ML100770419

From kanterella
Jump to navigation Jump to search

Task Order No. 005 Under Delivery Order No. NRC-DR-03-09-061
ML100770419
Person / Time
Site: Hope Creek PSEG icon.png
Issue date: 03/17/2010
From: King D
NRC/ADM/DC
To: Hwang R
Advanced Technologies & Labs International
References
NRC-DR-03-09-061, TAC ME1832, Job Code J4282
Download: ML100770419 (15)


Text

ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGES IMPORTANT: Mark all packpages ind papers with contract and/or order numbers.

BPA NO.

NRC-OR-03-09-061 1

15

1. DATEOFORDER

, &/

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

261b GS10F0092J

3. ORDER NO.

MODIFICATION NO.

4. REQUISITION/REFERENCE NO.
a. NAME OF CONSIGNEE NRC-03-09-061 U.S. Nuclear Regulatory Commission NRC-T005 NRR-10-076 11/12/09
b. STREETADDRESS
5. ISSUING OFFICE (Address correspondence to)

Attn: Karyn Hannum, 301-415-2290 U.S. Nuclear Regulatory Commission Mail Stop: 011-Fl Div. of Contracts 11555 Rockville Pike Attn: Robin T. Barnes

c. CITY
d. STATE
e. ZIP CODE Mail Stop: TWB-01-BlOM Washington, DC 20555 Rockville MD 20852
7. TO:
f. SHIP VIA a.NAME OF CONTRACTOR N/A ADVANCED TECHNOLOGIES AND LABORATORIES (ATL)

INTERNATIONAL,

8. TYPE OF ORDER
b. COMPANY NAME

-a.

PURCHASE

[*

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 20010 CENTURY BLVD STE 500 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
a. STATE
f. ZIP CODE GERMANTOWN MD 208741119
9. ACCOUNTING AND APPROPRIATION DATee CONTINUATION Page

$196,000.00

10. REQUISITIONING OFFICE NRR B&R: 020-15-112-130 JCN: J4282 BOC: 252A APPR NO: 31X0200.020 OBLIGATE: $196,000.00 Contractor DUNS: 827013467 FFS: NRR-10-076 dtd 11/12/2009
11. BUSINESS CLASSIFICATION (Check appropriate box(es))
12. F.O.B. POINT D a SMALL I7
b. OTHER THAN SMALL L---] c DISADVANTAGED F7 g. SERVICE-Destination DISABLED m

VETERAN-

d. WOMEN-OWNED I
e. HUBZove
f. EMERGING SMALIBUSINESS OWNED
13. PLACE OF
14. GOVERNMENT B/L NO.
15. DELIVER TO F.O.B. POINT
16. DISCOUNT TERMS ON OR BEFORE (Date)
a. INSPECTION
b. ACCEPTANCE N/A N/A N/A Destination Destination
17. SCHEDULE (See reverse for Rejections)

QUANTITY UNIT QUANTITY ITEM NO.

SUPPLIES OR SERVICES ORDERED UNIT PRICE AMOUNT ACCEPTED (a)

(b)

(c)

(d)

(a)

(I)

(g)

Issuance of Task Order NO.

005

Title:

Technical Assistance for the Safety Review of License See CONTINUATION Page Renewal Applications (Audit),

Hope Creek Nuclear Generating Station.

Total Ceiling Cost: $230,217.82 Period of Performance: January 25, 2010 thru January 24, 2012 This order hereby incorporates by reference Advance Technologies and Laboratories (ATL),

Inc.'s technical proposal dated January 8, 2010.

Contractor Acceptance on Page 2 of 15

18. SHIPPING POINT
19.

GROSS SHIPPING WEIGHT

20. INVOICE NO.
21. MAIL INVOICE TO:

17(h)

TOTAL SEE BILLING

a. NAME (Cont.

INSTRUCTIONS Department of Interior / NBC pages)

ON NRCPayments@nbc. gov REVERSE

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

Attn: Fiscal Services Branch -

D2770 17(i).

7301 W. Mansfield Avenue GRAND

c. CITY
d. STATE
e. ZIP CODE

$230,217.82 TOTAL Denver/

CO 80235-2230

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

BY (Signature) kDonald A.

