The objective of this requirement is to provide support in developing the technical basis for further risk-informing the regulatory framework for instrumentation and control (I&C) systems or components.
This requirement includes four tasks to be completed in two stages. The first stage includes three tasks. The first task is to assess the technical feasibility of risk-informed approaches and further integrating risk insights into the regulatory review framework for I&C systems or components. This assessment will be based upon state-of-the-art or state-or-the-practice approaches used in other agencies or industries and will include: (1) a summary of current practices, lessons learned, and challenges for applying probabilistic risk assessment (PRA) and risk insights to digital I&C at operating and new reactors; (2) identification of potential gaps; and (3) as applicable, requirements for methods, models, data, or analytical tools needed to be developed further for establishing a risk-informed regulatory framework for digital I&C systems. The second task is to establish a risk-informed categorization process that can be used to: (1) classify major I&C systems or components with respect to risk insights and safety significance; and (2) focus licensee and NRC resources on those I&C systems or components identified as being important to safety. The third task is to establish potential methods and analytical tools for: (1) estimating failure frequencies of digital I&C systems; and (2) assessing and addressing uncertainties in these estimates. The fourth task to be performed in the second stage is to develop recommendations for further integrating risk insights into the digital I&C regulatory infrastructure, including license review approaches and inspection focus, in a manner that complements the NRC's deterministic approach and supports the NRC's traditional defense-in-depth philosophy.
REQUIRED CAPABILITIES
The applying organization must have key staff who possess at least an undergraduate degree in nuclear engineering, electrical engineering, physics, computer science, applied mathematics, or reliability/risk engineering with in-depth expertise and a preferred minimum of 10 years of experience in the following areas:
• LWR and advanced non-LWR (including high-temperature gas-cooled reactor, sodium-cooled reactor, molten salt reactor, and liquid metal cooled reactor and nuclear power plant designs.
• I&C systems or components used in the aforementioned reactor designs, including experience with analyzing failure modes and effects of failures on I&C safety functions.
• Applications involving NRC's risk-informed regulatory framework.
• Use of PRA to inform safety-related or design decisions regarding DI&C systems and components.
• Risk-informed categorization and treatment of SSCs for nuclear reactors.
• PRA methods and related state-of-the-art research on estimation of software and DI&C system failure frequency or reliability.
• Risk-informed categorization and treatment of SSCs for nuclear reactors and related risk-informed RGs.
• PRA methods and related state-of-the-art research on estimation of software and digital I&C system failure frequency and reliability.
• Previously completed PRAs or reports that estimated risk associated with systems for safety critical applications.
• Previously completed PRAs or reports on identification and estimation of failure frequencies or reliabilities and uncertainties associated with systems for safety critical applications.
• General project management.
The period of performance will be four years from date of award.
The applicable North American Industry Classification System (NAICS) code for this acquisition is 541330- Engineering Services, SIC Code 8711.The small business size standard is annual receipts for the preceding three fiscal years not-to-exceed $15M.
Request for Proposal (RFP) No: 31310019R0017. will be posted on, or about, April 22 , 2019 as a small business set aside.
The government reserves the right to make multiple awards from this solicitation.
All future information about this acquisition, including solicitation amendments will also be distributed solely through the FedBizOpps website. Hard copies of the solicitation document and its related documents, as appropriate, will not be available. Because this RFP will be posted on this website, interested parties are instructed NOT to call, send letters, e-mails or faxes requesting the RFP. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. The Government will not reimburse interested parties for any cost associated with responding to this business opportunity.
Vendors must be registered with the System for Award Management (SAM) at the time an offer is submitted in order to be considered for an award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (541330 listed above) to this acquisition must be in vendor's SAM registration.