ML15107A090

From kanterella
Jump to navigation Jump to search
Task Order No. NRC-HQ-20-15-T-0002 Under Delivery No. NRC-HQ-25-14-E-0005
ML15107A090
Person / Time
Site: Oconee  Duke Energy icon.png
Issue date: 04/14/2015
From: Mary Thompson
Acquisition Management Division
To:
Energy Research
References
NRC-HQ-25-14-E-0005
Download: ML15107A090 (11)


Text

ORDER FOR SUPPLIES OR SERVICES PAGE OF PAGES IMPORTANT: Mark all packages and papers with contract and/or order numbers. 1 1 112

1. DATE OF ORDER 2. CONTRACT NO. (If any) 6. SHIP TO 03NRC-HQ-25-14-E-0005 a. NAME OF CONSIGNEE
3. ORDER NO. 4. REQUISITION/REFERENCE NO.

NRC-HQ-20-15-T-0002 INRR-15-0093 ATTN DAVIDA CUNANAN

5. ISSUING OFFICE (Address correspondenceto) b. STREET ADDRESS US NRC - HQ 11555 ROCKVILLE PIKE ACQUISITION MANAGEMENT DIVISION MS OWFN 10 B3 MAIL STOP 3WFN-05-C64MP WASHINGTON DC 20555-0001 C. CITY d. STATE e. ZIP CODE ROCKVILLE MD 20852
7. TO f. SHIP VIA
a. NAME OF CONTRACTOR ENERGY RESEARCH INC 8. TYPE OF ORDER
b. COMPANY NAME [:]a. PURCHASE b. DELIVERY
c. STREETADDRESS REFERENCE YOUR 6189 EXECUTIVE BLVD Except for billing instructions on the reverse, this delivery order is subject to instructions contained on this side only of this form and is issued Please furnish the following on the terms subject to the terms and conditions and conditions specified on both sides of of the above-numbered contract.
d. CITY e. STATE I. ZIP CODE this order and on the attached sheet, if any, ROCKVI LLE MD 208523901 including delivery as indicated.
9. ACCOUNTINGAND APPROPRIATION DATA 10. REQUISITIONING OFFICE See Schedule OFF OF NUCLEAR REACTOR REGULATION
11. BUSINESS CLASSIFICATION (Creck appropriate box(es)) 12. F.O.B. POINT D a. SMALL b. OTHER THAN SMALL W c. DISADVANTAGED W g. SERVICE-DISABLED W d. WOMEN-OWNED e. HUBZone t]

I. EMERGING SMALL VETERAN-BUSINESS OWNED

13. PLACE OF 14. GOVERNMENT BIL NO. 15. DELIVER TO F.O.B. POINT 16. DISCOUNT TERMS ON OR BEFORE (ate)
a. INSPECTION b. ACCEPTANCE 11/30/2015 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) (e) (f) (g)

Task Order 4 Entitled "Technical Assistance in Support of Oconee Nuclear Station (ONS)

Unit Nos. I, 2 and 3; Docket Nos. 50-269, 50-270 & 50-287 License Amendment Request (LAR) to Reduce Allowed Maximum Rated Thermal Power When High Pressure Injection Continued

18. SHIPPING POINT 19. GROSS SHIPPING WEIGHT 20. INVOICE NO. 17(h)

TOTAL (Cont.

pages) a.NAME

21. MAIL INVOICE TO:

$0 . 00 4 US NUCLEAR REGULATORY COMMISSION SEE BILLING INSTRUCTIONS b. STREETADDRESS ONE WHITE FLINT NORTH ONREVERSE (orP.O. Box) 11555 ROCKVILLE PIKE 17(i)

MAILSTOP 03-El7A GRAND TOTAL

c. CITY d. STATE e. ZIP CODE $61, 875.10 4 ROCKVILLE MD 2110852-2738
22. UNITED STATES OF 03/23/2015 23. NAME (Typed)

AMERICA BY (Signature) MARK THOMPSON

..... *---  : *-"- -- _ TITLE: CONTRACTING/ORDERING OFFICER AUTHORIZED FOR LOCAL REPRODUCTION OPTIONAL FORM 347 Re., 4=0'6)

PREVIOUS EDITIONNOT USABLE P erbed byGSAIFAR 48 cFR 53.213(,

SUNSI REVIEW COMPLETE TEMPLATE ADMOO, APR 1 42015 hn"07

ORDEr )R SUPPLIES OR SERVICES PAGE NO I SCMEDULE - CONTINUATION IMPORTANT: Mark all packages and papers with contract and/or order numbers.

