ML14198A342

From kanterella
Jump to navigation Jump to search
Task Order No. NRC-HQ-20-14-T-0001 Under Contract No. NRC-HQ-11-C-03-0095
ML14198A342
Person / Time
Site: Limerick  Constellation icon.png
Issue date: 07/16/2014
From: Aracelis Perez-Ortiz
Acquisition Management Division
To:
BLH Technologies
References
NRC-HQ-11-C-03-0095, NRC-HQ-20-14-T-0001
Download: ML14198A342 (14)


Text

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS I-REQUISITION NUMBER PAGE OF OFFERORTO COMPLETE BLOCKS 12, 17, 23, 24, & 30 NRR- 14-022 9 14

2. CONTRACT NO. 3. ASNARD! 4. OROER NUMBER 5. SOLICITATION NUMBER 16. SOLICITATION NRC-1HQ-1i-C--03-0095 EFFECTINATE ISSUEDATE 07/01/2014 NRC-HQ-20-14-T-0001
7. FOR SOLICITATION e. NAME 1, TELEPHONE NUMBER (No clledcolI/) . S. OFFERDUE DATElLOCALTIME INFORMATIONCALL: ARACELIS PEREZ-ORTIZ
9. ISSUED BY CODE INRCHQ 10. THIS ACQUISITIONIS U UNRESTRICTED OR InSET ASIDE- %FOR.

WOMEN-OWNEDSMALLBUSINESS US NRC -- HQ -] SMALLBUSINESS [(WOSB) ELIGIBLEUNDER THE WNOMEN-OWNED ACQUI SIT ION MANAGEMENT DIVISION 0 HUBZONESMALL SMALLBUSINESS PROGRAM NAICS: 61410 BUSINESS 3 EDWOSEB MAIL STOP 3WFN-05-C64MP

  • ]SERVICE-DISABLED E] S(A)

WASHINGTON DC 20555-0001 SIZE STANDARD. $ 0 VETERAN-ONED SMALL.BUSINESS

11. DELIVERY FOR FOB DESTINA- 12. DIS>COUNT TERMS 13b. RATNG TION UNLESS BLOCK IS Cl 13.£. THIS CONTRACTIS A MARKED 30 RATED ORDER UNDER Fl SEE SCHEDULE DPAS (IS CFR 700) 14. METHOD OF SOLICITATtON

[*RFO [lire D RFP 1 SELIVERTO CODE NRCHQ 16. ADMINISTEREDBY CODE JNRCHQ US NUCLEAR REGULATORY COMMISSION- US NRC - HQ MAIL PROCESSING CENTER ACQUISITION MANAGEMENT DIVISION 4930 BOILING BROOK PARKWAY MAIL STOP 3WFN-05-C64MP ROCKVILLE MD 20852 WASHINGTON DC 20555-0001.

Ila. CONTRACTOR CODE 140697405 FACILITY c I BSR. PAYMENTWILLBE MADEBY CODE(RCOPAYMENTS OFFEROR COOENI BLH TECHNOLOGIES INC US NUCLEAR REGULATORY COMMISSION 1803 RESEARCH BLVD STE 615 ONE WHITE FLINT NORTH ROCKVILLE MD 208506108 11555 ROCKVILLE PIKE MAILSTOP 03-E17A ROCKVILLE MD 20852-2738 TELEPHONENO.

E]i 7b. CHECK IF REMITTANCEIS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMITINVOICESTO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED USEE ADDENDUM

19. 20. 21. 22. 23. 24.

ITEMNO. SCHEDULE OF SUPPLIESISERVICES QUANTITY UNIT UNITPRICE AMOUNT

Title:

Technical Editing Assistance for License Renewal of Limerick Generation Station Supplemental Final. Safety Evaluation Report. The contractor shall perfom the work specified in the Statement of Work in accordance with the terms an conditions of contract no. NRC-HQ-l1-C-03-0095.

