SOURCES SOUGHT
99 -- Sources Sought for Technical Assistance for Developing Guidance to Evaluate Evapotranspiration Covers
- Notice Date
- 1/25/2024 12:49:17 PM
- 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
- NRC-RES-01-25-24
- Response Due
- 2/9/2024 2:00:00 PM
- Archive Date
- 02/09/2024
- Point of Contact
- Emarsha Whitt, Phone: 3014158128
- E-Mail Address
-
Emarsha.Whitt@nrc.gov
(Emarsha.Whitt@nrc.gov)
- Description
- 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 Technical Assistance for Developing Guidance to Evaluate Evapotranspiration Covers.� Specific activities include: (1) technical assistance support to develop a draft NUREG report for public comment, (2) technical assistance support in responding to public comments, and (3) technical assistance support to publish a final NUREG report. 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, Other Scientific and Technical Consulting Services. BACKGROUND The NRC requires technical assistance support for the development of a NUREG report establishing agency guidance on evaluating the design and long-term performance of evapotranspiration (ET) covers for radioactive waste disposal sites. ET covers are engineered surface covers that rely on evaporation of water from the soil and on transpiration of water from plants (i.e., the soil layer and vegetation are specially designed to optimize soil water storage and ET over the long-term to prevent water infiltration into the waste). The NUREG report will provide guidance on the design, construction and monitoring of ET covers at radioactive waste sites that are regulated or assessed by the NRC such as Uranium Mill Tailings Radiation Control Act (UMTRCA) Title I and Title II sites and certain Department of Energy (DOE) radioactive waste disposal sites. These sites contain hazardous waste that needs to be isolated for hundreds or thousands of years depending on the longevity and quantity of the waste form. The anticipated scope of the guidance is as follows:� Waste types, ET cover objectives, and common cover components Based on site characteristics determine requirements to optimize evaporation and/or transpiration (e.g., specifications for composition, thickness, and depth of water storage layer).� Based on site characteristics determine requirements to maintain performance and integrity of the ET cover (e.g., minimize surface and subsurface erosion over time to the extent practical).� Cover design (conceptual design as well as initial and final site-specific design) Methods for performance monitoring and long-term surveillance and maintenance Relevant case studies and lessons learned 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 SKILLS AND CAPABILITIES: The vendor must have existing staff with the following skills and capabilities to assist the NRC: Detailed knowledge of design and construction of conventional radioactive waste covers and ET cover alternatives. Evidence of such knowledge may include: Participation in field projects Scientific publications Detailed knowledge of NRC activities that will contribute to the NUREG including Past NRC reviews and assessments of covers at UMTRCA sites Current NRC reviews and assessments of covers at UMTRCA and DOE sites NRC-organized workshops NRC-sponsored research First-hand experience, including field experience, with how UMTRCA covers have performed over time Detailed knowledge of current DOE radioactive waste disposal activities as they relate to the design and long-term performance monitoring of covers (e.g., Office of Legacy Management activities at UMTRCA Title I and Title II sites, Office of Environmental Management development of engineered disposal cells for uranium mill tailings, waste incidental to reprocessing, etc.) Detailed knowledge of the research literature on physical and ecological processes affecting long-term performance of covers, including DOE-sponsored lysimeter studies 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 how your organization meets each of the capability requirements specified in the above section, REQUIRED SKILLS AND CAPABILITIES.� 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), and any other relevant information. 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). Provide a standard, non-proprietary commercial price list or similar standard non-proprietary commercial pricing information for how your company sells, as a prime contractor, required capabilities described in this notice that your organization has experience providing. �Also, indicate what is included in that pricing. 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 shall not exceed 10 pages in length and 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 by no later than 5:00pm, EST, on February 9, 2024. 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/10d0f9efa66c4fb787b1f60323afd8a1/view)
- Place of Performance
- Address: MD 20854, USA
- Zip Code: 20854
- Country: USA
- Zip Code: 20854
- Record
- SN06946191-F 20240127/240125230047 (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 |