DATE OF ORDER ICONTRACT NO. ORDER NO NRC-HQ-25-14-E-0005 NRC-HQ-20-15-T-0002 ITEM NO. SUPPLIES/SERVICES QUANTITY UNITI UNIT AMOUNT QUANTITY ORDERED PRICE ACCEPTED (a) (b) (c) (d) (e) M (g)

(HPI) Equipment Is Inoperable License Amendment Request No. 2013-03 (MF4668),"

under Enterprisewide Contract Number NRC-HQ-25-14-E-0005.

This task order is fully funded at

$61,875.60.

Period of Performance: March 23, 2015 -

November 30, 2015 Total Task Order Ceiling: $61,875.60 Total Obligated amount: $61,875.60 Contracting Officer's Representative (COR):

Davida Cunanan Email: Davida. Cunanan@nrc.gov Phone: 301-415-3573 Contractor POC (Business):

Tracey Mullinix, Contract Administrator Email: tlm@eri-world.com Phone: 301-881-0866 Contractor POC (Technical):

Dr. Mohsen Kahtib-Rahbar, President Email: mkrl@eri-world.com Phone: 301-881-0866 ERtAuthorized Official Date Contracting Officer's Representative:

Davida Cunanan Accounting Info:

2015-X0200-FEEBASED-20-20D008-11-4-149-1128-251A TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17(H)) *'I ,$0.00 AUTHORIZED FOR LOCAL REPODUCTION OPTIONAL FORM 348 (Rev.4r0o6i PREVIOUS EDITION NOT USABLE Prelbed by GSAFAR(48 CFR)53.213(f)

TASK ORDER 04 - Unrestricted EWC IDIQ for ERI SECTION B - SUPPLIES OR SERVICES AND PRICEICOSTS B.1 PRICE/COST SCHEDULE CLIN DESCRIPTION OF ESTIMATED FIXED FEE TOTAL COST SUPPLIESISERVICES COST PLUS FIXED FEE 0001 Contractor to provide Technical Assistance in accordance with section C:

DESCRIPTION!

SPECIFICATIONS/

STATEMENT OF WORK Total 1I $61,875.60 NRCB044 CONSIDERATION AND OBLIGATION-INDEFINITE-QUANTITY CONTRACT (a) The estimated total quantity this cont ct for the products/services under this contract is

$61,875.60 of which the sum of r epresents the estimated reimbursable costs, and of which epresents fixed-fee.

(b) The Contracting Officer will obligate funds on each task order issued.

(c) The amount currently obligated b the Government with respect to this contract is

$61,875.60 of which the sum of represents the estimated reimbursable costs, and of which Vrepresents the O '-

ee.

(d) This is an incrementally-funded contract and FAR 52.232 "Limitation of Funds" applies.

(e) The Contractor shall comply with the provisions of FAR 52.232 Limitation of Cost for fully-funded task orders and FAR 52.232 Limitation of Funds for incrementally-funded task orders, issued hereunder.

(End of Clause)

SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK FOR ERI UNRESTRICTED EWC TASK ORDER 04 NRC Requisition Office: Office of Nuclear Reactor Regulation Fee Recoverable: Yes TAC Numbers: MF4668

1. PROJECT DESCRIPTION This project is titled, "Technical Assistance in Support of Oconee Nuclear Station (ONS)

Unit Nos. I, 2 and 3; Docket Nos. 50-269, 50-270 & 50-287 License Amendment Request (LAR) to Reduce Allowed Maximum Rated Thermal Power When High Pressure Injection (HPI) Equipment Is Inoperable License Amendment Request No. 2013-03 (MF4668)."

The objective of this task order is to obtain technical expertise to assist the U.S. Nuclear Regulatory Commission (NRC) staff in determining the technical adequacy of the license amendment request (LAR) submitted by Duke Energy Carolinas (Duke Energy) to revise TS 3.5.2 by reducing the allowed maximum rated thermal power (RTP) at which the unit can operate when select HPI System equipment is inoperable. This project falls under Section C.3.2, "Licensing Support," of the base contract.

The Statement of Work (SOW) for this Task Order falls within the unrestricted part of NRC IDIQ Enterprise-Wide Contract entitled Technical Assistance in Support of Agency Environmental and Reactor Programs, paragraph 3.2, Licensing Support.

2. BACKGROUND In accordance with the provisions of Section 50.90 of Title 10 of the Code of Federal Regulations (10 CFR), Duke Energy has submitted a request for an amendment to the Technical Specifications (TS) for ONS, Units 1, 2, and 3. The proposed amendment would revise TS 3.5.2 by reducing the allowed maximum rated thermal power (RTP) at which the unit can operate when select HPI System equipment is inoperable. These revisions were deemed necessary to correct a non-conservative Technical Specification. In accordance with the guidance of U.S. Nuclear Regulatory Commission (NRC) Administrative Letter 98-10, this condition is captured in the ONS Corrective Action Program and proper administrative controls have been established until the TS is revised. Oconee Nuclear Station requests approval of this proposed amendment by May 22, 2015.
3. SCOPE OF WORK The contractor must provide all resources necessary to accomplish the tasks and deliverables described in this statement of work (SOW).

The contractor must perform a review, confirmatory analysis as necessary, determined by the COR, and evaluation of the technical and regulatory basis for the LAR. As an output of this task order, the contractor must provide to the NRC the Technical Evaluation Report (TER) that will be used as input for the NRC staff's Safety Evaluation Report (SER), that documents the NRC's technical, legal, and safety basis for approving the license amendment request.

2

4. SPECIFIC TASKS The contractor must perform the following tasks:

Task I Kickoff Meeting

1. a Preparation for Kickoff Meeting Become familiar with the LAR submittal by the applicant.
1. b Attend Kickoff Meeting Attend a one-time kick-off meeting (either in person or via conference call) to discuss the scope of work, expectations, task order management, and performance requirements of the task order. The kick-off meeting shall be scheduled by the COR and held within ten (10) working days after contractor receipt of LAR materials.

Task 2 Review LAR Submission

2. a Evaluate the LAR Submittal Using the criteria and guidelines found in Standard Review Plan (SRP), review the LAR submitted by Duke Energy to determine the technical accuracy and regulatory compliance of the license amendment request.
2. b Prepare Draft Technical Evaluation Report Prepare a draft Technical Evaluation Report (TER) that incorporates the results of the review and evaluation. The TER must be organized to parallel the applicable sections in NRC's SRP (NUREG-800) as applicable. The TER may include other relevant information that is not included in the SRP. Only input to SER sections requiring revision must be included in the TER. The TER must contain draft text, tables, and illustrations, as appropriate, suitable for inclusion in NRC's SER. The TER must provide sufficient information to adequately support the NRC staffs rationale for why there is reasonable assurance that public health and safety is protected. The TER must be written so that a person with either non-nuclear technical background or non-technical background can understand the basis for conclusions cited.

Prepare final draft TER that incorporates comments provided by the task order Contracting Officer's Representative (COR).

As directed by the COR, participate in conference calls with ONS to discuss the LAR materials.

2. c Prepare Requests for Additional Information Identify unresolved issues and any additional or clarifying information needed in the LAR submission. Prepare draft Request for Additional Information (RAIs) for use by NRC in 3

requesting more information from the applicant to clarify issues raised during review of the LAR. Prepare final RAIs that incorporate comments provided by the COR.

As directed by the COR, participate in conference calls with the Applicant to discuss additional information to be provided or clarified with the LAR.

2. d Review RAI Responses and Update TER Review the Applicant's responses to the RAIs to determine whether they adequately resolve the outstanding issues.
2. e Perform Confirmatory Analysis Perform confirmatory analysis as required.

Update the draft TER prepared under Task 2.b to incorporate the applicant's RAI responses and revise related portions of the draft text, tables, and illustrations in the TER. Prepare a final updated TER that incorporates comments provided by the COR.

As directed by the COR, participate in conference calls with the Applicant to discuss the responses of the RAIs.

5. APPLICABLE DOCUMENTS AND STANDARDS NUREG-0800 SRP, Title 10, Code of Federal regulation (CFR).
6. DELIVERABLES AND DELIVERY SCHEDULEIREPORTING REQUIREMENTS The schedule for project deliverables is shown in the following table.

Deliverabl Deliverable and Acceptance Criteria Deliverable e Number Due Date 1 For Task 2.b, Draft TER NLT 4 weeks after award of Acceptance Criteria: COR confirms that Draft TER has the task order required content and follows the required format 2 For Task 2.b, Final Draft TER NLT 1 week after receipt of Acceptance Criteria: COR confirms that all COR comments are COR addressed in the TER. comments for the Draft TER 3 For Task 2.c, Draft RAIs NLT 2 weeks after award of Acceptance Criteria: COR confirms that Draft RAIs are task order technically sound, adequately address identified issues, and include a regulatory basis for each request.