Task Order Ceiling: $4,630.00 Obligated Amount: $4,630.00 Period of performance: From date of award through August 31, 2014 (Use Reverse and/or AttBch Additional Sheets as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govf. Use Only) 2014-X0OO-FEEBASED-20-ODO4-l1-4-148-1061-252A $4,630.00 0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 5U.212-5 ARE ATTACHED. ADDENDA OARE D ARE NOTATTACHED.

0 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52212-4. FAR 52.212-5 IS ATTACHED. ADDENDA. DARE MJARE NOT ATTACHED, 028. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1] 29, AWARD OF CONTRACT: REF. OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER DATED ,_ YOUR OFFER ON SOLICITATION (BLOCK 5),

ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. HEREIN, IS ACCEPTED AS TO ITEMS:

30a. SIGNATURE OF OFFERORICONTRACTOR 31.. UNITED STATESOF AMERICA(SIGNATUREOF CONTRACTINGOFFICER) 3EE. NAm$ ANDI, - Ty-po pca n 3c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Typeor pnn,) 315 DATE SIGNED BeN~tolfa TL.GR Hayorpris f) - -7 7/2/14 IARACELIS PEREZ-ORTIZ 0/01/2014 President and CEO

  • UR I UO S EI R TIOL N ISOL TAU L E, STANDARD FOyM 14GS9 (FREV. 21U2012)

PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR 148 CFR) 53.212 SUNSI REVIEW COMPLETE

- D UlD JUL.. 16 2014 AnOW

SOLICITATION/CONTRACTIORDER FOR COMMERCIAL ITEMS 1. REQUISITION NUMBER PAGE OF OFFEROR TO COMPLETE BLOCKS 12,17, 23, 24, & 30 NRR-14-0219 1 14

2. CONTRACT NO. 3. AWARD/ 4. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION NRC-HQ-l1-C-03-0095 EFFECTIVE DATE ISSUE DATE 07/01/2014 NRC-HQ-20-14-T-0001
7. FOR SOLICITATION L a. NAME b. TELEPHONE NUMBER (No COllect calls) B. OFFER DUE DATE/LOCAL TIME INFORMATION CALL: ARACELI S PEREZ-ORT I Z
9. ISSUED BY CODE NRCHQ 10. THISACQUISITION IS W UNRESTRICTEDOR )Z SETASIDE:  % FOR:

WOMEN-OWNED SMALL BUSINESS US NRC - HQ 0 SMALLBUSINESS W (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED ACQUI SIT ION MANAGEMENT DIVISION 0 HUBZONE SMALL SMALLBUSINESS PROGRAM NAICS: 561410 BUSINESS D EDWOSB MAIL STOP 3WFN-05-C64MP WASHINGTON DC 20555-0001 []SERVICE-DISABLED ED 8(A)

VETERAN-OWNED SIZE STANDARD: $7 0 SMALL BUSINESS

11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERMS 13b. RATING TION UNLESS BLOCK IS 0] 13a. THIS CONTRACT ISA MARKED 30 RATED ORDER UNDER DPAS (15 CFR 700) 14. METHOD OF SOLICITATION

[ SEE SCHEDULE L2RFQ [--IFB RFP

15. DELIVER TO coDE JNRCHQ 16. ADMINISTERED BY CODE rRCHQ US NUCLEAR REGULATORY COMMISSION- US NRC - HQ MAIL PROCESSING CENTER ACQUISITION MANAGEMENT DIVISION 4930 BOILING BROOK PARKWAY MAIL STOP 3WFN-05-C64MP ROCKVILLE MD 20852 WASHINGTON DC 20555-0001 17a. CONTRACTOR/ CODE 1140697405 FACILITY 18a. PAYMENT WILLBE MADEBY CODE INRC PAYMENTS OFFEROR CODE BLH TECHNOLOGIES INC US NUCLEAR REGULATORY COMMISSION

.1803 RESEARCH BLVD STE 615 ONE WHITE FLINT NORTH ROCKVILLE MD 208506108 11555 ROCKVILLE PIKE MAILSTOP 03-El7A ROCKVILLE MD 20852-2738 TELEPHONE NO.

-17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER l8b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 1Ba UNLESS BLOCK BELOW IS CHECKED r-SEE ADDENDUM

19. 20. 21. 22. 23. 24.

ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

Title:

Technical Editing Assistance for License Renewal of Limerick Generation Station Supplemental Final Safety Evaluation Report. The contractor shall perfom the work specified in the Statement of Work in accordance with the terms an conditions of contract no. NRC-HQ-1I-C-03-0095.

Task Order Ceiling: $4,630.00 Obligated Amount: $4,630.00 Period of performance: From date of award through August 31, 2014 (Use Reverse and/orAttach Additional Sheets as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 2014-X0200-FEEBASED-20-20D004-11-4-148-1061-252A $4, 630.00 r- 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA [:]ARE WARE NOTATTACHED.

10 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA WARE Nj ARE NOT ATTACHED.

9)28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 E] 29. AWARD OF CONTRACT: REF. OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER DATED . YOUR OFFER ON SOLICITATION (BLOCK 5),

ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. HEREIN, IS ACCEPTED AS TO ITEMS:

30a. SIGNATURE OF OFFERORJCONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 3Gb, NAME AND TITLE OF SIGNER (Type orpnnt) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print) 31c. DATE SIGNED 3RACELIS PEREZ-ORTIZ 07/01/2014 3*.12 APREIOUS EDITION N UEPRI ODUCS E PecTIrObeN bGTASA--FAR(449 IREFV. 2 P PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR 148 CFR) 53.212

TABLE OF CONTENTS A.1 PR IC E SC HED ULE ............................................................................................ 2 A.2 CONSIDERATION AND OBLIGATION--TASK ORDERS (AUG 2011)

ALTERNATE I (AUG 2011) ....................................................................................... 2 A.3 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (AUG 2011) ........... 2 A.4 NRCG030 ELECTRONIC PAYMENT (SEP 2014) ............................................. 2 A.5 NRCH480 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENT/REMITTANCE ADDRESS ....................................................................... 3 A.6 NRCH470 GREEN PURCHASING (SEP 2013) ............................................... 3 A.7 NRCH400 SECURITY REQUIREMENTS RELATING TO THE PRODUCTION OF REPORT(S) OR THE PUBLICATION OF RESULTS UNDER CONTRACTS, AG REEM ENTS, AND GRANTS ................................................................................ 3 A .8 STATEM ENT O F WO RK ..................................................................................... 5 Page 1 of 12

A.1 PRICE SCHEDULE

ýJt E30,2-04 IIIGUJST 31,20144 L.ABGRHOUR~Q 0023 TASK 8: RELATED SUPPORT 0023a PROJECT MANAGER HOUR 0023b TECHNICAL EDITOR - HOURR 0023c DOCUMENT SPECIALIST $HOUR63000 ESTIMATED TASK ORDER SUBTOTAL $4,630.00 A.2 CONSIDERATION AND OBLIGATION--TASK ORDERS (AUG 2011)

ALTERNATE I (AUG 2011)

(a) The ceiling of this order for services is $4,630.00.

(b) This order is subject to the minimum and maximum ordering requirements set forth in the contract.

(c) The amount obligated for this order is $4,630.00.

(d) The Contractor shall comply with the provisions of FAR 52.232 Limitation of Cost, for fully-funded delivery orders or task orders.

A.3 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (AUG 2011)

This order shall commence on date of award and will expire on August 31, 2014.

A.4 NRCG030 ELECTRONIC PAYMENT (SEP 2014)

The Debt Collection Improvement Act of 1996 requires that all payments except IRS tax refunds be made by Electronic Funds Transfer. Payment shall be made in accordance with FAR 52.232-33, entitled "Payment by Electronic Funds-Central Contractor Registration".

To receive payment, the contractor shall prepare invoices in accordance with NRC's Billing Instructions. Claims shall be submitted on the payee's letterhead, invoice, or on the Government's Standard Form 1034, "Public Voucher for Purchases and Services Other than Personal," and Standard Form 1035, "Public Voucher for Purchases Other than Personal - Continuation Sheet." The preferred method of submitting invoices is electronically to: NRCPayments(Dnrc.gov.

