THERE IS NO SOLICITATION AT THIS TIME. This request for capability 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.
If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, Web site address and telephone number as well as size and type of ownership for the organization; 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability; and 3) responses to questions 1-11 below. Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. Do not submit budget information. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Taking into account the magnitude of the scope of this professional recruitment effort, organizations also should address the capacity of their financial infrastructure to coordinate and deliver contract performance. Although no geographic restriction is anticipated, if responding organizations are located outside the Washington Metropolitan area, indicate how the organization would coordinate with the NRC program office located at NRC Headquarters in Rockville, MD.
QUESTIONS 1-11:
1. How long has your organization been in operation and what is the size of your company.
2. What is the small business ownership type of your organization?
3. Has your company ever experienced an organizational conflict of interest in working with the NRC? If so, how was the matter resolved?
4. What is the typical company's performance capacity and capability for performing maintenance and operation support, user support, and hosting of IT systems?
5. Do you have dedicated office space or access to dedicated office space for integrated project management and development in close proximity to NRC Headquarters in Rockville, MD 20852? (If so, describe any office space alternatives.)
6. Do you hold a GSA Federal Supply Schedule contract(s) or other Federal agency contracting vehicle? If so, in what business areas do you have such contracts.
7. Describe your level of knowledge and experience with NRC regulations, specifically 10 CFR Parts 30 (http://www.nrc.gov/reading-rm/doc-collections/cfr/part030/), 40 (http://www.nrc.gov/reading-rm/doc-collections/cfr/part040/) and 70 (http://www.nrc.gov/reading-rm/doc-collections/cfr/part070/). Please include any other contract experience which directly relates to this technical understanding.
8. List the companies and Government agencies your organization has supported in the past 5 years for maintenance and operational support, user support, and hosting of IT systems.
9. What experience does your company have with the Federal Certification and Accreditation (C&A) process for developing, testing, and hosting Level 3 and Level 4 IT systems? (If desired, list data center geographic areas and whether your current resources could accommodate NRC systems.)
10. Has your company ever transitioned a Federal IT system to an operational Level 3 and/or 4 system into your hosting environment? Include the timeframe over which the transition occurred.
11. Describe any experience in decommissioning and uranium recovery sites.
Interested firms responding to this Sources Sought Synopsis are encouraged to structure capability statements in the order of the area of consideration noted above. The page limit for capability statements is 10 single-sided or 5 double-sided pages in length. Pages beyond this limit will not be evaluated. All capability statements must be submitted via e-mail to [email protected] by April 27 at 3:00 p.m. EST. Responses submitted after the due date and time will not be considered. Questions and Answers will not be provided. Documents must be in Microsoft Office 2003 Word, Excel or Adobe Portable Document Format (PDF). Limit your e-mail attachments to no more than 20 MB. NRC is not responsible for undelivered e-mails.
This market survey is being conducted through the FedBizOpps to reach the widest possible audience and to gather current market information.
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. The Government may provide access to the information contained in the response to a contractor providing acquisition planning and strategic technical assistance support to the Government. 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.