4

4 For Task 2.c, Final RAls NLT 1 week after receipt of Acceptance Criteria: COR confirms that all COR comments are COR reflected in the RAIs. comments on the Draft RAIs.

5 For Task 2.d and 2.e, Draft Updated TER NLT 2 weeks after receipt of Acceptance Criteria: COR confirms that Draft Updated TER Applicant's RAI contains required content and incorporates all responses to responses RAIs from the licensee 6 For Task 2.d, and 2.e Final Updated TER NLT 1 week after receipt of Acceptance Criteria: All COR comments are addressed in the COR updated TER comments on Draft Updated TER 7 Per Section F.3 of the base contract, Monthly Letter Status NLT 2 0 th day of Report (MLSR) and Electronic Spending Plan (ESP) the month covering the Acceptance Criteria: MLSR and ESP are complete and prior month's contain all required information, effort The above deliverables shall be submitted electronically to the task order COR. The MLSR and ESP must also be submitted to the task order Contracting Officer (CO) as well as to the Office of Administration/Acquisition Management Division to ContractsPOT. Resource(anrc.,qov

7. REQUIRED LABOR CATEGORIES/ ESTIMATED LEVEL OF EFFORT The team must collectively have extensive knowledge in nuclear power plant systems, accident analysis, LOCAs, thermal hydraulics, Neutronics and Westinghouse Standard Technical Specifications (STS).

Labor Category Minimum Qualification Estimated Labor Requirement Hours Senior Technical Reviewer (1) At least 10 years' 240 experience and extensive knowledge in one or more of the following areas: nuclear power plant systems, Accident Analysis, thermal hydraulics, LOCAs, Neutronics and Westinghouse Standard Technical Specifications (STS).

(2) A Master's Degree in Mechanical or Nuclear Engineering is required Technical Reviewer(s) Extensive knowledge of (at 100 least 5 years' experience 5

relating to) one or more of the following areas: nuclear power plant systems, Accident Analysis, LOCAs, thermal hydraulics, Neutronics and Westinghouse Standard Technical Specifications (STS).

Project Manager Significant experience (at 40 least 5 years' experience relating to) managing technical projects of similar scope.

Administrative Support 15 TOTAL ESTIMATED LOE 395

8. GOVERNMENT-FURNISHED PROPERTY N/A
9. PERIOD OF PERFORMANCE The period of performance for this task order is as stated below, in SECTION F - Deliveries or Performance NRCF030A PERIOD OF PERFORMANCE ALTERNATE I.
10. PLACE OF PERFORMANCE Work will be performed at the contractor's site.
11. SPECIAL CONSIDERATIONS 11.1 TRAVELIMEETINGS The following travel maybe required under this task order:

One, 2 Persons, 2 Day Trip to NRC Headquarters or Licensee Facility as determined by the COR.

All travel requires prior written approval from the COR.

11.2 SECURITY Work on this task order will involve the handling of documents that contain proprietary information. Documents containing proprietary information and must be safeguarded against unauthorized disclosure. After completion of work, the documents shall either be destroyed or returned to NRC. If they are destroyed, please confirm this in an e-mail to the 6

COR with a copy to the CO and include the date and manner in which the documents were destroyed.

11.3 LICENSE FEE RECOVERY All work under this task order is license fee recoverable.

SECTION F - Deliveries or Performance NRCF030A PERIOD OF PERFORMANCE ALTERNATE I This order shall commence on date of award and will expire on November 30, 2015. (See FAR 52.216 Ordering).

(End of Clause)

SECTION H - Special Contract Requirements 2052.215-70 KEY PERSONNEL. (JAN 1993)

(a) The following individuals are considered to be essential to the successful performance of the work hereunder:

I Senior Tech Reviewer I C. Kimura

  • The contractor agrees that personnel may not be removed from the contract work or replaced without compliance with paragraphs (b) and (c) of this section.

(b) If one or more of the key personnel, for whatever reason, becomes, or is expected to become, unavailable for work under this contract for a continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the proposal or initially anticipated, the contractor shall immediately notify the contracting officer and shall, subject to the concurrence of the contracting officer, promptly replace the personnel with personnel of at least substantially equal ability and qualifications.