(End of Clause)

Page 2 of 12

A.5 NRCH480 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENT/REMITTANCE ADDRESS The Debt Collection Improvement Act of 1996 requires that all Federal payments except IRS tax refunds be made by Electronic Funds Transfer. It is the policy of the Nuclear Regulatory Commission to pay government vendors by the Automated Clearing House (ACH) electronic funds transfer payment system. Item 15C of the Standard Form 33 may be disregarded.

(End of Clause)

A.6 NRCH470 GREEN PURCHASING (SEP 2013)

(a) In furtherance of the sustainable acquisition goals included in Executive Order 13514, "Federal Leadership in Environmental, Energy, and Economic Performance,"

products and services acquired under this contract/order shall be energy-efficient (Energy Star or Federal Energy Management Program (FEMP) designated),

water-efficient, biobased, environmentally preferable (e.g., Electronic Product Environmental Assessment Tool (EPEAT) certified), non-ozone depleting, recycled content, and non-toxic or less toxic alternatives, to the maximum extent practicable in meeting NRC contractual requirements.

(b) See NRC's Green Purchasing Plan (GPP) at:

http://pbadupws.nrc.gov/docs/ML1219//ML12191Al30.pdf and the General Service .

Administration's (GSA) Green Procurement Compilation at:

http://www.gsa.gov/portal/content/198257.

(c) The contractor shall flow down this clause into all subcontracts and bther agreements that relate to performance of this contract/order.

(End of Clause)

A.7 NRCH400 SECURITY REQUIREMENTS RELATING TO THE PRODUCTION OF REPORT(S) OR THE PUBLICATION OF RESULTS UNDER CONTRACTS, AGREEMENTS, AND GRANTS Review and Approval of Reports (a) Reporting Requirements. The contractor/grantee shall comply with the terms and conditions of the contract/grant regarding the contents of the draft and final report, summaries, data, and related documents, to include correcting, deleting, editing, revising, modifying, formatting, and supplementing any of the information contained therein, at no additional cost to the NRC. Performance under the contract/grant will not be deemed accepted or completed until it complies with the NRC's directions. The reports, summaries, data, and related documents will be considered draft until approved by the NRC. The contractor/grantee agrees that the direction, determinations, and decisions on approval or disapproval of reports, summaries, data, and related Page 3 of 12

documents created under this contract/grant remain solely within the discretion of the NRC.

(b) Publication of Results. Prior to any dissemination, display, publication, or release of articles, reports, summaries, data, or related documents developed under the contract/grant, the contractor/grantee shall submit them to the NRC for review and approval. The contractor/ grantee shall not release, disseminate, display or publish articles, reports, summaries, data, and related documents, or the contents therein, that have not been reviewed and approved by the NRC for release, display, dissemination or publication. The contractor/grantee agrees to conspicuously place any disclaimers, markings or notices, directed by the NRC, on any articles, reports, summaries, data, and related documents that the contractor/grantee intends to release, display, disseminate or publish to other persons, the public, or any other entities. The contractor/grantee agrees, and grants, a royalty-free, nonexclusive, irrevocable worldwide license to the government, to use, reproduce, modify, distribute, prepare derivative works, release, display or disclose the articles, reports, summaries, data, and related documents developed under the contract/grant, for any governmental purpose and to have or authorize others to do so.

(c) Identification/Marking of Sensitive Unclassified Non-Safeguards Information (SUNSI) and Safeguards Information (SGI). The decision, determination, or direction by the NRC that information possessed, formulated or produced by the contractor/grantee constitutes SUNSI or SGI is solely within the authority and discretion of the NRC. In performing the contract/grant, the contractor/grantee shall clearly mark SUNSI and SGI, to include for example, OUO-Allegation Information or OUO-Security Related Information on any reports, documents, designs, data, materials, and written information, as directed by the NRC. In addition to marking the information as directed by the NRC, the contractor shall use the applicable NRC cover sheet (e.g., NRC Form 461 Safeguards Information) in maintaining these records and documents. The contractor/grantee shall ensure that SUNSI and SGI is handled, maintained and protected from unauthorized disclosure, consistent with NRC policies and directions. The contractor/grantee shall comply with the requirements to mark, maintain, and protect all information, including documents, summaries, reports, data, designs, and materials in accordance with the provisions of Section 147 of the Atomic Energy Act of 1954 as amended, its implementing regulations (10 CFR 73.21), Sensitive Unclassified Non-Safeguards and Safeguards Information policies, and NRC Management Directives and Handbooks 12.5, 12.6 and 12.7.

