SOURCES SOUGHT
R -- Sources Sought for Novel and Innovative Condition Monitoring Methods for Electrical Cable Aging Management and Qualified Life Extension
- Notice Date
- 12/13/2023 7:31:16 AM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- NUCLEAR REGULATORY COMMISSION ROCKVILLE MD 20855 USA
- ZIP Code
- 20855
- Solicitation Number
- APP-24-RES-0040
- Response Due
- 1/8/2024 2:00:00 PM
- Archive Date
- 01/23/2024
- Point of Contact
- MITCHELL, JEFFREY R., Phone: 3014155074, GLAROS, RACHEL N., Phone: 3014150063
- E-Mail Address
-
Jeffrey.Mitchell@nrc.gov, Rachel.Glaros@nrc.gov
(Jeffrey.Mitchell@nrc.gov, Rachel.Glaros@nrc.gov)
- Description
- Sources Sought for Novel and Innovative Condition Monitoring Methods for Electrical Cable Aging Management and Qualified Life Extension THE U.S. NUCLEAR REGULATORY COMMISSION (NRC) is issuing this Sources Sought Synopsis as a means of conducting market research or as a market survey to determine the availability of potential qualified vendors with the technical capability to provide all management, supervision, administration, and labor for the project titled: �Novel and Innovative Condition Monitoring Methods for Electrical Cable Aging Management and Qualified Life Extension.�� BACKGROUND The NRC needs to gather a comprehensive understanding of available tools and techniques (including novel and innovative technologies) in the field of electrical cable condition monitoring suitable for aging management as well as potential use in extending qualified life of environmentally qualified (EQ) cables in support of condition-based qualification methodology as outlined in 10 CFR 50.49. This research should provide the fundamental understanding and basis to inform future guidance in this area as well as performance criteria against which to measure. Some of the relevant condition monitoring techniques are listed below: Low-frequency dielectric spectroscopy (LFDS) for low voltage cable condition monitoring Advances in frequency domain reflectometry (FDR) for cable aging tracking and trending Improvements to time domain reflectometry (TDR) and use of spread spectrum time domain reflectometry (SSTDR) for local anomalies in segments of cables subjected to adverse localized environments (heat, radiation, contamination, moisture, etc.) Advanced approaches in use of partial discharge detection to monitor potential cable weaknesses (defects, mechanical damage, etc.) as well as testing accessories (splices and terminations) for both post-installation and long-term service life Polarization/depolarization current (PDC) advancements for aging management of low voltage cables Online monitoring techniques for early detection of developing anomalies (globally and locally) and mitigation of failures of important-to-safety cables and accessories Advances in development of cable aging mathematical models, FDR simulations, and digital twins Development of advanced analytical, statistical, and/or artificial intelligence (AI)/machine-learning (ML) classification-based algorithms for impedance anomaly identification and localization for in-situ cable aging management programs Chemical and material science testing such as near infrared spectroscopy (NIR), Fourier transform infrared spectroscopy (FTIR), oxidation induction temperature and time (OITP and OIT) in support of electrical tests to develop acceptance criteria guidelines The aim of the project is to establish a full consideration of details, suitable applications, appropriate acceptance criteria, performance measures, validity, and effectiveness of the recent tools and techniques, such as the ones mentioned above.� Theses example techniques have been studied or developed by a variety of domestic and international entities such as, vendors, Department of Energy (DOE) national laboratories, Electric Power Research Institute, Inc (EPRI), academic institutes, etc.� The scope of the project also includes promising and evolving methods under study or development. SPECIFIC ACTIVITIES Identify currently available as well as evolving novel and innovative technologies and provide a comprehensive up-to-date listing Study and evaluate each method to determine direct application and significance to the needs of this project Provided detailed technical information and insights for the methods chosen that includes theories behind the technology, type of instruments used, repeatability attributes, accuracy discussions, etc. In some cases, performance of actual field or laboratory testing and data collection/analysis maybe required on recent techniques where adequate information may not be readily available The scope of the project will be informed by the current and evolving knowledge of characteristics of cables and relevance to cable aging management and condition-based qualification.� For example, tests such as thermogravimetric analysis (TGA) are useful for samples exposed to higher than normal operating temperatures but may not be directly relevant to this study and could be excluded. The identified methods and techniques will each be assessed to determine factors such as maturity stage, efficacy (as shown by data-driven results), commercial availability, accuracy, applicability to common cable types used in US reactors (e.g., cross-linked polyethylene (XLPE) and ethylene propylene rubber (EPR) insulations), cost considerations, availability of acceptance criteria guidelines, etc.� CAPABILITIES SOUGHT The applying organization must have, existing key staff and permanent facilities with in-depth expertise with a preferred minimum 10 year of experience in the following areas: Demonstrated expertise in implementing or developing electrical cable condition monitoring:� In-depth expertise in cable aging management methods and practices used in nuclear power facilities In-depth knowledge of cables and EQ qualification practices and methodologies used in nuclear power plants Deep understanding of laboratory and in-situ field testing of cables Ability to elicit technical information and analysis of the techniques by other sources (vendors, DOE labs, EPRI, etc.) Capability to perform testing or evaluate new methods through the process of witnessing and observing testing by others (vendors, DOE labs, EPRI, etc.) Ability to objectively perform in-depth review and analysis of each technique and identify merits, applications, limitations, performance criteria, acceptance criteria, cost comparisons, suitability for nuclear power plant field environments, etc. Demonstrated competence in developing technical publications and deliverables in the form of technical letter reports In-depth working knowledge of applicable industry standards such as IEEE guidance and standards Detailed familiarity with NRC rules, requirements, and published guidelines regarding cable intended safety functions, condition monitoring, EQ, aging management programs, maintenance practices, etc. Experience with in-house developed novel and innovative cable testing and condition monitoring techniques or history of study and evaluations of such methods by others Capability to provide knowledge management and training video presentations to aid understanding and capture of the knowledge gained from the study for later use by the NRC technical reviewers and inspectors. 3. Capability to host a work environment for effective communication and collaboration that includes document repository for NRC�s review (e.g., Microsoft TEAMS, etc.). 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 541690. 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.� 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. Separately and distinctly describe your organization�s ability to meet the capabilities indicated in the above section, capability sought. 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, Jeffrey Mitchell, at Jeffrey.Mitchell@nrc.gov , either MS Word or Adobe Portable Document Format (PDF), by January 8, 2024, close of business. 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/34890a3625b14eae8dcd9ba4090c3b06/view)
- Record
- SN06911735-F 20231215/231213230046 (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 |