Nuclear Energy Consulting Services for the U.S. Embassy Bucharest, Romania
ID: 19GE5024R0152Type: Presolicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - RPSO FRANKFURTWASHINGTON, DC, 20520, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL CONSULTING AND LEGAL SUPPORT (F115)
Timeline
    Description

    The Department of State is seeking qualified contractors to provide Nuclear Energy Consulting Services for the U.S. Embassy in Bucharest, Romania. The primary objective of this procurement is to support the development of Small Modular Reactors (SMRs) and enhance nuclear energy adoption in Romania and neighboring countries, aligning with U.S. Government initiatives for energy independence and international collaboration. The contract will be structured as a firm fixed-price agreement covering one base year and four option years, with a total estimated budget of $17,500 per year for the services rendered. Interested parties should contact Ms. Gallone at gallonea@state.gov or Andra Balta at BaltaA@state.gov for further details and to ensure compliance with the necessary documentation, including the Form W-14 for foreign contracting parties.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for consulting services related to the nuclear energy sector, specifically focusing on Small Modular Reactors (SMRs) in Romania. The U.S. Embassy in Bucharest seeks a qualified consultant to provide expertise to develop concrete projects and enhance nuclear energy adoption in Romania and neighboring countries. The contract is structured as a firm fixed-price agreement covering one base year with four option years. Key responsibilities include supporting U.S. Government initiatives for business development, offering strategic counseling, facilitating government-to-government agreements, organizing industry meetings, and ensuring compliance with local regulations. The contractor must possess substantial experience in the European energy landscape, particularly in nuclear policy, regulatory frameworks, and industry interactions. The proposal specifically outlines pricing terms, travel reimbursement requirements, and insurance obligations under the Defense Base Act. This solicitation reflects the U.S. Government’s commitment to bolstering energy independence and collaborating with international partners on advanced nuclear technology.
    This document outlines a federal request for proposals (RFP) related to a service contract, detailing pricing and service delivery for five consecutive years, including a base year and four option years. Each year comprises several Contract Line Items Numbers (CLINs), with specific items like Standard Services and Travel Reimbursement noted. The total unit price for the service in each year is consistently reported at $17,500, indicating a clear budget allocation across the base year and each of the option years, ensuring a total accumulation of funds for comprehensive service delivery. The document is structured by segmenting the base year and subsequent option years, emphasizing pricing consistency and contract continuity. Key aspects include the standardized services defined in the Statement of Work (SOW), stressing the importance of travel reimbursement constraints, and further emphasizing compliance with federal contracting requirements. Overall, it serves to communicate the financial scope and operational expectations for parties involved in providing these services, reinforcing the government’s fiscal accountability and support for sustained service relationships.
    The document outlines the required structure for the Contract Information Sheet related to the federal government RFP (Request for Proposals) process. It mandates that offerors provide a detailed listing of three to five relevant contracts from the past five years. Each entry must include the firm's name, contract title, relevant contact information, classification of the offeror's role (e.g., prime contractor or joint venture partner), contract amounts, and dates, as well as an in-depth description of the contract. This description should highlight similarities to the current solicitation's project scope and potential challenges. The aim is to evaluate the offeror's experience and past performance in managing contracts that align with the objectives of the current procurement opportunity. This preparation is critical to ensuring that the federal contracting process selects qualified vendors with proven capabilities. The document's emphasis on thorough documentation serves to facilitate a fair evaluation and enhance the quality of submissions received.
    The Form W-14, issued by the Department of the Treasury and the Internal Revenue Service, serves as a Certificate for Foreign Contracting Parties receiving federal procurement payments. This form is designed for foreign contractors to assert their tax exemptions based on international agreements or procurement rules in relation to contracts with U.S. agencies. Structured in multiple parts, the form requires identification details for the foreign contracting party, including their name, incorporation country, and contact information. It also includes sections to specify tax exemptions claimed under international agreements and delineate exempt and nonexempt amounts related to the contract. The form concludes with a certification section where the foreign entity declares the accuracy of their information and their awareness of tax obligations under section 5000C. This document aids in compliance with U.S. federal contracting procedures, ensuring proper reporting and tax treatment for international contractors engaging in federal procurement, while facilitating transparency and regulatory adherence. It emphasizes the importance of detailed record-keeping and communication between foreign entities and U.S. agencies within the context of federal contractual obligations.