(d) Remedies. In addition to any civil, criminal, and contractual remedies available under the applicable laws and regulations, failure to comply with the above provisions, and/or NRC directions, may result in suspension, withholding, or offsetting of any payments invoiced or claimed by the contractor/grantee.

(e) Flowdown. If the contractor/grantee intends to enter into any subcontracts or other agreements to perform this contract/grant, the contractor/grantee shall include all of the above provisions in any subcontracts or agreements.

(End of Clause)

Page 4 of 12

A.8 STATEMENT OF WORK COVER PAGE ADDENDUM TO TASK ORDER STATEMENT OF WORK (SOW)

Project

Title:

Technical Editing Assistance for License Renewal of Limerick Generation Station Supplemental Final Safety Evaluation Report Job Code: J4709 Contract No.: NRC-HQ-1 1-C-03-0095 Task Order No.: Limerick Generation Station Supplement to FSER NRC Requisition Office: Office of Nuclear Reactor Regulations NRC COR: Leslie Perkins Fee Recoverable: Yes TAC Numbers: ME6555, ME6556 Docket Number: 50-352, 50-353 Contractor: BLH Technologies, Inc.

Page 5 of 12

TASK ORDER STATEMENT OF WORK

1. PROJECT TITLE Technical Editing Assistance for License Renewal Limerick Generation Station Supplemental Final Safety Evaluation Report
2. BACKGROUND Based on the Atomic Energy Act, the U.S. Nuclear Regulatory Commission (NRC) issues licenses for commercial nuclear power reactors to operate for up to 40 years and allows these licenses to be renewed for another 20 years. The license renewal safety requirements are published as Title 10 of the Federal Code of Regulations Part 54, respectively. The NRC has published regulatory guidance for the NRC staff (the staff) to follow when reviewing applications to address radiological and non-radiological environmental issues titled the "Environmental Standard Review Plan," NUREG-1 555 issued March 2000 (ESRP) to ensure conformance with its review process and to share the process with stakeholders. The NRC has also published regulatory guidance for the staff to follow when reviewing applications to address safety issues titled NUREG-1 800, "Standard Review Plan for Review of License Renewal Applications for Nuclear Power Plants," Revision 2 issued December 2010 (SRP-LR) to ensure the quality and uniformity of staff reviews and to share the process with stakeholders.

The staff documents its support for the final related regulatory decisions in two NUREG-series publications: Supplemental Environmental Impact Statements (SEISs) and Safety Evaluation Reports (SERs). For each nuclear power plant license renewal application (LRA) and environmental report (ER) received from an applicant for license renewal, the staff publishes one draft SEIS (DSEIS), one final SEIS (FSEIS), one SER with open items, and one final SER.

The SER documents the results of the staff's safety review of the LRA and describes the technical details considered in evaluating the safety aspects of the proposed extended operation. The staff issued the final SER for the Limerick Generation Station license renewal review in January 2013.

The staff issues Supplements to the FSERs when new issues are identified by the applicant or when the staff issues new guidance regarding technical issues that could potentially change the staff's conclusions in the FSER. Supplemental final SERs can range from 60-100 pages and are typically about 80 pages in length.