King Contracting Officer TITLE: CONTRACTING/ORDERING OFFICER AUTHORIZED FOR LOCAL REP PREVIOUS EDII s

US SOPTION. *12006)

PRESCR W*II CFR 53.213(f)

A1 7 no

This confirms the verbal authorization that was provided to Advanced Technologies and Laboratories (ATL)

International, Inc. on January 22, 2010 to begin work on January 25, 2010. In accordance with Section A.9 Task Order Procedures, of contract number NRC-DR-03-09-061, this definitizes Task Order No. 005. The effort shall be performed in accordance with the enclosed Statement of Work.

Task Order No. 005 shall be in effect from January 25, 2010 thru January 24, 2012, with an estimated cost ceiling of

$230,217.82.

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

Project Manager and Facilitator echnical Leader, AMPIAMR/TLAA auditor, and Scoping and Screening auditor PIAMR/TLAA auditor and Scoping and Screening auditor AMPMAMR/TLAA auditor P/AMR/RAA auditor r Reviewer The Contractor agrees that such personnel shall not be removed from the effort under the task order without compliance with Contract Clause A.5 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 action are:

Technical Matters:

Contractual Matters:

Karyn Hannum Robin T. Barnes Project Officer Contract Specialist (301) 415-2290 (301) 492-3613 Wilkins R. Smith Technical Monitor

,(301) 415-1419 Acceptance of Task Order No. 005 should be made by having an official, authorized to bind your organization, execute a copy of this document in the space provided and return to the Contract Specialist. You should retain a copy for your records.

ACCEPTED: Task Order No. 005 Printed RSme & I*le 1/

Signature Date

GS10F0092J NRC-T005 Task 1: Audit Preparation. Auditina and Audit Reoort T

ELabor Rate Task Order ATL GSA FSS Labor Estimated Year 1 Thru Total Labor Estate per Line Item Category Hours 07/19/2010 Category Project Manager -

Facilitator

_I 001 002 Principle II 003 PrincipleII 004 Principle I 005 Principle I IL a

Nationally Recognized Exoert 006 Task 1 Total

$78,666.85 Task 2: RAI Review Applicant's Responses, SER Input (with Open Items and Final)

Labor Rate Year 1 Task Order ATL GSA FSS Labor Estimated Thru Total Labor Estate per Line Item Category Hours 07/19/2010 Category Project Manager -

Facilitator 007 008 Principle II 009 Principle II 010 Principle I 011 Principle I Task 2 Total Task 3: Advisor Committee on Reactor Safeguards Labor Rate Year 1 Task Order ATL GSA FSS Labor Estimated Thru Total Labor Estate per Line Item Category Hours 07/19/2010 Category Project Manager -

Facilitator 012 013 Principle II 014 Principle II Labor Rate Year 2 07/20/2010 Thru 07/19/2010 Task Order Line Item ATL GSA FSS Labor Cateqory Estimated Hours Total Labor Estate per Cateqory Project Manager -

Facilitator 015 016 Principle II 017 Principle II Task 3 Total

$11,653.70

GS10F0092J NRC-T005 Task 4: Atomic Safety and Licensing Board Panel (AS LBP) Support Labor Rate Year 2 07/20/2010 Task Order ATL GSA FSS Labor Estimated Thru Total Labor Estate per Line Item Category Hours 07/19/2010 Category Nationally Rrwianize ptil*A NationalIv Reconnized Expert 019 Principle II i

Task 4 Total m

m m m

B A*

Task 5: Peer Review ot

-K_

Task Order ATL GSA FSS Labor Estimated Labor Rate Total Labor Estate per Line Item Category Hours Year 2 Category Nationally Recognized 020 Expert Task 5 Total

$17,056.80 OTHER DIRECT COSTS Task Order Line Item Category Total Estimated Costs Other direct Costs ( Cost Reimbursable)

NO PAYMENT WILL BE MADE WITHOUT PROPER BACKUP 021 DOCUMENTATION/RECEIPTS Estimated Other Direct Costs for Task Order 005

$500.00 TRAVEL Task Order Line Item Category Total Estimated Costs Travel (Cost Reimbursable) The Government will pay up to the rates specified in the Government Federal Travel Regulations (FTR) for travel destination. *All travel must be approved in advanced by the NRC Project Officer. NO PAYMENT WILL BE MADE WITHOUT PROPER 022 BACKUP DOCUMENTATION/RECEIPTS.

