Idaho Bids > Bid Detail

NRIC DOME Front End Engineering and Experiment Design (FEEED)

Agency: ENERGY, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159460313754021
Posted Date: Jun 8, 2023
Due Date: Jun 30, 2023
Solicitation No: INL-23-008
Source: https://sam.gov/opp/99b5db9394...
Follow
NRIC DOME Front End Engineering and Experiment Design (FEEED)
Active
Contract Opportunity
Notice ID
INL-23-008
Related Notice
Department/Ind. Agency
ENERGY, DEPARTMENT OF
Sub-tier
ENERGY, DEPARTMENT OF
Office
BATTELLE ENERGY ALLIANCE–DOE CNTR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jun 08, 2023 10:49 am MDT
  • Original Response Date: Jun 30, 2023 05:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Idaho Falls , ID 83415
    USA
Description

INTRODUCTION



Battelle Energy Alliance, LLC (BEA) Management & Operating Contractor of the U.S. Department of Energy (DOE) owned Idaho National Laboratory (INL), is seeking an Expression of Interest (EOI) from prospective offerors who would like to work with the National Reactor Innovation Center (NRIC) in the planning process for the design, funding, authorization, National Environmental Policy Act (NEPA), and expected support from other entities that may be required to complete the testing of a novel microreactor design from first contact through final disposition.



BACKGROUND



BEA is developing facilities and processes to provide reactor developers with the opportunity to collaborate with the National Reactor Innovation Center (NRIC) in the development of microreactors. BEA/NRIC is looking for interested vendors to complete the Front-End Engineering and Experiment Design (FEEED) process, which is used to plan the design, fabrication, construction, and testing of microreactors at the NRIC DOME or other test facilities. At the successful completion of FEEED there will be a detailed program plan, program schedule, cost estimate, engineering document and deliverables list, reactor authorization plan, and NEPA compliance plan.



PROCESS



This EOI will be evaluated by relevant stakeholders from DOE-ID, DOE HQ, BEA, and NRIC. The decision to issue a Request for Proposal (RFP) for the FEEED process will rely on the stakeholders’ assessments of EOI responses and will also consider the number of EOI’s received. Criteria for selection for RFP will be based on the proposed project schedule, funding, technical maturity, alignment with NRIC’s objectives, uniqueness of the reactor concept or design, and readiness as described in the EOI. Note, all respondents invited to participate in the anticipated RFP will be required to register with System for Award Management (SAM.gov) and INL Vendor Portal.



EOI evaluation criteria includes, but is not limited to the following areas:




  • General project plan

  • General project schedule

  • Reactor type and size

  • Reactor maturity level (TRL)

  • Fuel type and availability

  • Previous industry experience (DOE / NRC)

  • Company profile

  • Quality Program Plan (NQA-1)

  • Unique characteristics, attributes, or applications distinguishing from other potential responses



As determined by BEA, responders to this EOI may receive an RFP that will require detailed technical and price proposals be provided for evaluation and ranking under a source selection process. Note, this EOI request does not constitute a solicitation and does not guarantee inclusion in the anticipated RFP solicitation and/or subsequent solicitations. Rather, selections for inclusion in the anticipated RFP solicitation and/or subsequent solicitations will be at the sole discretion of the relevant stakeholders referenced above.



The contract type for the NRIC DOME FEEED is anticipated to be a cost-type contract with a minimum 80/20 BEA/developer cost sharing.



The RFP release is anticipated during July of FY 2023. Initial source selections/awards are anticipated prior to the end of FY 2023 following proposal receipt, with planned authorization to start in September of FY 2023. Note these dates are subject to change at the sole discretion of BEA.



With this EOI, BEA is developing a solicitation list for a formal RFP solicitation. If your organization would like to be considered for participation in the FEEED RFP solicitation, please complete the submission requirements listed above in this EOI. BEA will select organizations based on responses to the criteria listed above.



SUBMITTAL REQUIREMENTS



Interested firms are requested to provide expressions of interest (via email) to the undersigned by close-of business on 06/30/2023. Responses must include sufficient written information confirming the responder’s qualifications that addresses each of the criteria listed under section 3 above.



Note that responses must be no more than ten (10) pages in length in PDF format. Only select respondents, as determined by BEA, will receive an invitation to participate in the anticipated RFP solicitation.



If you have questions, or need additional information, please contact Robert Murdock, Contract Specialist, via email at Robert.Murdock@inl.gov and Tracie Butler, Contract Specialist, via email at Tracie.Butler@inl.gov with the subject line “Response to NRIC DOME FEEED EOI.” Technical questions must be submitted in writing via email.



Proprietary Information



Because information received in response to this EOI may be business sensitive or proprietary to the responding party, respondents must mark information in their responses accordingly.




Attachments/Links
Contact Information
Contracting Office Address
  • 1955 N Fremont Avenue
  • Idaho Falls , ID 83415
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 08, 2023 10:49 am MDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >