ML070930055

From kanterella
Jump to navigation Jump to search
Task Order No. 085 Under Delivery Order No. NRC-03-03-037
ML070930055
Person / Time
Site: Nine Mile Point, Harris, Diablo Canyon  Constellation icon.png
Issue date: 08/28/2006
From: King D
NRC/ADM/DC
To: Beckman V
Beckman & Associates
References
Job Code J3020, NRC-03-03-037
Download: ML070930055 (5)


Text

ORDER FOR SUPPLIES OR SERVICES SPAGE OF PAGES 1

5 IMPORTANT: Mark all packages and papers with contract and/or order numbers.

BPA NO.

1. DATE OF ORDER 1"-/

.7

/

/;

2. CONTRACT NO. (If any)
6. SHIP TO:

-//,'<°, ;

NRC-03-03-037

-7!

Ar / '7a.

NAME OF CONSIGNEE

3. ORDER NO.

MODIFICATION NO.

4. REQUISITION/REFERENCE NO.

U.S. Nuclear Regulatory CornrnissiOn T085 NRC-03-03-037-85

5. ISSUING OFFICE (Address correspondence to)
b. STREET ADDRESS U.S. Nuclear Regulatory Coirnission Div of Contracts Two White Flint North -

MS T-7-T-2

c. CITY
d. STATE
e. ZIPCODE Attn: Jennifer A.
DeFin6, (301) 415-6714 WasinY
d.

SAZIP Washington, DC 20555 Washington DC 20555

7. TO:

I.

SHIP VIA a.NAME OF CONTRACTOR BECKMAN & ASSOCIATES INC

8. TYPE OF ORDER
b. COMPANY NAME
a. PURCHASE
b. DELIVERY Reference your Except for billing instructions on the reverse, this
c. STREET ADDRESS Please furnish the following on the terms and delivery/task order is subject to instrJctions 1071 STATE ROUTE 136 conditions specified on both sides of this order contained on this side only of this form and is and on the attached sheet, it any, including issued subject to the terms and conditions
d. CITY
e. STATE I. ZIP CODE delivery as indicated.

01 the above-numbered contract.

BELLE VERNON PA 150122926

9. ACCOUNTING AND APPROPRIATION DATA
10. REQUISITIONING OFFICE "NRR 620-15-122-142 J-3020 252A 31X0200.620 Obligate: $189,479.19 Contractor DUNS No.

785915794

11. BUSINESS CLASSIFICATION (Check appropdate box(es))
12. F.O.B. POINT
a.

SMALL

] b. OTHER THAN SMALL F]c DISADVANTAGED

g. SERVICE-N/A E]

r DISABLED r1 VETERAN-Ld. WOMEN-OWNED a-e.

HUBZone 0I1 EMERGING SMALL OWNED BUSINESS

13. PLACE OF
14. GOVERNMENT B/L NO.
15. DELIVER TO F.O.B. POINT
16. DISCOUNT TERMS ON OR BEFORE (Date)
a. INSPECTION lb. ACCEPTANCE N/A
17. SCHEDULE (Sea reverse for Rejections)

QUANTITY UNIT QUANTITY ITEM NO.

SUPPLIES OR SERVICES ORDERED UNIT PRICE AMOUNT ACCEPTED (A)

(B)

'(C)

(D)

(E)

(F)

(G)

ISSUANCE OF TASK ORDER NO.

085 TITLE:

COMPONENT DESIGN BASES (CDB)

INSPECTIONS FOR DIABLO CANYON,

HARRIS, AND NINE MILE POINT ESTIMATED COSTS:

$246,575.38 FIXED FEE:

$7,776.87 TOTAL ESTIMATED COST AND FEE:

$254,352.25 PERIOD OF PERFORMANCE:

08/28/2006 -

11/06/2006 CONTRACTOR SIGNATURE REQUIRED ON PAGE 2 OF 2

18. SHIPPING POINT
19. GROSS SHIPPING WEIGHT
20. INVOICE NO.

1

$254,352.25

21. MAIL INVOICE TO:

17(h)

TOTAL SEE BILLING

a. NAME (Cont.

INSTRUCTIONS U.S. Nuclear Regulatory Cotonission pages)

ON Division of Contracts REVERSE

b. STREET ADDRESS (or P.O. Box)

Mail Stop: T-7-I-2 17(l).

GRAND TOTAL

c. CITY
d. STATE
a. ZIP CODE Washington DC 20555

$254,325.25

23. NAME (Typed)
22. UNITED STATES OF AMERICA

///DonldA./in B/ S/-ue)/

I TITLEContracting Officer

/

IA'.~

..,'~'

TITLE: CONTRACTING)ORDERING OFFICER AUTHORIZED FOR LOCAL REPRODUCTI'ON PREVI I

SJ Uu SUN.S! REVIEW COMPLF-T-ý

~o~ ~

GSAJFAR 48 CFR 53.213(c)

NRC-03-03-037 T085 NRC-03-03-037 Task Order No. 085 Page 2 of 5 In accordance with Section G.5, Task Order Procedures, of contract number NRC-03-03-037, this definitizes Task Order No. 085. The effort shall be performed in accordance with the enclosed Statement of Work.

Task Order No. 085 shall be in effect from 08/28/2006 through 11/06/2006, with a cost ceiling of $254,352.25.

The amount of $246,575.38 represents the estimated reimbursable costs, and the amount of $7,776.87 represents the fixed fee.

The following individuals are considered to be essential to the successful performance for work hereunder:0 v

719e-uontra tdr agee naT-suon personne1 snaIi not be removed Trom the effort under t order without compliance with Contract Clause H.4, Key Personnel.