Estimated Travel Total for Task Order 005

$13,985.17 TOTAL ESTIMATED AMOUNT FOR TASK ORDER 005

$230,217.82 p

GS10F0092J NRC-T005 STATEMENT OF WORK BPA NO:

NRC-DR-03-09-061 TASK ORDER NO:

005 TITLE:

Technical Assistance for the Safety Review of License Renewal Application (Audit), Hope Creek Generating Station, One Alloway Creek Neck Road, Hancock's Bridge, NJ 08038 JCN:

J-4282 B&R NUMBER:

020-15-112-130 NRC PROJECT OFFICER:

Karyn Hannum, 301-415-2290, karyn.hannum@nrc.gov NRC TECHNICAL MONITOR:

Wilkins Smith, 301-415-1419, wilkins.smith@nrc.gov TAC NO:

Hope Creek - ME1 832

1.0 BACKGROUND

The Nuclear Regulatory Commission's (NRC) Office of Nuclear Reactor Regulation (NRR) is responsible for ensuring the public health and safety through licensing and inspection activities at all commercial nuclear power reactor facilities in the United States. Evaluation of License Renewal Applications (LRAs) is performed by the Division of License Renewal (DLR). DLR performs its work in accordance with the requirements of Title 10 of the Code of Federal Regulations, Part 54 (10 CFR Part 54), "Requirements for Renewal of Operating Licenses for Nuclear Power Plants". In addition, DLR uses guidance provided in NUREG-1 800, "Standard Review Plan for Review of License Renewal Applications for Nuclear Power Plants", Revision 1 (SRP-LR), dated September 2005 and in NUREG-1801, "Generic Aging Lessons Learned (GALL) Report", Revision 1 also dated September 2005.

2.0 OBJECTIVE The contractor shall provide all necessary personnel, equipment, facilities and materials to accomplish the requirements of this task order. The contractor shall provide technical support to the DLR project team in reviewing and evaluating operating license renewal application for the Hope Creek Generating Station (Hope Creek). For this LRA, the project team, composed of contractor and NRC staff, shall audit and review aging management programs (AMPs), aging management reviews (AMRs), and time-limited aging analyses (TLAAs) submitted by the applicant.

The project team shall be led by a plant project manager (PM); the team staff shall be knowledgeable and experienced in the areas of engineering and science applicable to license renewal activities. The contractor shall provide technical expertise and services for Tasks 1-8 as described in this Task Order.

For the AMP reviews, the project team evaluates and audits the AMPs the applicant proposes are consistent with the GALL Report and reviews other selected plant-specific AMPs. For each of the assigned tasks scope of work, the project team reviews the applicant's aging management activities and programs to determine whether these AMPs are adequate to manage the effects of aging on systems, structures, and components so their intended functions will be maintained consistent with Hope Creek's current licensing basis (CLB) during the proposed period of extended operation.

For the AMR reviews, the project team evaluates the AMRs assigned in the blue folders. The blue folder concept will be explained in Section 3.

For the TLAA reviews, the project team evaluates the information provided by the applicant addressing the GALL Report recommendations and plant-specific TLAAs and determines if the information provided meets the requirements of 10 CFR 54.21.

GS10F0092J NRC-T005 3.0 TASKS TO BE ASSIGNED The contractor shall perform LRA audit and review activities for the below specified Blue Folders (work packages for topical areas), as described in the following tasks, for the Hope Creek license renewal application (LRA) during the task order period of performance (2 years). The contractor will be provided with the LRA, an audit and SER example after the acceptance of the proposal for this task order. The contractor shall submit a staffing plan and schedule of deliverables with this TO proposal. The planned 20 Blue Folders for Hope Creek for the contractor's audit and review activities are:

Blue Folder#

1 3

18 19 25 24 27 28 31 33 36 39 40 58 79 83 85 92 93 Spc 22 Task 1.