3. SCOPE The contract is to obtain expert document layout, assembly, formatting, and technical editing services to assist the NRC's Office of Nuclear Reactor Regulation, Division of License Renewal (DLR) to prepare supplement to the final SER for Limerick Generation Station Page 6 of 12
4. APPLICABLE DOCUMENTS AND STANDARDS
a. Electronic files shall be the following:
1) Accessible: comply with Section 508 of the Rehabilitation Act (check the accessibility); accessible to screen readers; high contrast in black and white if any color is used; any information conveyed with color is conveyed equally well when color is not available.
2) Archival: generate PDF using Adobe Acrobat Professional 9.0 with NRC downloaded NRC distiller and preflight profiles or NRC designated PDF generator and PDF/A format, an international standard for archival PDFs; embed fonts; update/delete metadata (http://www.nrc.gov.gov/site-help/electronic-sub-ref-mat.html).
3) Print-ready: min. 600 dpi (1,200 dpi recommended) for high-quality, professional printing; include print disclaimers for any scanned or pixelated images; the PDF shall be an entire document, including cover, inside cover, title page, NRC Form 335, etc. (see NUREG-1 757).
4) Web-enabled (electronic): bookmarks for navigation (generated by Microsoft Office Word 2007, or current NRC designated word processing software, as directed by the TM, with the heading styles applied); live links to Web sites (entire URL shall be active); meet NRC Web publication standards; enabled for Fast Web view; match agency-wide electronic standards (http://www.nrc.qov/site-help/e-submittals.html).
b. Specifically, the Microsoft Office Word 2010 file shall use the following:

1 ) Styles

2) Automated formatting (no manually tabbed columns)
3) Linked bookmarks or anchors for the table of contents or other document guides that jump to specific sections of the text
4) Headers and other structural markup
5) Abbreviation list
6) List and link figures, equations, tables, etc.
7) Formatted tables with simple columns (do not nest tables, mark column headers if possible)
8) Embedded fonts and objects
c. The contractor shall use the following guidelines for file names:
1) Use ASCII letters (a-z, A-Z), digits (0-9), underscores and hyphens ("_" and
2) Do not use spaces, quotation marks, diacritic marks or other special/non-printing characters
3) Reserve the period (".", full stop) for the file extension at the end of the filename
d. In addition to general document quality standards, the contractor shall meet the following standards in:
1) U.S. Government Printing Office (GPO) Style Manual
2) NUREG-0650, "Preparing NUREG-series Publications," Revision 2
3) NUREG-1379, "NRC Editorial Style Guide," Revision 2 Page 7 of 12
4) NUREG-0544, "NRC Collection of Abbreviations," Revision 4
5) License Renewal Project Manager Handbook, Attachment 9, "Safety Evaluation Report (SER) Style Guide"
6) License Renewal Project Manager Handbook, Attachment 29, "Safety Evaluation
7) www.plainlanquagqe.gov
8) Section 508 of the Rehabilitation Act
5. SPECIFIC TASKS The contractor shall prepare, layout, assemble, format, and technical edit the Supplement to the final SER for Limerick Generating Station. The format and content of the deliverables shall be consistent NUREG-1379, "NRC Editorial Style Guide," Revision 2, and follow Section 2.6.1 "NRC's Plain Language and Editorial Guidelines" of NRC Management Directive 3.7, "NUREG-Series Publications,"

(MD 3.7).

Recommended technical editorial changes should be provided to the COR in a track changes format for review. The COR may provide comments and revisions to the supplement to the final SER to the contractor, requiring turnaround within 1-2 business days, as directed by COR. The contractor shall revise the SER based on comments and revisions provided by the COR and submit a final supplement to the SER.

6. DELIVERABLES AND DELIVERY SCHEDULE The deliverable will include at minimum a word processing source file, an electronic "print" file in Portable Document Format (PDF), and a printed camera-ready document from the PDF file. The contractor shall be responsible for structuring the deliverable to follow Federal and agency standards for publications. The current agency word processing standard is Microsoft Office Word 2010. The contractor shall use the

.latest agency-designated version of this agency standard. The source and PDF files shall be automated structured, and reusable (i.e., applies templates, contain automatic bookmarks, have "live" Web links). The contractor shall consider long-term use and revision when establishing styles.. This will be evidenced by styles that are constructed for ease of use and that apply automated functions. The contractor shall provide a style sheet itemizing the specifications for each style or tag applied in the word processing program. For example, the style sheet will note the name of the style, formatting details, and the specific functions of and use for each style. The contractor shall include corrections to meet quality standards as a part of this deliverable.

