SOURCES SOUGHT
99 -- Sources Sought for Technical Support for Advanced non-Light Water Reactor Nuclear Power Plant Modeling and Analysis
- Notice Date
- 3/20/2023 6:34:15 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NUCLEAR REGULATORY COMMISSION ROCKVILLE MD 20855 USA
- ZIP Code
- 20855
- Solicitation Number
- NRC-RES-03-20-2023
- Response Due
- 5/3/2023 5:00:00 PM
- Archive Date
- 05/03/2023
- Point of Contact
- Emarsha Whitt, Phone: 3014158128
- E-Mail Address
-
Emarsha.Whitt@nrc.gov
(Emarsha.Whitt@nrc.gov)
- Description
- In preparation for the anticipated license review of advanced non-LWR designs, the NRC is in the process of assembling the necessary computational tools and developing the evaluation plant models needed to perform confirmatory analyses of these designs.� These evaluation plant models are being developed using both legacy codes, such as the NRC�s TRAC/RELAP Advanced Computational Engine (TRACE) code, as well as new Multiphysics Object Oriented Simulation Environment (MOOSE)-based tools developed under Department of Energy�s (DOE�s) Nuclear Energy Advanced Modeling & Simulation program (NEAMS) including but not limited to the Griffin, Pronghorn, System Analysis Module (SAM), Bison, Sockeye, and Nek5000 computer codes.� The NRC is seeking a vendor capable of providing technical support in the form of developing non-LWR plant models, and/or modifying non-LWR plant models already developed by the NRC, using the NEAMS computer codes. Specific activities include: Developing or modifying non-LWR plant models using the NEAMS computer codes, Running steady state and transient cases to simulate various accident scenarios, and Analyzing the results of the simulations. However, the vendor is not expected to perform evaluations; the overall evaluations will be performed by NRC staff. 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 541330, Support � Professional :� Engineering/Technical. 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:� The vendor must provide and use an existing computational infrastructure (e.g., personnel, equipment, facilities, computational capabilities) to develop or modify non-LWR plant models using the NEAMS computer codes, run steady state and transient cases to simulate various accident scenarios, and analyze the results of these simulations. The vendor shall provide all necessary qualified personnel to perform these tasks. Ideally, the vendor�s programs and infrastructure should meet or exceed the following requirements: Access and ability to run the NEAMS MOOSE-based computer codes, specifically Griffin, SAM, and Pronghorn. Capability to run the NEAMS MOOSE-based computer codes in a secure environment within the vendor�s facilities to protect any proprietary information that may be provided to the vendor via a non-disclosure agreement (NDA). Capability to model and simulate non-LWR nuclear power plants using the NEAMS MOOSE-based computer codes. Adequate computational infrastructure capacity, capable of running large non-LWR nuclear power plant models within reasonable timeframes. Submit two (2) past performance references of which describe experience related to modeling and simulation of nuclear power plants, specifically non-LWR nuclear power plants. Ability to sign and honor an NDA as needed to protect proprietary information. KEY PERSONNEL QUALIFICATIONS The following is a list of qualifications the key personnel shall possess: Knowledge of various designs of advanced non-LWR nuclear power plants. Expertise in non-LWR nuclear power plant normal operation and accident analysis. Expertise in non-LWR nuclear power plant modeling and simulation using the NEAMS MOOSE-based computer codes. 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-ch20.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). 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). 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 45 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/430152fc91af484e8f96c4ec3df227cd/view)
- Place of Performance
- Address: Rockville, MD 20852, USA
- Zip Code: 20852
- Country: USA
- Zip Code: 20852
- Record
- SN06624530-F 20230322/230321060702 (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 |