Title ASME HI-ISI (IWB, IWC, IWD)

RX Head Closure Studs Flow Accelerated Corrosion Bolting Integrity Compressed Air Inspection of Overhead Heavy Load and Light Load (Related to Refueling) Handling Systems Fire Protection Fire Water System Fuel Oil Chemistry One-Time Inspection One-Time ASME Small bore Class 1 piping Inspection of Internal Surfaces in Misc Piping and Ducting Components Lubricating Oil Analysis ID of TLAAs (process)

Elastomers Fuel Oil Heat Exchanger Non-Metallic Raw Water Nickel Alloys (Hope Creek Specific)

Audit Preparation, Auditing, and Audit Report Requirement The contractor team shall attend, or participate via teleconference, a project kickoff meeting for Hope Creek. The NRC will provide information on the work assignments, e.g., the split of work between the project team members and other NRC technical staff. The contractor shall provide up to four (4) qualified professionals/SMEs to participate in an NRC-led project team audit, of up to five (5) days. The purpose of the team audit is to determine whether the applicant has sufficient on-site documentation, as indicated in its LRA, to demonstrate that the AMPs, which are determined by the applicant to be consistent with the GALL Report or previously approved staff positions, are actually consistent.

The contractor shall perform the front end work associated with the preparation of audit and review. This work shall be performed at the contractors' office immediately after the issuance of this TO for Hope Creek. The project team members will pre-write their assigned evaluation portion of the audit report, to the maximum extent possible. In addition, the contractor shall ensure that each project team member (1) review her/his portion of the assignments (blue folders) and (2) review and pre-write the evaluation of her/his portion of the audit report, where possible. This will minimize the time needed at the auditee's site.

GS1 0F0092J NRC-T005 The NRC TM will provide a current copy of the writing guidelines, the audit report template, and a sample of an audit report to the project team members to aid in the pre-write of the audit report. The contractor shall ensure that each project team member prepares his/her questions after reviewing the program basis documents for discussion with the applicant during the audit. The contractor shall document the results of the project team's audit and review activities in an audit report in accordance with the example format provided.

The audit report shall contain the LRA-specific information, extracted from the LRA, which are related to the audit.

The contractor shall prepare the draft audit report in accordance with the writing guidance provided. The contractor shall provide RAI's from the audit before the on-site audit is completed. The draft audit report shall be delivered to the TM no later than ten (10) working days after the completion of the on-site visit.

The contractor shall ensure the report is technically correct and complete. The contractor shall incorporate comments from the peer review, comments from the NRC staff, and responses to the RAIs into the final audit report. The contractor shall also provide technical editing services to prepare the final audit report.

The contractor may be requested to support specific TLAA reviews and prepare portions of the draft TLAA sections of the audit report.

Standard Contractor participation in all assigned audits.

RAIs shall have a technical and regulatory basis.

All deliverable reports provided on time, technically acceptable, with no spelling or grammatical errors, and in the specified format.

Deliverables

1. Draft RAI's (AMP/AMR/TLAA questions) from the audit provided to the TM before the on-site audit is completed.
2. Final RAI's (AMP/AMR/TLAA worksheets) from audit provided to the TM ten (10) working days after completion of on-site audit.
3. Draft AMP/AMR/TLAAs audit report sections delivered to the TM no later than ten (10) working days after the completion of on-site visit for NRC staff comments.
4. Final AMP/AMR/TLAAs audit report sections, with NRC comments incorporated, delivered to the TM no later than (5) working days after receipt of the NRC's comments on the draft sections.

Meetings and Travel Site Audit up to 4-persons (4 SME), 5-day trip for each LRA If necessary, to address unresolved issues from previous audit(s), an additional trip of up to 5 days for up to 2 SME's may be requested at the direction of the PO.

Task 2.

Request for Additional Information, Review Applicant's Responses, and SER Input (with Open items and Final)

Requirement The contractor shall prepare formal requests for additional information (RAI) to obtain additional information to continue with the LRA safety review. The RAI shall cite the technical and regulatory basis for requesting the information. The contractor shall provide draft RAIs to the TM for NRC staff comment. The contractor shall revise the draft RAIs based on the NRC staff comments and deliver the final RAIs to the TM.

