SOLICITATION NOTICE
A -- Paleoliquefaction Studies in Moderate Seismicity Regions with a History of Large Events
- Notice Date
- 11/4/2010
- Notice Type
- Presolicitation
- NAICS
- 541360
— Geophysical Surveying and Mapping 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
- RFP-NRC-04-10-159
- Archive Date
- 5/31/2011
- Point of Contact
- Jeffrey R. Mitchell, Phone: (301) 492-3639
- E-Mail Address
-
jeffrey.mitchell@nrc.gov
(jeffrey.mitchell@nrc.gov)
- Small Business Set-Aside
- N/A
- Description
- BACKGROUND During the CEUS SSC (Central and Eastern U. S. Seismic Source Characterization) project for nuclear facilities, the critical importance of paleoliquefaction studies was recognized. For the CEUS SSC project the Nuclear Regulatory Commission (NRC) funded work to assemble, assess, and document available liquefaction field results and to quantitatively describe uncertainty in the characterization of paleoliquefaction sites. As a result of this work, two areas of future research were identified; (1) standardization of field studies and (2) further field work on areas where large paleo-events have occurred but a high level of uncertainty still exists. As a result of this work, the NRC recognized a need for a comprehensive NUREG Report focused on standard procedures to identify, document, and interpret paleoliquefaction features in the regions that have large, but rare earthquakes (e.g. New Madrid, Wabash Valley, and Charleston Seismic Zones). The NUREG/CR Report to be developed will provide guidance for conducting paleoliquefaction studies in order to improve the state of practice and to allow NRC staff to reduce uncertainties associated with the recurrence interval of large earthquakes in the region. To facilitate use and adoption of the procedures presented in the report, the NRC expects a training workshop to be offered (e.g. in the New Madrid seismic zone) for the participants (which will consist principally of NRC staff)) to learn from experts in the field and gain experience searching for, documenting, and interpreting liquefaction features. OBJECTIVE The objectives of this work are a NUREG/CR Report to standardize procedures to identify, document, and interpret paleoliquefaction features in the regions of the CEUS that have large, but rare earthquakes for the purpose of reducing uncertainties in the recurrence estimates and source models for large events, to reduce uncertainty in the characterization of previously identified large paleo-events, and to provide training to NRC staff on paleoliquefaction field methods and interpretation. PRESOLICITATION INFORMATION It is anticipated that this requirement will result in one (1) contract award. It is anticipated that the contract will be a cost reimbursement type contract. The period of performance of the resultant contract will be thirty six (36) months from date of award. The Request for Proposal (RFP) will be available on or about December 1, 2010 and the closing date for proposals will be 30 days from the date the full solicitation gets posted. The solicitation will be available solely through the FedBizOpps website at http://www.fedbizopps.gov. All future information regarding this acquisition, including solicitation amendments, will be distributed solely through the FedBizOpps website. The FedBizOpps website provides downloading instructions. Hard copies of the solicitation document and its related documents, as appropriate, will be posted at this website, therefore, interested parties are requested not to send letters, e-mails or faxes requesting copies of the RFP. Accordingly, telephoned, mailed, e-mailed or faxed requests will not be honored. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information regarding this acquisition. The Government will not reimburse interested parties for any costs associated with responding to this solicitation. The size standard for this acquisition is set forth under NAICS code 541360. Proposals for this requirement may be submitted by all concerns, i.e., large businesses, small businesses, and small businesses owned and controlled by socially and economically disadvantaged individuals. Notice to large businesses: The subcontracting plan requirements of P.L. 95-507 are applicable to this effort. Thus, all large businesses are required to submit a detailed subcontracting plan. To be eligible for award, interested parties MUST be registered with the Central Contractor Registry at www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/RFP-NRC-04-10-159/listing.html)
- Record
- SN02322750-W 20101106/101104234352-a444f1f5bf04fb51dca10b5123dffcf6 (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 |