Intent to Sole Source - NRC 2026 Regulatory Information Conference (RIC) Conference and Meeting Space
ID: 31310024R0118Type: Special Notice
Overview

Buyer

NUCLEAR REGULATORY COMMISSIONNUCLEAR REGULATORY COMMISSION

NAICS

Hotels (except Casino Hotels) and Motels (721110)

PSC

LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES (X1AB)
Timeline
    Description

    The Nuclear Regulatory Commission (NRC) intends to sole-source contract the Bethesda North Marriott Hotel and Conference Center for its annual Regulatory Information Conference (RIC). The conference aims to facilitate discussions on nuclear safety and regulatory practices, with a focus on accommodating 2600–3000 attendees. This venue is the only one that meets the NRC's requirements for proximity to its headquarters, adequate capacity, and availability, ensuring the commission's flexibility and reducing transportation costs. The contract, valued at $1,098,028 for five years, underscores the importance of a central location for NRC's mission. Responses to this notice are due by 9am on August 30th, 2024, or the NRC will award the contract without further notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Limited Sources Justification for Zero-Hop Connectivity Data Center Services
    Active
    Nuclear Regulatory Commission
    Special Notice NUCLEAR REGULATORY COMMISSION is procuring Zero-Hop Connectivity Data Center Services. These services are typically used for providing secure data center space for NRC HQ's secure cloud computing and cloud access with 'zero-hop' connectivity services available locally to NRC HQ in Rockville, MD. The procurement will be a noncompetitive GSA Federal Supply Schedule (FSS) Order on a sole source basis from Equinix, Inc. The acquisition is conducted under the authority of the GSA Multiple-Award Schedule Program.
    76--Subscription to Nucleonics, Inside NRC, and Nuclear Fuel
    Active
    None
    Special Notice: U.S. Department of Energy (DOE) intends to award a sole source contract to Platts for a subscription to Nucleonics, Inside NRC, and Nuclear Fuel publications. These publications provide valuable information related to nuclear energy and the activities of the Nuclear Regulatory Commission (NRC). The contract consists of one base year. This notice is not a request for competitive proposals. If other firms disagree with the sole source contract, they can submit a capability statement and pricing information by April 19, 2013. The DOE will determine whether to compete the contract based on the responses received.
    Amendment No. 1 -Notice of Intent to Award a Sole Source Contract – Radiation Protection Advancing Patient Safety
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), intends to award a Sole Source contract to the National Council on Radiation Protection and Measurements (NCRP) for the project titled "Radiation Protection Advancing Patient Safety." The primary objective of this procurement is to obtain up to six well-sourced scientific analyses, reports, and recommendations on radiation safety, which will inform regulatory decision-making and policy development related to radiological medical devices and radiation-emitting electronic products. This initiative is crucial for enhancing patient safety by ensuring that radiation exposure is minimized and that the quality of patient care is improved. Interested parties must submit their capability statements to Bernice Nelson by September 19, 2024, with the contract being executed under simplified acquisition procedures and the NAICS code 541720, which has a small business size standard of $28 million.
    Special Notice - Intent to Award Sole Source
    Active
    National Archives And Records Administration
    The National Archives and Records Administration (NARA) intends to award a sole source fixed-price contract to Diebold Nixdorf, Inc. for essential preventative maintenance and support services for the Charters Vaults and Integrated Automated Retraction Systems. This procurement aims to ensure the continuous operation and display of the Charters of Freedom, which are critical to NARA's mission, by providing quarterly maintenance, emergency services, and optional upgrades. The contract, structured for a base year with four option years, is justified under FAR Part 13 Simplified Acquisition Procedures due to the unique and proprietary nature of the systems involved. Interested parties must submit proposals by 12:00 p.m. on September 20, 2024, with the anticipated award date set for September 27, 2024. For further inquiries, contact Cynthia Jones at Cynthia.Jones@nara.gov or Sheila Drumheller at Sheila.Drumheller@nara.gov.
    R--Notice of Proposed Contract Action
    Active
    Energy, Department Of
