Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30,1997 PSA#1962

U.S. Nuclear Regulatory Commission, Division of Contracts, Attn: Linda Wise MS-T-7I2, Washington, D.C. 20555

70 -- A REAL- TIME PLANT RISK SOFTWARE PACKAGE AND ASSOCIATED TRAINING. SOL RS-AED-97-269 DUE 111297 POC Contact: Contract Specialist, Edna Knox-Davin, 301-415-6577 This is a combined synopsis/solicitation for commercial items prepared using the format in Subpart 12.6, as supplemented with information included in this notice. This announcement constitutes the only solicitation. Therefore, proposals are being requested & a written solicitation will not be issued. Purchase of the latest version of a real-time plant risk software package for use by NRC in training & regulatory activities. NRC AGENCY-WIDE UPGRADE OF TECHNOLOGY FOR OFFICE SYSTEMS (AUTOS) PROFILE: 16-Mbps token-ring using a physical star topology on twisted-pair cable (IBM Type 1). A typical AUTOS workstation is 486 or better with DOS v6.x, DOS/Windows, 8 MB RAM, 400 MB hard drive & mouse device. SOFTWARE CAPABILITIES: Event tree creation & editing; Fault tree creation & editing; calculation of shutdown risk; projection of plant risk during outages; Interface with the following codes: RISKMAN, CAFTA, & IRRAS; & run on the NRC AUTOS LAN &/or a 486 or better PC under the operating systems stated above. DELIVERABLES: Plant Risk software package on magnetic media or CD-ROM(s) that includes a library of representative PRA input plant decks for the following Nuclear Steam Supply System (NSSS) vendors: ABB-CE, Babcock & Wilcox, General Electric (including BWR-4 & BWR-6 product lines), Westinghouse 2, 3, & 4-loop design, within 30 days of award; All software documentation within 30 days of award; A license that allows software installation on an unlimited no. of agency PCs & the NRC AUTOS LAN at an unlimited no. of agency locations, to be submitted with all offerors proposals; a 40-hr. hands-on training session (at NRC's Technical Training Center in Chattanooga, TN or other agreed upon location) & all associated training manual/materials for a maximum of 20 students within 120 days of award. Travel costs associated with this training shall be negotiated with the resultant awardee on a cost reimbursable basis upon determination of training site. Training shall cover the function, structure, use, & modification of the software. During Option Yrs. 1-4, provide a yearly update subscription service which includes all improvements & enhancements made to the software & all revisions to the associated documentation. Delivery is F.O.B. Destination. Award of a FFP Contract will be made for a 1-yr base period & 4 option yrs. All written questions regarding this acquisition shall be received by c.o.b., Nov. 4, 1997. The solicitation document & incorporated provisions & clauses are those in effect through FAC 90-46. The following clauses are incorporated by reference & applicable to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial Items, 52.212-2, Evaluation -- Commercial Items, para. (a) The following factors shall be used to evaluate offers: 1.MANDATORY UNWEIGHTED PASS/FAIL CRITERIA -- The offeror shall assent, without exception, to the terms & conditions of this solicitation. The proposal shall demonstrate that the proposed software meets all of the capabilities stated above & that the offeror is capable of providing training and subscription services. 2.OFFEROR CAPABILITY -- A. CORPORATE EXPERIENCE & CONTRACTOR PAST PERFORMANCE (40 points) -- Extent to which the offeror demonstrates succesful corporate experience and past performance in providing similar software & training. To this end, the offeror shall list 5 similar current/previous contracts awarded since January 1993. Identify ALL contracts that were terminated for convenience or default or subject to any disputes. References shall be 1 page w/the following format: Contract No., Name & Address of Gov't. Agency or Commercial Entity, Name & tel. no. of Contracting Officer, Name & tel. no. of Tech. Rep., Award Date, POP, Initial & Final Contract Value, Type of Contract, Brief description of work performed indicating whether all schedules were met. Resumes for all key personnel shall be provided along with their availability. B. TECHNICAL ABILITY (60 points) -- Extent to which the proposal demonstrates a significant use of the proposed software by the commercial nuclear power industry & how well it can be used to assist NRC staff in performing cross-check licensee calculations & independent calculations during maintenance rule inspections. NOTE: Offeror Capability is more significant than price. Include a completed copy of the provision at 52.212-3, Offeror Representations & Certifications -- Commercial Items. The clause at 52.212-4, Contract Terms & Conditions -- Commercial Items, is incorporated by reference & applies to this acquisition & resulting contract. The following clause are also applicable: 52.232-18 Electronic Funds Transfer Payment (APR 1984), 52.212-5 Contract Terms & Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (OCT 1995), 52.203-6, Restrictions of Subcontractor Sales to the Government, w/ Alternate I (41 U.S.C. 253g & 10 U.S.C. 2402); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 u.S.C. 423); 52.219-8, Utilization of Small Business Concerns & Small Disadvantaged Business Concerns (15 U.S.C. 637 (d) (4)); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled & Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veteran & Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-3, Buy American Act -Supplies (41 U.S.C. 10); 52.225-18, European Union Sanction for End Products (E.O. 12849); & 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187). If there is a standard commercial warranty associated with this item, the offeror shall provide the Government at least the same warranty terms offered to the general public in customary commercial practices. Four technical & cost proposals are due on Nov. 12, 1997 at 3 p.m. (EST) at the address given above. Hand-carried responses may be submitted to 11545 Rockville Pike, Rockville, MD 20852 **** (0301)

Loren Data Corp. http://www.ld.com (SYN# 0236 19971030\70-0002.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page