    The Instructions for Form W-14, issued by the IRS, outlines the requirements for foreign contracting parties receiving specified federal procurement payments, which are subject to a 2% tax under Section 5000C. The form serves to establish the contracting party's foreign status and claim potential exemptions from the tax based on international agreements or the production of goods and services within the U.S. To be eligible for exemptions, the W-14 must be provided to the acquiring U.S. government agency before any payments are received. Key conditions include notifying the agency of any changes in circumstances that may affect the information provided, including valid tax treaty exemptions. Foreign contracting parties must adhere to detailed identification and exemption claims specified in the form. The document also defines relevant terms such as "acquiring agency" and "foreign contracting party," and outlines the certifications required from the contracting party under penalties of perjury. Additionally, appendices list qualified income tax treaties that exempt national entities from the tax. This guidance is essential for compliance with federal regulations regarding foreign contracts.
    Similar Opportunities
    Romania DABS Permanent Power
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is seeking a Technical Representative for Electric Wire and Power Distribution Equipment in Romania. The U.S. Army Corps of Engineers (USACE) Europe District (NAU) is looking for firms interested in submitting a Firm-Fixed-Price (FFP) offer for this project. The project scope involves establishing an electrical connection point and installing adequate power from the local utility provider to the new Deployable Air Base Systems – Facilities, Equipment, and Vehicles (DABS/FEV) Storage Complex at Campia Turzii Air Base in Romania. The anticipated power demand is 2.5MW, and the contractor will be responsible for paying the associated ATR fee. The work must be executed by a licensed National Authority for Energy Regulation (ANRE) Contractor approved by the Distribution Operator. The period of performance is expected to be 365 calendar days. The solicitation is scheduled for release in January 2024, with a contract award in June 2024. This notice is for market research purposes only, and no reimbursement will be provided for response preparation. The capability statement should be submitted via email by October 12, 2023.
    Request for Information- Travel Management Services to US Embassy Bucharest
    Active
    State, Department Of
    The U.S. Embassy in Bucharest is seeking information from qualified vendors to provide comprehensive travel management services. The objective is to identify capable Travel Management Centers (TMCs) in Romania that can facilitate air, rail, and bus travel reservations, hotel accommodations, car rentals, and emergency travel services for U.S. government employees and their dependents. This RFI is crucial for understanding the local market and may inform a future Request for Quotation (RFQ). Interested companies must submit their responses by September 20, 2024, to BucharestProcurement@state.gov, and a vendor meeting will be held on September 25 to address inquiries. For further information, contact John McDonald at mcdonaldjk@state.gov or +40212003667.
    Office of Radiological Security Support Services
    Active
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory, is soliciting proposals for Office of Radiological Security Support Services, specifically aimed at transitioning from high-risk gamma-ray radioactive sources to safer x-ray technologies. The procurement seeks small businesses with extensive experience in radiological security and management, requiring contractors to conduct surveys, analyze data, and provide expert guidance while coordinating with various stakeholders to enhance safety measures. This initiative is crucial for improving research practices and reducing radiological risks in both domestic and international contexts. Interested vendors must submit their quotations by September 24, 2024, and can contact Eric Nagel at enagel@bnl.gov for further information.
    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.
    Clinical Alpha Radionuclide Producer (CARP) Hot Cells
    Active
    Energy, Department Of
    The Department of Energy is seeking responses from qualified companies for the design, fabrication, and installation of Hot Cells as part of the Clinical Alpha Radionuclide Producer (CARP) project at Brookhaven National Laboratory in Upton, New York. The project involves engineering services to create a modular construction of six hot cells, including a Target Entry Cell, Disassembly/Dissolution Cells, Actinium Processing Cells, and a Waste Processing Cell, which are essential for the processing and handling of radionuclides. Interested parties are required to submit a Capabilities Statement, their Unique Entity Identifier (UEI), and an 80% confidence rough order magnitude (ROM) cost estimate by October 7, 2024, to assist Brookhaven Science Associates, LLC in planning and resource assessment. For further inquiries, potential respondents can contact Joseph Famiglietti at jfamiglie@bnl.gov.
    Kosovo - Recruitment for Implementation Consultant Services for JETA Project’s Energy Skills for the Future Activity
    Active
    Millennium Challenge Corporation
    The Millennium Challenge Corporation seeks applications for a federal contract to provide implementation consultant services for the Kosovo-based Just and Equitable Transition Acceleration Project's Energy Skills for the Future Activity. This project aims to facilitate a just and equitable transition in the energy sector, focusing on developing skills and enhancing employment opportunities. The scope of work involves recruiting and managing consultants to deliver energy sector training and capacity-building initiatives. The successful applicant will be responsible for coordinating and implementing these services, ensuring high-quality outcomes and community engagement. Eligible offerors should possess extensive experience in international development, preferably in the energy sector, and have a proven track record of managing complex projects and delivering consulting services. To qualify, applicants must follow the bidding process outlined in the MCC Accountable Entity Procurement Policy & Guidelines and attend the mandatory Pre-Offer Conference on September 4, 2024. This procurement has an estimated budget of $500,000 to $800,000 and will be awarded based on a quality and cost-based selection process. The submission deadline is October 4, 2024, at 15:00 hours Kosovo time. Applications should be submitted electronically and will be evaluated based on the criteria outlined in the MCC guidelines. For further clarification or inquiries, interested parties can contact the Millennium Challenge Account - Kosovo through email: MCAKosovoPA@dt-global.com. Disclaimer: This opportunity is not administered by the US Government. Applicants should carefully review the full announcement for any updates and changes.