The contractor shall review applicant's responses to the RAI and determine whether the applicant's responses are acceptable. The contractor shall incorporate responses to the RAIs into the SER. The contractor shall coordinate any exception to the GALL with the NRC technical staff through the TM.

GS10F0092J NRC-T005 The contractor shall develop the draft SER with open items in accordance with "Safety Evaluation Report Writing Guidelines and Samples". The TM and/or plant PM will coordinate any internal NRC staff review of the draft SER with open items input and will prepare a set of NRC staff comments. The TM or plant PM will provide the comments to the contractor and will discuss them with the contractor. The contractor shall revise the draft SER with open items to reflect the comments provided by the TM or plant PM and deliver the final SER input to the TM.

Compilation of information to conduct site audits and document findings in the draft SER may require extensive interviewing of stakeholders including power plant personnel and Federal, State, and local government officials. All stakeholder interactions shall be coordinated with the plant PM.

The contractor shall develop and follow its quality control plan which outlines the procedures and system to be used for document version control, technical input tracking, change management, and technical and editorial reviews. The contractor shall organize, track, and manage changes in a structured, systematic, and transparent manner, throughout the review and production of the draft and final SER.

Standard All deliverable reports provided on time, technically acceptable, with no spelling or grammatical errors, and in the specified format.

Deliverable

1. Draft RAIs delivered to the TM, for NRC staff comments, no later than five (5) working days after assigned
2. Technical edited final RAIs delivered to the TM no later than three (3) working days after receipt of NRC's comments on the draft RAIls.
3. Documentation of acceptability for incorporating into the draft audit report (unless the report has been completed before the RAI response is received) delivered to the TM no later than seven (7) working days after receiving responses from the applicant.
4. Draft SER with open items delivered to the TM no later than fifteen (15) working days after the completion of the first on-site visit.
5. Final SER input delivered to the TM no later than five (5) working days after receipt of NRC comments.

Task 3.

Advisory Committee on Reactor Safeguards (ACRS) Support Requirement The contractor shall provide up to two contractors to support DLR staff during ACRS meetings (up to two meetings -

subcommittee and final) to present the results of the LRA safety review. The activities include: providing information, preparing input for the staff s presentation, and participating in the dry run and the ACRS meeting. The ACRS meeting is normally held several months after the completion of the audit report and the SER inputs. The contractor shall refresh the specialist on the review and any technical issues. The dry run may be accomplished through telephone conference, if deemed acceptable by the TM.

Standard Contractor participation in all assigned ACRS meeting support.

All information/support provided for ACRS meetings shall be technically correct.

Deliverable Contractor support for the preparation of the ACRS meeting, support services for the dry run, and support for the duration of the ACRS meetings at the NRC Headquarters. All deliverable due dates will be specified by the PO in each TO.

Meetings and Travel A two-day trip to Rockville, MD to support the ACRS meeting.

GS10F0092J NRC-T005 Task 4.

Atomic Safety and Licensing Board Panel (ASLBP) Support Requirement The contractor shall provide support to DLR staff in preparation for and during ASLBP hearings (up to two hearings).

The activities associated with this task include: replying to contentions, preparing for ASLBP hearings, and participating in those hearings by presenting the results of the LRA safety review and providing testimony in response to questions by the ASLBP. The contractor shall refresh the specialist on the review and any technical issues.

The ASLBP hearings are normally held 12 months after the issuance of the final SER. The preparation for the ASLBP hearings may be accomplished through telephone conference, if deemed acceptable by the TM.

Standard Contractor participation in all assigned ASLBP hearing support.

All information/support provided for ASLBP shall be technically correct.

Deliverable Contractor support for the preparation of the ASLBP hearings and support for the duration of the ASLBP hearings. All deliverable due dates will be specified by the P0 in each TO.

Meetings and Travel A one-week trip to a town near the plant's location.

Task 5.

Peer Review of SER Requirement The contractor shall provide peer review support as needed for SER Sections 3.1 through 3.6 and 4.1 through 4.8.

Standard All deliverables shall be provided on time, technically acceptable, with no spelling or grammatical errors, and in the specified format.