    The Department of Energy, specifically the NNSA Naval Reactors Laboratory Field Office, is proposing a contract action for an independent project review related to the Naval Examination Acquisition Project (NEAP). The objective is to negotiate a sole-source award with Independent Project Analysis (IPA) for their unique qualifications to provide critical analysis and recommendations regarding expected costs, risks, and planning for the project's detailed design and construction phases. This procurement is vital for ensuring informed decision-making prior to the Critical Decision 1 milestone. Interested parties may submit capability statements to Tyson Taylor at tyson.taylor@unnpp.gov, with the anticipated award date set for October 2024. The associated NAICS code is 541611, with a small business size standard of $24.5 million per year.
    Notice of Intent - Sole source
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure CRNAV membership services from Marin, the Marine Institute of the Netherlands, on a sole-source basis for the period of October 1, 2024, to September 30, 2025. This procurement aims to secure a one-year membership in the Cooperative Research Navies (CRNAV) Group, which is crucial for enhancing naval ship stability criteria and providing operational guidance during heavy weather training. The contract will utilize Simplified Acquisition Procedures and is limited to Marin due to its role as the designated coordinator for CRNAV support, with key deliverables including updates on FREDYN software and coordination assistance for technical groups. Interested vendors must submit a capabilities statement by September 20, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil.
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
    Active
    Commerce, Department Of
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
    75N99024R00090 C109584 - Building 105, Providing Standby Power for Chilled Water Generation to Improve Reliability of the Research Triangle Park (RTP) Central Utility Plant (CUP)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health, is soliciting proposals for a design-build project aimed at enhancing the reliability of the Central Utility Plant at Research Triangle Park, North Carolina. The primary objective is to provide standby power for chilled water generation, ensuring continuous cooling for critical research facilities, particularly in the event of electrical utility failures. This project is vital for maintaining operational integrity in laboratories and vivarium environments, where temperature and humidity control are essential for sensitive scientific equipment and research activities. Interested contractors must submit their proposals by September 23, 2024, with an estimated project budget ranging from $25 million to $100 million. For further inquiries, contact Thuy Le at thuy.le@nih.gov or Thao Nguyen at thao.nguyen@nih.gov.
    Request for Information: Computer Aided Facility Management (CAFM) Software System
    Active
    Health And Human Services, Department Of
    The National Institutes of Health, specifically the National Cancer Institute (NCI), is seeking information regarding Computer-Aided Facility Management (CAFM) and Integrated Workplace Management Systems (IWMS) to support its operational needs. The NCI currently utilizes Planon software and is interested in identifying qualified vendors, particularly small businesses, that can provide either authorized reselling of Planon products or alternative commercially-available systems. This initiative is crucial for maintaining efficient facility operations across NCI's extensive real estate portfolio, which includes approximately 125 buildings and 8,500 users. Interested parties should submit their responses by email to Contract Specialist Renee Jones-Chuang at renee.jones-chuang@nih.gov, referencing notice number 75N91024Q00115, as there is no solicitation available at this time and no contract is anticipated to be awarded in Fiscal Year 2024.
    438168-CC-24 RSL Room Upgrades
    Active
    Energy, Department Of
    The Department of Energy, through Mission Support and Test Services, LLC (MSTS), is soliciting proposals for the modification of an existing meeting room at the Remote Sensing Laboratory located at JB Andrews, Maryland, under Solicitation No. 438168-CC-24. The selected subcontractor will be responsible for demolition, construction of new wall partitions, installation of an access door, and finishing work, all in compliance with national security standards as outlined in the Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities. This project is crucial for enhancing facility security and ensuring compliance with federal regulations, with a total small business set-aside to promote participation from small enterprises. Proposals must be submitted electronically by September 19, 2024, with questions directed to Procurement Specialist Corrine Carter at carterce@nv.doe.gov or by phone at (936) 230-0270.