    Tech Licensing Opportunity: ViBRANT: Visual Benign Reactor As Analog for Nuclear Testing
    Active
    Energy, Department Of
    Special Notice: ENERGY, DEPARTMENT OF is offering a Tech Licensing Opportunity for ViBRANT: Visual Benign Reactor As Analog for Nuclear Testing. ViBRANT is a revolutionary approach to simulating and understanding nuclear reactor behaviors using a geometrically accurate, LED-based analog model. It offers a safer, quicker, and more intuitive way to understand and iterate nuclear reactor behaviors and systems. ViBRANT mimics the core configuration of nuclear reactors using 20,000 individually addressable LED lights, bridging the gap between digital approximations and physical reality. It provides a geometrically accurate representation of nuclear reactor cores and enables rapid iterations between concept ideation and analog validation. ViBRANT also reduces the hazards and protocols associated with full-scale nuclear reactor deployment and enhances human interaction with complex nuclear systems through visual and sensory engagement. This Tech Licensing Opportunity has applications in training and education tools for nuclear reactor operation and safety protocols, development and testing platforms for microreactor automated control systems, simulation and modeling tools for advanced nuclear reactor design and research, and public engagement and educational exhibits on nuclear technology and safety. The development status is TRL 8, and licensing terms can be tailored to each business. For more information, visit https://inl.gov/technology-deployment/ or contact td@inl.gov.
    C--SYNOPSIS A-E Services
    Active
    Energy, Department Of
    The Department of Energy, specifically the NNSA Non-MO Contracting Operations Division, is seeking architect-engineer services through a presolicitation notice titled "C--SYNOPSIS A-E Services." This opportunity aims to address inquiries related to the procurement and includes amendments that provide additional context and responses from the government. The services are critical for engineering projects within the department, which typically require specialized expertise in various engineering disciplines. Interested firms should note that the correct size standard for this procurement is $25.5 million, and they can reach out to John P. Bazylewicz at john.bazylewicz@nnsa.doe.gov or call 202-909-7513 for further information.
    S--Base Operations Support (BOS) Services Contract located at Naval Support Facility (NSF) Deveselu, Romania
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) Services Contract located at Naval Support Facility (NSF) Deveselu, Romania. This contract is for UTILITIES AND HOUSEKEEPING services. No Description Provided.
    11--DOE Package Performance Demonstration
    Active
    Energy, Department Of
    The U.S. Department of Energy Office of Nuclear Energy is exploring options for a Package Performance Demonstration (PPD) to enhance public trust in the safety of spent nuclear fuel transportation. This Request for Information seeks to assess the feasibility of conducting a PPD that would involve subjecting a nuclear transportation cask to extreme, hypothetical accident conditions, as defined by federal regulations. The scope of work involves demonstrating the resilience of SNF transportation casks via real-life testing. The key tasks include identifying and preparing an appropriate cask, designing and executing an accident test scenario, and collecting and analyzing data. The goal is to simulate conditions set forth in Title 10 of the Code of Federal Regulations, Part 71, encompassing rail, heavy-truck, and barge transportation. There are no specific eligibility criteria or qualifications mentioned in the RFI. However, it is implied that respondents should have expertise in nuclear energy, transportation cask design, or related fields. This opportunity is funded through the Department of Energy, with financial details not specified. The contract type is likely to be a fixed-price or cost-reimbursement arrangement. Interested parties are invited to respond to this RFI by the provided deadline. Responses should be concise, focusing on the technical approach, relevant experience, and capabilities. The evaluation of responses will consider the quality of the proposed technical solution, the respondent's qualifications, and the feasibility of the proposed effort. Cost considerations may also factor into the evaluation. For clarification or further information, interested parties can contact David Hawkes at DOE-PPD@id.doe.gov. This summary provides an overview of the DOE's request for information on conducting a Package Performance Demonstration, outlining the key details and contact information for prospective respondents.