The contractor shall ensure the deliverable is in NRC-approved version of Microsoft Office Word 2010 and the file shall use the following:

1. Styles
2. Automated formatting (no manually tabbed columns)
3. Linked bookmarks or anchors for the table of contents or other document guides that jump to specific sections of the text
4. Headers and other structural markup
5. Document-specific abbreviation list (i.e., Final SER)

Page 8 of 12

6. List and link figures, equations, tables, etc.
7. Formatted tables with simple columns (do not nest tables, mark column headers if possible)
8. Embedded fonts and objects The contractor shall provide deliverable that are accessible, archival-quality, print-ready, Web-enabled PDF and DOC source files that meet Federal and agency requirements for publications. The print and electronic copies shall match (print the paper copy from the PDF, which is generated from the Microsoft Office Word 2010 file).

Electronic files shall be the following:

1. Accessible: comply with Section 508 of the Rehabilitation Act; accessible to screen readers; high contrast in black and white if any color is used; any information conveyed with color is conveyed equally well when color is not available.
2. Archival: generate PDF using Adobe Acrobat Professional 9.0 with NRC downloaded NRC distiller and preflight profiles or NRC designated PDF generator and PDF/A format, an international standard for archival PDFs; embed fonts; update/delete metadata (http://www. nrc.gov/site-help/electronic-sub-ref-mat. html).
3. Print-ready: minimum 600 dpi (1,200 dpi recommended) for high-quality, professional printing; include print disclaimers for any scanned or pixelated images; the PDF shall be an entire document, including cover, inside cover, title page, NRC Form 335, etc. (see NUREG-1757).
4. Web-enabled (electronic): bookmarks for navigation (generated by Microsoft Office Word 2010, or current NRC designated word processing software, as directed by the TM, with the heading styles applied); live links to Web sites (entire URL shall be active); meet NRC Web publication standards; enabled for Fast Web view; match agencywide electronic standards (http://www.nrc.qov/site-help/e-submittals.html).
5. Be delivered "camera ready" on CD-ROM, "camera ready" meaning that the supplement to final SER is ready to be published as a NUREG.

The contractor shall use the following guidelines for file names:

1. Use ASCII letters (a-z, A-Z), digits (0-9), underscores and hyphens ("_" and
2. Do not use spaces, quotation marks, diacritic marks or other special/non-printing characters
3. Reserve the period (".", full stop) for the file extension at the end of the filename In addition to general document quality standards, the contractor shall meet the following standards in:
1) U.S. Government Printing Office (GPO) Style Manual
2) NUREG-0650, "Preparing NUREG-series Publications," Revision 2
3) NUREG-1379, "NRC Editorial Style Guide," Revision 2
4) NUREG-0544, "NRC Collection of Abbreviations," Revision 4
5) License Renewal Project Manager Handbook, Attachment 9, "Safety Evaluation Report (SER) Style Guide" Page 9 of 12
6) License Renewal Project Manager Handbook, Attachment 29, "Safety Evaluation Report Writing Guide Lines and Samples"
7) www.plainlanquagqe.Qov
8) Section 508 of the Rehabilitation Act In cases where SER style guide conflicts with any of the guidance listed above, the contractor shall follow the SER guide. If SER style guide is being revised, the TM may provide guidance in lieu of the SER style guide.

The contractor shall be responsible for the following document properties:

1.Layout 2.Assembly

3. Formatting 4.Version control 5.Producing a production-ready document The contractor shall be responsible for services to improve the quality, clarity, and consistency of the SER. The contractor shall also be responsible for the following:
1. Verifying the message is a coherent and logical flow of ideas
2. Correcting syntax, grammar, spelling, and punctuation in accordance with NRC guidance
3. Ensuring consistent use of terms, acronyms, abbreviations, and symbols
4. Correcting disagreement of the subject and verb and faulty parallelisms
5. Eliminating ambiguities, redundancy (wordiness), and overuse of the passive voice
6. Ensuring consistency and accuracy of heading styles, headers, and footers
7. Consistency of equations
8. Consistency and clarity of tables and figures; and redesigning them (as required) to improve their visual effectiveness
9. The accuracy of references and cross-references
10. Verifying references are available to the public
11. Developing table of contents
12. Developing index
13. Consistency of text, figures, table headings, and section headings with the table of contents
14. Pagination-verifying page numbers are consistent with the table of contents and index Items determined to be missing or incorrect will be corrected by the contractor. If not incorporated after initial identification by NRC, the contractor will add/correct at its own expense.