Deliverable The contractor shall provide a marked (electronic and paper copy) version of the assigned SER section(s), with comments, as applicable and additional communication, if necessary, to clarify comments.

5.0 EXPECTED CLASSIFICATION OR SENSITIVITY All work under this project is expected to be unclassified and not sensitive.

6.0 LICENSE FEE This work is license fee recoverable.

7.0 PERIOD OF PERFORMANCE The period of performance for this task order is January 25, 2010 thru January 24, 2012.

GS10F0092J NRC-T005 8.0 DELIVERABLE FORMAT The contractor shall provide the deliverables listed in each task in Microsoft Office Word 2003, or NRC designated word processing software, and a hard copy to the plant PM, TM, and PO, and the Contracting Officer.

The transmittal letter and cover page of each report, or other deliverable, as appropriate, shall contain the job control number (JCN), NRC technical assignment control (TAC) number or inspection report number, and the facility name and docket number, as appropriate. The SER shall be prepared in NUREG format.

9.0 ATTACHMENTS

1. Performance Requirement Summary
2. Performance Assessment Report

GS10F0092J NRC-T005 A.1 SEAT BELTS Contractors, subcontractors, and grantees, are encouraged to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned, rented, or personally owned vehicles.

A.2 Compliance with U.S. Immigration Laws and Regulations NRC contractors are responsible to ensure that their alien personnel are not in violation of United States Immigration and Naturalization (INS) laws and regulations, including employment authorization documents and visa requirements.

Each alien employee of the Contractor must be lawfully admitted for permanent residence as evidenced by Alien Registration Receipt Card Form 1-151 or must present other evidence from the Immigration and Naturalization Services that employment will not affect his/her immigration status. The INS Office of Business Liaison (OBL) provides information to contractors to help them understand the employment eligibility verification process for non-US citizens. This information can be found on the INS website, http://www.ins.usdoj.gov/graphics/services/employerinfo/index.htm#obl.

The NRC reserves the right to deny or withdraw Contractor use or access to NRC facilities or its equipment/services, and/or take any number of contract administrative actions (e.g., disallow costs, terminate for cause) should the Contractor violate the Contractor's responsibility under this clause.

A.3 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOR EMPLOYEES (JULY 2006)

(a) The U.S. Nuclear Regulatory Commission (NRC) contractor and its subcontractor are subject to the Whistleblower Employee Protection public law provision~s as codified at 42 U.S.C. 5851. NRC contractor(s) and subcontractor(s) shall comply with the requirements of this Whistleblower Employee Protection law, and the implementing regulations of the NRC and the Department of Labor (DOL). See, for example, DOL Procedures on Handling Complaints at 29 C.F.R. Part 24 concerning the employer obligations, prohibited acts, DOL procedures and the requirement for prominent posting of notice of Employee Rights at Appendix A to Part 24.

(b) Under this Whistleblower Employee Protection law, as implemented by regulations, NRC contractor and subcontractor employees are protected from discharge, reprisal, threats, intimidation, coercion, blacklisting or other employment discrimination practices with respect to compensation, terms, conditions or privileges of their employment because the contractor or subcontractor employee(s) has provided notice to the employer, refused to engage in unlawful practices, assisted in proceedings or testified on activities concerning alleged violations of the Atomic Energy Act of 1954 (as amended) and the Energy Reorganization Act of 1974 (as amended).

(c) The contractor shall insert this or the substance of this clause in any subcontracts involving work performed under this contract.

GS1OF0092J NRC-T005 PERFORMANCE REQUIREMENT

SUMMARY

Task 1 Audit Preparation, Auditing, and Audit Report uoniractor participation in all assigned audits.

1-uii payment Tor 100% compliance.

RAIs shall have a technical and regulatory basis.

All deliverable reports provided on time, technically acceptable, with no spelling or grammatical errors, and in the specified format.

Items determined to be technically incorrect will be corrected by contractor at its own expense.

4.

t I

Task 2 Request for Additional Information, Review Applicant's Responses, and SER Input (with Open items and Final)

All deliverable reports provided on time, technically acceptable, with no spelling or grammatical errors, and in the specified format.

NRC PO/TM review Full payment for 100% compliance.

Full payment for 100% compliance.

