The RFP Database
New business relationships start here

VARSKIN Computer Code Support


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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, code development, administration, and labor for support of the VARSKIN computer code. Specific activities include: VARSKIN and Radiation Protection Computer Code Analysis and Maintenance Program (RAMP) collaboration, computer code (JAVA or other code) updating and management, model development, distribution, training and support services. Services are to be provided to the NRC Office of Nuclear Regulatory Research (RES), in Rockville, Maryland. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541511 - Custom Computer Programming Services.

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 (if applicable):
The NRC is seeking to identify commercial organizations capable of providing computer code updating, model development, code management, testing and software quality assurance management for the VARSKIN computer code. Specific capabilities would include extensive expertise in radiation dose calculations associated with 30 years of the VARSKIN computer code. This included knowledge of the evolution and improvements and documentation to include Code of Federal Regulations for Skin Dosimetry, NRC Notices, MIRD Pamphlets, NUREG documentation and published papers. Specific documentation includes, but is not limited to 10 CFR Part 20, NRC Notices 83-59 and 86-23, NUREG/CR-4418, NUREG/CR-5276, NUREG/CR-5873, NUREG/CR-6918, and NUREG/CR-6918, Rev 1 and published papers.


The organization shall possess technical expertise and experience with photon dosimetry including principal mechanisms of interaction. They should also have experience with electron dosimetry, including knowledge of the history of the VARSKIN code and its electron dosimetry models. With regards to eye dosimetry, the organization should have the capability to extend the code to eye dosimetry or any other internal or external advanced dosimetry application. The organization should also have experience with neutron dosimetry and the capability to add it to the VARSKIN code.


Finally, the organization shall have extensive technical expertise and experience with code development, maintenance, and testing of computer codes written and developed in JAVA and/or other programming language to ensure a universal multiplatform capabilities. The organization shall be capable and have experience in software verification, validation and quality assurance for engineering computer codes as well as expertise in code consolidation.


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.


1.    Organization name, address, emails address, Web site address and telephone number.


2.    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.


3.    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.


4.    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.


5.    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).


6.    For any federal customers that your agency has for the required capabilities, indicate how your company complies with applicable environmental laws and Federal regulations (See NRC's Green Purchasing Plan at: http://pbadupws.nrc.gov/docs/ML1219/ML12191A130.pdf).


7.    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).


8.    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.


9.    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.


10.    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 Rob Robinson at richard.robinsonii@nrc.gov, either MS Word or Adobe Portable Document Format (PDF), within 30 calendar days of publication of this notice. Responses shall be no more than 20 pages in length.


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.


Rob Robinson, Phone 301-415-0728, Email richard.robinsonii@nrc.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP