Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOURCES SOUGHT

B -- Design Engineering Inspection Support - Attachment 1-Draft SOW to Sources Sought Notice NRC-NRR-7-21-2017

Notice Date
7/21/2017
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting 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
NRC-NRR-7-21-2017
 
Archive Date
8/27/2017
 
Point of Contact
Jennifer F. Ford, Phone: 3014150232
 
E-Mail Address
jennifer.ford@nrc.gov
(jennifer.ford@nrc.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work for Sources Sought Notice NRC-NRR-7-21-2017 THE U.S. NUCLEAR REGULATORY COMMISSION (NRC) is issuing this Sources Sought Notice 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 Design Engineering Inspection Support. Specific activities include: conducting inspections to evaluate the design and operation of nuclear power reactor plants, specifically, the Design Bases Assurance (DBA) inspections, which are part of the baseline Reactor Oversight Process (ROP) Inspection Program. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541690. 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. 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. Background: The NRC was created as an independent Agency by Congress in 1974 to enable the nation to safely use radioactive materials for beneficial civilian purposes while ensuring that people and the environment are protected. The NRC regulates commercial nuclear power plants and other uses of nuclear materials, such as in nuclear medicine, through licensing, inspection, and enforcement of its requirements. The NRC's headquarters are in Rockville, Maryland, and there are a number of other offices around the United States. In accordance with the baseline inspection portion of the ROP, the NRC inspects the design and operation of nuclear power reactor plants. These inspections sometimes require contractor technical support. (Note: Further information on the NRC's Reactor Inspections can be found at: https://www.nrc.gov/reactors/operating/oversight.html DBA inspections is the primary inspection under the anticipated contract. They verify that design bases have been correctly implemented for the selected risk significant components and that operating procedures and operator actions are consistent with design and licensing bases. This ensures that selected components are capable of performing their safety functions. In addition to support for DBA inspections, contract technical support may be required for inspections of design and operations including (but not limited to): fire protection; plant modifications; supplemental inspections at nuclear power plants which experience degraded performance; reactive inspections (such as augmented inspection teams and special Inspections); independent design verification programs; and integrated design inspections. Capability Sought: The NRC is seeking firms capable of providing technical support during the performance of baseline inspections and other inspections involving design and operation of nuclear power reactor plants. Specific activities include inspections of mechanical and electrical design information, the assessment of that information against regulatory requirements, and any associated technical reports. Services are to be provided to the NRC at nuclear power plant sites; at the contractor's assigned specialists' home offices; and at NRC regional headquarters located in King of Prussia, PA; Atlanta, GA; Lisle, IL; and Arlington, TX. Inspection services should provide support of one mechanical and one electrical inspector for 20 five-week inspections per year. These are performed under the publically available inspection procedure https://www.nrc.gov/docs/ML1634/ML16340B000.pdf. Current schedules have as many as three inspections underway at one time. The DRAFT Statement of Work for this effort is included as an attachment to this notice. Mandatory Qualifying Criteria: The mandatory skills required for this contract include current nuclear plant design experience, demonstrated inspection or audit skills, good communications skills and an understanding of NRC design related regulations. The design inspectors must meet the requirements for unescorted access to nuclear plants and fitness for duty (including random drug testing). They will be expected to work independently during portions of the inspections. The design inspectors will be asked to certify that they meet conflict of interest requirements for the nuclear plant licensees where they perform inspections. 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. Indicate if your organization could fulfill at least 50% of the dollars of the services that may be required with your own organization's employees. 6. 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). 7. 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. 8. 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. 9. 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 Jennifer Ford at jennifer.ford@nrc.gov, either MS Word or Adobe Portable Document Format (PDF), within 22 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/NRC-NRR-7-21-2017/listing.html)
 
Record
SN04589990-W 20170723/170721234920-fc14f4a8ecd3ea53510869c58d3a4160 (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.