Omitted RAIs will be submitted, resolved, and incorporated into reports by contractor at its own expense in an expedient manner.

Items determined to be technically incorrect will be corrected by contract at its own expense.

Task 3 Contractor NRC PO/TM review Full payment for Advisory Committee participation in all 100% compliance.

on Reactor assigned ACRS Safeguards (ACRS) meeting support.

Support All information/

support provided for ACRS meetings shall be technically correct.

GS10F0092J NRC-T005 Task 4 Contractor NRC PO/TM review Full payment for Atomic Safety and participation in all 100% compliance.

Licensing Board assigned ASLBP Panel (ASLBP) hearing support.

Support All information/

support provided for ASLBP shall be technically correct.

Task 5 The contractor shall NRC PO/TM review Full payment for Peer Review of SER perform the review in 100% compliance.

accordance with DLR guidance provided in Reviews not the TO.

performed in accordance with All deliverables shall guidance shall be re-be provided on time, reviewed by technically contractor at its own acceptable, with no expense.

spelling or grammatical errors, and in the specified format.

GS10F0092J NRC-T005 PERFORMANCE ASSESSMENT REPORT Agreement No:

Rating Period:

MP('. Toprhniri nIr~nifnr' Task/Task Order No:

  • r~nfrnrtf I=Pnilitntnr*

Category J7 Rating I. Technical Performance Excellent Satisfactory Unsatisfactory N/A Accuracy Thoroughness Responsiveness/Quality I1. Task Management Timeliness Administration (NRC TM to complete)

Resourcefulness Ill. Resource Management Cost Efficiency Note: A written justification is require, and must be attached for any rating of Unsatisfactory, however, comments may still be provided with a Satisfactory rating if there are issues of concern.

I /2009

/ /2009 NRC Technical Monitor NRC Project Officer Date Date

/ concur in the rating provided by the TM.

I have reviewed the monthly status reports and find them to be an accurate depiction of the work performed during the rating period.

Comments:

Comments:

See next page for rating description.

GS1 0F0092J NRC-T005 Rating Scale E - Excellent:

S - Satisfactory:

U - Unsatisfactory:

NA - Not Applicable:

Met all performance requirements. Highly professional, responsible, and proactive.

Significant cost reductions while meeting all contract requirements. Employs highly effective corrective actions resulting in improved performance quality and results.

Significantly exceeded expectations.

Met most performance requirements; some minor problems, satisfactory corrective action. Met overall cost/price estimates. Most deliveries or report submissions were on-time. Professional and reasonably responsive. Met most expectations.

Most performance requirements are not met and recovery is unlikely. Overall cost/price estimates not met. Many late deliverables; ineffective corrective actions. Delinquent responses and lack of cooperative spirit. Failed to meet most expectations.

Insufficient data is available to rate the Contractor under a subcategory.

Subcategory Definitions I. Technical Performance (Quality) - Provides accurate and thorough support services, task order deliverables, and work products. Responsive to Task/Task Order requirements and technical direction.

Quality of Work/Accuracy - Rate contractor performance in delivering deliverables/work products/technical support services accurately and free of errors.

Thoroughness -

Rate contractor performance in fully completing the deliverables/work products/support services that were negotiated.

Responsiveness/Quantity of Work -

Rate contractor performance in maintaining the workload, attending meetings, responding to TM.

I1. Task Management (Schedule) - Provides deliverables, work products, and technical support services on time and in accordance with the negotiated schedule.

Identifies and resolves problems and provides problem notification to the NRC.

Timeliness - Rate contractor performance in completing tasks/deliverables/work products/technical support services on schedule.

Administration - Rate contractor performance on responding timely to administrative requests (RFPs, status reports, etc.)

Resourcefulness/Perceptiveness Rate contractor performance in anticipating problems and taking necessary actions to achieve an end beneficial to the Government. Rate contractor performance in notifying the NRC of existing or potential problems.

Ill. Resource Management (Budget) - Manages task resources - cost/labor hours, and personnel effectively and within negotiated budget.

Skill Match/Efficiency - Rate contractor performance in assigning personnel in the correct labor categories, with the skills, knowledge and experience required by the task/task order.