SOURCES SOUGHT
99 -- Engineering Services in Support of National Reactor Innovation Center (NRIC) Demonstration Test Bed
- Notice Date
- 8/19/2020 11:29:10 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- BATTELLE ENERGY ALLIANCE�DOE CNTR Idaho Falls ID 83415 USA
- ZIP Code
- 83415
- Solicitation Number
- INL-20-013
- Response Due
- 9/4/2020 4:00:00 PM
- Archive Date
- 09/19/2020
- Point of Contact
- Brett Horsburgh
- E-Mail Address
-
brett.horsburgh@inl.gov
(brett.horsburgh@inl.gov)
- Description
- Expression of Interest Engineering Services in Support of National Reactor Innovation Center (NRIC) Demonstration Test Bed I.������� SCOPE Battelle Energy Alliance, LLC (BEA), the management and operating (M&O) contractor for the U.S. Department of Energy�s Idaho National Laboratory (INL) in Idaho Falls, Idaho, is seeking an Expression of Interest (EOI) from prospective offerors to provide engineering services supporting the development of a reactor demonstration test bed potentially consisting of multiple facilities at the INL. At this time, it is envisioned that engineering services will be utilized in support of conceptual, preliminary, and final designs, including develop of approved for construction drawings and specifications, for the modification of two (2) existing facilities at the Materials and Fuels Complex (MFC), located at the INL site approximately 30 miles west of Idaho Falls, Idaho. These facilities will be utilized in support of microreactor demonstrations and/or small prototypes in support of the National Reactor Innovation Center (NRIC). NRIC enables advanced reactor demonstration and deployment. NRIC was authorized by Congress in 2018 and established by DOE in 2019. NRIC is led by INL in coordination with other national laboratories. Pre-conceptual design activities associated with preparing the Zero Power Physics Reactor (ZPPR) Cell and Experimental Breeder Reactor (EBR)-II Dome as host sites for operational reactor demonstrations and/or prototypes were initiated in Fiscal Year (FY) 2020. The ZPPR test bed will enable testing of reactor concepts requiring higher security posture at power level ? 500kWt. The scope includes reconfiguration of confinement to streamline installation and removal process for reactors using the ZPPR Cell. Scope also includes mechanical, electrical, and plumbing (MEP) (including heating, ventilation, and air conditioning [HVAC]) configuration to be compatible with a wide range of reactor fuel and coolant choices. The EBR-II Test Bed will leverage the existing dome structure to accelerate timelines for demonstration of reactor concepts, including High Assay Low-Enriched Uranium (HALEU) concepts, ? 10MWt. The scope includes re-establishment of MEP (including HVAC) systems, installation of life safety systems, and restoration of containment functionality. Each demonstration test bed will be operated as a nuclear facility and as such, design shall be in accordance with all applicable DOE standards, including DOE-STD-1189-2016, �Integration of Safety into the Design Process.� One or more engineering subcontracts are envisioned to support this effort. II.������ RELEVANT CONSIDERATIONS In response to this EOI, interested firms shall submit a qualifications package demonstrating compliance to the following criteria: Experience and expertise in the design of DOE nuclear facilities/systems within the last 10 years, including safety-class and safety-significant systems and definition of associated performance criteria (critical characteristics). Demonstrated experience associated with development of strategies for the control of radioactive contamination and mitigation of radiation exposure, and �component damage evaluations associated with high radiation environments. Demonstrated structural experience in retrofit of existing facilities to meet current design codes and standards, including evaluation of natural phenomena hazards (NPH) and structural design to meet NPH Design Category (NDC) 3 requirements. Demonstrated experience conducting heat dissipation calculations and design of HVAC systems for heat removal. Demonstrated experience with confinement and containment systems or other similar structures/enclosures. Demonstrated experience designing and working in an electronic systems engineering tool/database for requirements management. Experience with safety-class/safety-related core instrumentation or accident monitoring instrumentation. Experience in the design of safety-class or safety-related electrical power systems. Capacity (depth and breadth) to support design efforts over an accelerated timeframe. (Design efforts are anticipated to begin early in FY 2021 with a target of an approved for construction design issued in 9 � 12 months.) Licensed or capable of becoming licensed to perform design engineering services in the state of Idaho. Established Quality Assurance Program meeting the requirements of American Society of Mechanical Engineers (ASME) NQA-1-2008/1a-2009 and 2017 editions, �Requirements for Quality Assurance Programs for Nuclear Facilities,� Part I requirements, and Part II, Subpart 2.7, and Subpart 2.14 requirements. Experience in development and implementation of commercial grade dedication plans. References. III.���� SUBMITTAL REQUIREMENTS Interested firms who respond with information that demonstrates experience and capability relative to all the attributes listed above may be considered for a future RFP(s). Responses shall clearly identify whether identified experience is that of the firm or specific to an individual(s) of the firm. Interested firms shall submit a qualifications package via email to Brett Horsburgh, Contract Specialist (Brett.Horsburgh@inl.gov), no later than close of business on August 20, 2020. Included must be sufficient written information confirming the responder�s qualifications as a potential offeror under a prospective RFP(s). Note that qualification packages must be no more than thirty (30) pages in length.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9925da9f2d83445a804674494e01fe9d/view)
- Place of Performance
- Address: Idaho Falls, ID 83415, USA
- Zip Code: 83415
- Country: USA
- Zip Code: 83415
- Record
- SN05766174-F 20200821/200819230207 (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 |