ML080860116
| ML080860116 | |
| Person / Time | |
|---|---|
| Site: | Peach Bottom |
| Issue date: | 03/26/2008 |
| From: | Carolyn Cooper NRC/ADM/DC |
| To: | Beckman V Beckman & Associates |
| References | |
| Job Code J3020, NRC-03-03-037 | |
| Download: ML080860116 (5) | |
Text
'ý.1 ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGES IMPORTANT: Mark all packages and papers with contract and/or order numbers.
BPA NO.
2
- 1. DATE OF ORDER
- 2. CONTRACT NO. (If any) 6.SIIO 02-21-2008 NRC-03-03-037 I
- a. NAME OF CONSIGNEE
- 3. ORDER NO.
MODIFICATION NO.
- 4. REQUISITION/REFERENCE NO.
U.S. Nuclear Regulatory Commission NRC-03-03-037/119 NRC-T119 2/6/2008
- b. STREET ADDRESS
- 5. ISSUING OFFICE (Address correspondence to) 11555 Rockville Pike U.S. Nuclear Regulatory Commission Mail Stop: 0-7-A-15 Div. of Contracts Attn:
Donald Norkin Attn:Monique Williams
- c. CITY
- d. STATE
- a. ZIPCODE Mail Stop T-7-I-2
- c.
20555 Washington, DC 20555 Washington DC 20555
- 7. TO:
- f. SHIP VIA
- a. NAME OF CONTRACTOR BECKMAN
& ASSOCIATES INC
- 8. TYPE OF ORDER
- b. COMPANY NAME 17 a. PURCHASE IX'
- b. DELIVERY REFERENCE YOUR Except for billing instructions on the reverse, this Please furnish the following on the terms and delivery order is subject to instructions
- c. STREET ADDRESS conditions specified on both sides of this order contained on this side only of this form and is 1071 STATE ROUTE 136 and on the attached sheet, if any, including issued subject to the terms and conditions delivery as indicated.
of the above-numbered contract.
d: CITY
- e. STATE
- f. ZIP CODE BELLE VERNON PA 150122926
- 9. ACCOUNTING AND APPROPRIATION DATA
$82,407.52
- 10. REQUISITIONING OFFICE NRR Appropriation No.:
31x0200.820, B&R NO.:
820-15-122-142, Office of Nuclear Reactor Regulation Job Code:J-3020, BOC: 252A Amount Obligated:- $82,407.52
- 11. BUSINESS CLASSIFICATION (Check appropriate box(es))
- 12. F.O.B. POINT
- a. SMALL
[]
- b. OTHER THAN SMALL
- o. DISADVANTAGED
- g. SERVICE-N/A DISABLED 2
- d. WOMEN-OWNED 2
- e. HUBZone If.
EMERGING SMALLBUSINESS VETERAN-OWNED
- 13. PLACE OF
- 14. GOVERNMENT BL NO.
- 15. DELIVER TO F.O.B. POINT
- 16. DISCOUNT TERMS ON OR BEFORE (Date)
- a. INSPECTION
- b. ACCEPTANCE
- 17. SCHEDULE (See reverse for Rejections)
- QUANTITY UNIT QUANTITY ITEM NO.
SUPPLIES OR SERVICES ORDERED UNIT-PRICE AMOUNT ACCEPTED (a)
(b)
(c)
(d)
(a)
(M (g)
Issuance of Task Order No.
119
Title:
Component Design Bases (CDB)
Inspection for Peach Bottom.
Estimated Cost:
$79,528.08 Fixed Fee;
$2,879.44 TOTAL ESTIMATED COST AND FEE:
$82,407.52 Period of Perfomnance:
03/03/2008 through 5/1/2008.
CONTRACTOR SIGNATURE REQUIRED ON PAGE 2 OF 2.
DUNS No. :
785915794
- 18. SHIPPING POINT
- 19. GROSS SHIPPING WEIGHT
- 20. INVOICE NO.
- 21. MAIL INVOICE TO:
17(h)
TOTAL SEE BILLING
- a. NAME (Cont.
INSTRUCTIONS U.S.
Nuclear Regulatory Commission pages)
ON Payment Team, Mail Stop T-7-I-2 REVERSE
- b. STREET ADDRESS (or P.O. Box)
Attn: (NRC-03-03-037/119)
GRAND I
GRAND C. CITY
- d. STATE
- e. ZIP CODE
$82,407.52 TOTAL Washington DC 20555
$82,407.52
- 22.
AT O
- 23. NAME (Typed)
(
S22.
i U
ATESOF)
CA Carolyn A.
Cooper SContracting Officer TITLE: CONTRACTINGIORDERING OFFICER L-i C'/z0 W 26 N's 4Rgoo?,
NRC-03-03-037 Task Order No. 119 Page 2 of 2 In accordance with Section G.5, Task Order Procedures, of contract number NRC-03-03-037, this definitizes Task Order No. 119.
Task Order No. 119 shall be effective from 3/3/2008 through 5/1/2008, with a cost ceiling of
$82,407.52. The amount of $79,528.08 represents the estimated reimbursable costs, and the amount of $2,879.44 represents the fixed fee.
The fol ndivid ssential to the successful performance for work for the The Contractor agrees at suc personnel shall not be removed Trom the effort unaer 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: Monique B. Williams Project Officer Contract Specialist (301) 415-2954 (301) 415-0250 Acceptance of Task Order No. 119 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. 119 NAME TITLE DATE
CONTRACT NRC-03-03-037 STATEMENT OF WORK TO 119, Component Design Bases (CDB) Inspection at Peach Bottom B&R NUMBER: 820-15-122-142 JOB CODE: J-3020 NRC PROJECT OFFICER:
Donald Norkin, NRR, (301)415-2954 PERIOD OF PERFORMANCE:
03/04/08 to 05/01/08 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 Systems areas to assist the NRC inspection teams in the performance of the CDB inspections at Peach Bottom. 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.
Attachment
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 are as follows, and will be performed in accordance with a schedule provided by the NRC Project Officer:
Week Activity 1
Inspection preparation at regional office (44 hours5.092593e-4 days <br />0.0122 hours <br />7.275132e-5 weeks <br />1.6742e-5 months <br />) 2 On-site inspection ' (50 hours5.787037e-4 days <br />0.0139 hours <br />8.267196e-5 weeks <br />1.9025e-5 months <br />) 3*
Home office inspection 4
On-site inspection (50 hours5.787037e-4 days <br />0.0139 hours <br />8.267196e-5 weeks <br />1.9025e-5 months <br />) 5*
Home office inspection 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 total hours for Weeks 3 and 5 may not exceed 40. Regions may elect to have only one home office inspection week.
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.
TRAVEL (for estimating purposes only) 2
for each individual:
One 5 day trip to region 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