Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2023 SAM #7856
SOURCES SOUGHT

99 -- Sources Sought for specialized technical expertise in a wide range of scientific disciplines applicable to nuclear safety and regulations under the NRC International Assistance Program

Notice Date
5/30/2023 6:59:49 AM
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
NUCLEAR REGULATORY COMMISSION ROCKVILLE MD 20855 USA
 
ZIP Code
20855
 
Solicitation Number
NRC-OIP-05-30-2023
 
Response Due
6/13/2023 2:00:00 PM
 
Archive Date
06/13/2023
 
Point of Contact
Emarsha Whitt, Phone: 3014158128
 
E-Mail Address
Emarsha.Whitt@nrc.gov
(Emarsha.Whitt@nrc.gov)
 
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 international nuclear safety regulatory training and support. Provide specialized technical expertise and support in a wide range of scientific and technical disciplines applicable to nuclear safety and regulations under the NRC International Assistance Program. Specific activities include (1) provide technical expertise needed to support international regulatory counterparts to strengthen their regulatory oversight of operating and new nuclear power and research reactors and (2) provide technical expertise needed to support international regulatory counterparts to strengthen their regulatory oversight of transportation, storage and disposal of nuclear and radioactive materials.� 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 541690. 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: � Expert knowledge of, and extensive work experience with, performance of transient and accident analyses and seismic hazards assessments for light-water nuclear power plants (focusing on applicability to VVER-type power reactors and other power reactor technology not currently utilized in the United States).� Expert knowledge of, and extensive work experience with, application of probabilistic risk/safety assessment methods and techniques for light-water nuclear power plants (focusing on applicability to VVER-type power reactors and other power reactor technology not currently utilized in the United States). Expert knowledge of, and extensive experience with, NRC regulations and IAEA guides and standards for the design, construction, operation and decommissioning of light-water nuclear power plants (focusing on applicability to VVER-type power reactors and other power reactor technology not currently utilized in the United States). Expert knowledge of and extensive work experience with, NRC regulations and IAEA guides and standards involving radioactive material oversight, waste, and transport. 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-cEmarh20.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. Organization name, address, emails address, Web site address and telephone number. 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. 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. 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. 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). 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). 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). 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. 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. 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 Emarsha Whitt, at emarsha.whitt@nrc.gov, either MS Word or Adobe Portable Document Format (PDF), within 15 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
SAM.gov Permalink
(https://sam.gov/opp/ceaf269892de454dbf7344ddb65e29a5/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN06698640-F 20230601/230530230124 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.