(c) Each request for approval of substitutions must be in writing and contain a detailed explanation of the circumstances necessitating the proposed substitutions. The request must also contain a complete resume for the proposed substitute and other information requested or needed by the contracting officer to evaluate the proposed substitution. The contracting officer and the project officer shall evaluate the contractor's request and the contracting officer shall promptly notify the contractor of his or her decision in writing.

(d) If the contracting officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated, or have otherwise become unavailable for the contract work is not reasonably forthcoming, or that the resultant reduction of productive effort would be so substantial as to impair the successful completion of the contract or the service order, the contract may be terminated by the contracting officer for default or for the convenience of the Government, as appropriate. If the contracting officer finds the contractor at fault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, or damage.

7

(End of Clause) 2052.215-71 PROJECT OFFICER AUTHORITY. (OCT 1999)

(a) The contracting officer's authorized representative hereinafter referred to as the project officer for this contract is:

Name: Davida Cunanan Address: US NRC NRR/DSS/SRXB/SFT OWF-O-10A301 Washington DC 20555 Telephone Number: 301-415-3573 Email: Davida.Cunananonrc.gov The alternate contracting officer's representative is:

Name: Shaun Anderson Address: US NRC NRR/DSS OWF O-11C12 Washington DC 20555 Telephone Number: 301-415-2039 Email: shaun.anderson@nrc.gov (b) Performance of the work under this contract is subject to the technical direction of the NRC project officer. The term technical direction is defined to include the following:

(1) Technical direction to the contractor which shifts work emphasis between areas of work or tasks, authorizes travel which was unanticipated in the Schedule (i.e., travel not contemplated in the Statement of Work or changes to specific travel identified in the Statement of Work), fills in details, or otherwise serves to accomplish the contractual statement of work.

(2) Provide advice and guidance to the contractor in the preparation of drawings, specifications, or technical portions of the work description.

(3) Review and, where required by the contract, approve technical reports, drawings, specifications, and technical information to be delivered by the contractor to the Government under the contract.

(c) Technical direction must be within the general statement of work stated in the contract. The project officer does not have the authority to and may not issue any technical direction which:

(1) Constitutes an assignment of work outside the general scope of the contract.

(2) Constitutes a change as defined in the "Changes" clause of this contract.

(3) In any way causes an increase or decrease in the total estimated contract cost, the fixed fee, if any, or the time required for contract performance.

8

(4) Changes any of the expressed terms, conditions, or specifications of the contract.

(5) Terminates the contract, settles any claim or dispute arising under the contract, or issues any unilateral directive whatever.

(d) All technical directions must be issued in writing by the project officer or must be confirmed by the project officer in writing within ten (10) working days after verbal issuance. A copy of the written direction must be furnished to the contracting officer. A copy of NRC Form 445, Request for Approval of Official Foreign Travel, which has received final approval from the NRC must be furnished to the contracting officer.

(e) The contractor shall proceed promptly with the performance of technical directions duly issued by the project officer in the manner prescribed by this clause and within the project officer's authority under the provisions of this clause.

(f) If, in the opinion of the contractor, any instruction or direction issued by the project officer is within one of the categories defined in paragraph (c) of this section, the contractor may not proceed but shall notify the contracting officer in writing within five (5) working days after the receipt of any instruction or direction and shall request that contracting officer to modify the contract accordingly. Upon receiving the notification from the contractor, the contracting officer shall issue an appropriate contract modification or advise the contractor in writing that, in the contracting officer's opinion, the technical direction is within the scope of this article and does not constitute a change under the "Changes" clause.

(g) Any unauthorized commitment or direction issued by the project officer may result in an unnecessary delay in the contractor's performance and may even result in the contractor expending funds for unallowable costs under the contract.

(h) A failure of the parties to agree upon the nature of the instruction or direction or upon the contract action to be taken with respect to the instruction or direction is subject to 52.233 Disputes.

(i) In addition to providing technical direction as defined in paragraph (b) of the section, the project officer shall:

(1) Monitor the contractor's technical progress, including surveillance and assessment of performance, and recommend to the contracting officer changes in requirements.

(2) Assist the contractor in the resolution of technical problems encountered during performance.

(3) Review all costs requested for reimbursement by the contractor and submit to the contracting officer recommendations for approval, disapproval, or suspension of payment for supplies and services required under this contract.

(End of Clause)

SECTION J - List of Documents, Exhibits and Other Attachments Attachments:

1. Monthly Letter Status Report Template 9