please do not include any proprietary or otherwise sensitive information in the response, and do not submit a proposal. Proposals submitted in response to this notice will not be considered. 1. Organization name, address, emails address, Web site address and telephone number. 2. What size is your organization with respect to NAICS code identified in this notice (i.e., "small" or "other than small")? If your organization is a small business under the aforementioned NAICS code, what type of small business (i.e., small disadvantaged business, woman-owned small business, economically disadvantaged woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business, 8(a), or HUBZone small business)? Specify all that apply. 3. Although no geographic restriction is anticipated, if responding organizations are located outside the Washington Metropolitan area (Maryland, Virginia, and the District of Columbia), indicate how the organization would coordinate with the NRC program office located in Rockville, Maryland to provide the support services. 4. Separately and distinctly describe which of the required capabilities listed above that your organization possesses and indicate your organization's role (prime contractor, first tier subcontractor, and/or supplier) in related contracts. Please also provide the contract number, contract type, customer name, address and point of contact phone number and email address, contract value, thorough description of supplies and services included in the scope of that contract, indication of how they differ from the required capabilities described in this notice, period of performance (for services) or delivery date (for products), and any other relevant information. 5. For Electronic and Information Technology (EIT) product offerings relevant to this requirement provide completed Voluntary Product Accessibility templates or other documentation that addresses compliance with the applicable standards (add website link) for those products. For any federal customers that your agency has provided information technology services within the required capabilities areas, indicate how your company complies with applicable Section 508 standards (see buyaccesible.gov). 6. For any federal customers that your agency has for the required capabilities, indicate how your company complies with applicable environmental laws and Federal regulations (See NRC's Green Purchasing Plan at: http://pbadupws.nrc.gov/docs/ML1219/ML12191A130.pdf). 7. Indicate whether your organization offers any of the required capabilities described in this notice on one or more of your company's own Federal Government contracts (i.e., GSA Federal Supply Schedule contract or Government wide Acquisition Contracts) that the NRC could order from and, if so, which services are offered. Also, provide the contract number(s) and indicate what is currently available for ordering from each of those contract(s). 8. Provide a standard, non-proprietary commercial price list or similar standard non-proprietary commercial pricing information for how your company sells, as a prime contractor, required capabilities described in this notice that your organization has experience providing. Also, indicate what is included in that pricing. 9. Is your organization currently performing or have in the past performed same or similar services as those listed above for any of the licensees regulated by the NRC? If so, which licensees? See http://www.nrc.gov/about-nrc/regulatory/licensing.html for more information on NRC licensing. 10. Has your organization previously faced organizational conflict of interest issues with NRC? If so, what were they and how were they mitigated or resolved? Interested organizations 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 Karen Chapman, at Karen.Chapman@nrc.gov, either MS Word or Adobe Portable Document Format (PDF), within 15 calendar days from the date of publication of this notice. 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. 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/R-8001142015/listing.html)
- Place of Performance
- Address: 11601 Landsdown Street, North Bethesda, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN03616664-W 20150116/150114234856-c0ee6ea0e32e9915fcec74be0c73fdb7 (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 |