SOLICITATION NOTICE
B -- Risk Informed And Performance Based Oversight Of Radiological Emergency Response Programs
- Notice Date
- 8/10/2012
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting 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
- NRC-HQ-12-R-07-0051
- Point of Contact
- Morie Gunter-Henderson, Phone: 301-492-3626
- E-Mail Address
-
Morie.GunterHenderson@nrc.gov
(Morie.GunterHenderson@nrc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Nuclear Regulatory Commission (NRC) has a requirement for a study of potential enhancements to evaluation processes titled: Risk Informed And Performance Based Oversight Of Radiological Emergency Response Programs. The NRC will conduct and administrate this project in close coordination with the Federal Emergency Management Agency (FEMA). In SECY-06-0200, "Results of the Review of Emergency Preparedness Regulations and Guidance," dated September 20, 2006, the staff proposed to begin activities to develop a performance-based regulatory concept. In the staff requirements memorandum (SRM) to SECY-06-0200, dated January 8, 2007, the Commission approved the request by the staff to begin exploratory activities in this area with the Department of Homeland Security (DHS)/FEMA, conducting one or more public meetings and providing a recommendation to the Commission on a path forward. Objective: The Contractor shall provide the necessary personnel, management, materials, administrative and technical services required to provide expert technical assistance services that will be outlined in the statement of work. Scope of Work: The Risk Informed and Performance Based Oversight of Radiological Emergency Response Programs study shall provide a road map for the NRC and FEMA to begin the next major EP enhancement of working to quantify the protection that EP plans and procedures shall result in and codify them in regulations and manuals that are transparent, objective, and measurable. The study conduct will not be constrained to narrow considerations and the contractor may propose restructuring of existing regulatory paradigm to achieve the objectives. Alternatively, the study may show that major changes cause excessive burden, and would not enhance oversight and flexibility significantly enough to warrant implementation. Although that outcome is not the intent, the study is expected to determine benefit without preconceived conclusions. The contractor conducting the study will work collegially with the NRC and FEMA staff to achieve objectives, but will not be directed to any conclusion. The contractor shall participate in telecom and in person meetings with NRC headquarter (HQ), FEMA HQ, and NRC regional personnel to discuss the project. The contractor shall confer with NRC staff regarding project, performance and technical issues. The contractor shall examine methods for and the impact of integrating emergency preparedness (EP) programs with DHS/FEMA initiatives in a manner that improves the level of EP, allows for flexibility in developing response capability and enhances oversight through performance-based methods. The contractor shall explore the use of performance-based oversight of EP programs that support NPPs as well as methods to integrate EP into DHS national initiatives. The purpose of such a system is to improve effectiveness and efficiency. A performance-based oversight system would focus on outcomes, i.e., the ability of responders to perform the necessary functions to protect public health and safety during a significant, yet unlikely NPP accident. The anticipated period of performance is twelve months from the date of award with a 6 months optional period. A Time-and-Material/Labor-Hour contract is anticipated. The Request for proposal (RFP) will be available on or about August 27, 2012, and the closing date for proposal will be on or about September 27, 2012. The solicitation will be available solely through the FedBizOpps website at https://www.fbo.gov/. All future information regarding this acquisition, including solicitation amendments, will be distributed solely through the FedBizOpps website. Hard copies of the solicitation document and its related documents, as appropriate, will be posted at this website; therefore, interested parties shall not 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 shall be responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information regarding this acquisition. The Government shall not reimburse interested parties for any costs associated with responding to this solicitation. This RFP is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 541620 - Environmental Consulting Services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NRC/OA/DCPM/NRC-HQ-12-R-07-0051/listing.html)
- Place of Performance
- Address: U.S. Nuclear Regulatory Commission, Division of Contracts, Mail Stop: TWB-01-B10M, 11555 Rockville Pike, Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN02834686-W 20120812/120810235737-83542642b7139f20d3a2a79a0b824481 (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 |