The issuance of this task order does not amend any terms or conditions of the subject contract.

Your contacts during the course of this task order are:

Technical Matters:

Donald P. Norkin Contractual Matters: Jennifer DeFino Project Officer Contract Specialist (301) 415-2954 (301) 415-6714 Acceptance of Task Order No. 085 should be made by having an official, authorized to bind your organization, execute three copies of this document in the space provided and return two copies to the Contract Specialist.

You should retain the third copy for your records.

ACCEPTED: Task Order No. 85 NAME

(/ff TITLE DATE

A TTA CHMENT CONTRACT NRC-03-03-037 STATEMENT OF WORK TO 85, Component Design Bases (CDB) Inspections at Diablo Canyon, Harris, and Nine Mile Point Nuclear Power Generation Stations B&R NUMBER: 620-15-122-142 JOB CODE: J-3020 NRC PROJECT OFFICER:

Donald Norkin, NRR, (301) 415-2954 PERIOD OF PERFORMANCE: August 28, 2006 - November 06, 2006:

BACKGROUND As required by the Baseline Inspection portion of the NRC Reactor Oversight Process, CDB inspections will be conducted in accordance with the schedule contained in the attachment to this statement of work. The following inspection procedure will be used:

71111.21, " Component Design Bases Inspection" OBJECTIVE The objective of the task order is to obtain expert technical assistance in the Mechanical and Electrical/l&C Systems areas to assist the NRC inspection teams in the performance of the CDB inspections at Diablo Canyon, Harris, and Nine Mile Point. Contractors may be assigned an NRC inspector to work with during the inspection in a developmental role. The specialists shall have a design background (such as from an architect-engineer firm), and experience/knowledge regarding:

(1) design, analysis, operations, installation, modification, maintenance and testing of nuclear' plant safety systems.

(2) reviewing design basis and detailed design (calculations, drawings, etc.) of nuclear plant safety systems; and (3) NRC regulations and risk informed inspection methodology WORK REQUIREMENTS AND SCHEDULE It shall be the responsibility of the contractor to assign qualified technical staff, employees, and subcontractors, who have the required educational background, experience, or combination thereof, to meet both the technical and regulatory objectives of the work specified in this Statement of Work (SOW). The NRC will rely on representation made by the contractor concerning the qualifications of the personnel proposed for assignment to this task order including assurance that all information contained in the technical and cost proposals, including resumes and conflict of interest disclosures, is accurate and truthful.

The NRC Team Leader may issue technical direction from time to time during the duration of the task order. Technical direction must be within the general Statement of Work stated in the task order, and shall not constitute new assignments of work or changes of such nature as to justify an adjustment in cost or period of performance. The contractor shall refer to the basic contract for further information and guidance on any technical directions issued under this task order.

Any modifications to the scope of work, cost, or period of performance of the task order must be issued by the Contracting Officer and will be coordinated with the Project Officer. Specific tasks:

for each individual and the estimated level of effort:

Week Activity 1

On-site preparation/sample selection (30 - 40 hours4.62963e-4 days <br />0.0111 hours <br />6.613757e-5 weeks <br />1.522e-5 months <br />) 2 Inspection preparation at home office (unused portion of above 40 hours4.62963e-4 days <br />0.0111 hours <br />6.613757e-5 weeks <br />1.522e-5 months <br />) 3 On-site inspection (50 hours5.787037e-4 days <br />0.0139 hours <br />8.267196e-5 weeks <br />1.9025e-5 months <br />) 4 Home office preparation/inspection (40 hours4.62963e-4 days <br />0.0111 hours <br />6.613757e-5 weeks <br />1.522e-5 months <br />) 5 On-site inspection (50'hours) 6 On-site inspection (50 hours5.787037e-4 days <br />0.0139 hours <br />8.267196e-5 weeks <br />1.9025e-5 months <br />) 7 Documentation of inspection results.

(20 hours2.314815e-4 days <br />0.00556 hours <br />3.306878e-5 weeks <br />7.61e-6 months <br />)

The above activities shall be performed in accordance with the attached schedule which indicates the start of the first and last week. For Regions I and IV use above 7 week cycle. For Regions II and Ill, use 8 week cycle which has an additional home office preparation/inspection week between the last two on-site inspection weeks. Both have a total of 40 hours4.62963e-4 days <br />0.0111 hours <br />6.613757e-5 weeks <br />1.522e-5 months <br /> for home office preparation/inspection. At team leader discretion, skip Week 1 and use 44 hours5.092593e-4 days <br />0.0122 hours <br />7.275132e-5 weeks <br />1.6742e-5 months <br /> for Week 2 inspection preparation at region.

REPORT REQUIREMENTS Contractors shall provide inspection plans and inspection related documentation, as directed by the Team Leader.,

Feeder to final inspection report shall be provided' in Word Perfect and in an electronic format acceptable to the Team Leader. A hard copy shall -be provided to the Project Officer. The contractor shall not undertake any further efforts toward report finalization, such as management review of the feeder report.

' 2

TRAVEL (for estimating purposes only) for each individual:

One 3-4 day trip to the plant site, or one 5 day trip to region (team leader discretion)

Three 5 day trips to the plant site Contractor shall coordinate all travel arrangements in advance with the Team Leader. Off-normal travel time may be required to ensure timely arrival at the site, as scheduled by Team Leader.

NRC FURNISHED MATERIAL Documents required to prepare for the inspection will be provided by Team Leaders.

OTHER APPLICABLE INFORMATION The work specified in this SOW is 100% licensee fee recoverable. The contractor shall provide fee recovery information in the monthly progress reports in accordance with the requirements of the basic contract.

3