The NRC has an expectation that the contractor shall be able to perform technical editing of a minimum of 70 pages per business day as well as format a minimum of 70 pages per business day.

Deliverables shall be delivered on the dates specified in the task order. If for any reason a deliverable cannot be delivered within the scheduled time frame, the Contractor shall notify the NRC Contracting Officer's Representative and in writing with cause of delay and the proposed revised schedule. This notice shall include the impact on the overall project. The NRC Contracting Officer's representative shall make a business Page 10 of 12

decision about the impact of the delay and forward the impact to the Contracting Officer.

The deliverable shall first be submitted in draft for NRC review. NRC shall have at 30 working days to review the draft deliverable and respond with comments or approval.

Upon approval by NRC of the original draft or the corrected draft, the deliverable shall be delivered in final form to the NRC Contractor Officer's Representative. For each deliverable (draft or final), the Contractor shall provide one (1) electronic version of the deliverable to the COR, unless otherwise indicated.

DELIVERABLE SCHEDULE DESCRIPTION DUE Draft Supplemental Final SER July 7, 2014 Final Supplemental Final SER August 12, 2014

7. Labor Categories and Level-of-Effort (LOE)
a. The contractor shall provide a project manager to oversee the efforts and ensure the timely submission of quality deliverables that meet the requirements of the statement of work (SOW).
b. The contractor shall provide a document specialist who will be responsible for administrative support, document layout, assembly, formatting, and production services that shall follow NRC's style guidance and the SOW.
c. The contractor shall provide a technical editor who shall verify the document is in accordance with the NRC's style guidance and SOW and is grammatically correct.
d. The contractor personnel shall also have expertise in the use of Microsoft Office Word 2010 or current NRC designated word processing software, as directed by the COR.

Labor Category Estimated Estimated Total Hrs.

Hours per Delivery Orders (life of Delivery (Qty. for life of contract) order contract)

Project Manager 14 1 14 Technical Editor 20 1 20 Document Specialist 20 1 20 Total 54

8. GOVERNMENT-FURNISHED PROPERTY/MATERIAL The COR will provide the contractor with Limerick Generation Station Supplement to FSER for editing. The COR will also provide the contractor with the following guidance documents related to this effort:

Page 11 of 12

  • License Renewal Project Manager Handbook, Attachment 9, "Safety Evaluation Report (SER) Style Guide"
  • License Renewal Project Manager Handbook, Attachment 29, "Safety Evaluation Report Writing Guide Lines and Samples" The following NUREG reports related to this effort are available through the NRC Agencywide Document Access and Management System (ADAMS).

NUREG-1379, "NRC Editorial Style Guide," Revision 2, is available through ADAMS at:

http://www.nrc.qov/readinq-rm/adams.html#web-based-adams(Accession No. ML093280744)

NUREG-0544, "NRC Collection of Abbreviations," Revision 4, is available through ADAMS at: http://www.nrc.qov/readinc-rm/adams.html#web-based-adams (Accession No. ML041050544)

NUREG-0650, "Preparing NUREG-serious publications," Revision 2, is available through ADAMS at http://www.nrc.qov/reading-rm/adams.html#web-based-adams (Accession No. ML041050294)

An electronic copy M.D 3.7, "NUREG-Series Publications" will be provided if requested by the contractor

9. PLACE OF PERFORMANCE The work will be performed at the contractor's site.
10. PERIOD OF PERFORMANCE The period of performance shall be from date of task order award to August 31, 2014.
11. SECURITY The work will be unclassified Page 12 of 12