ML18053A297
| ML18053A297 | |
| Person / Time | |
|---|---|
| Issue date: | 02/22/2018 |
| From: | Brown W Acquisition Management Division |
| To: | Dill K Project Performance Co |
| References | |
| GS35F0068J | |
| Download: ML18053A297 (3) | |
Text
___________
(x)
NRC-HQ-11-15-T-0001 x GS35F0068J copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
See Schedule 622496230 PROJECT PERFORMANCE COMPANY LLC NRCHQ WASHINGTON DC 20555-0001 MAIL STOP 3WFN-05-C64MP ACQUISITION MANAGEMENT DIVISION US NRC - HQ NRCHQ WASHINGTON DC 20555-0001 MAIL STOP TWFN-5E03 ACQUISITION MANAGEMENT DIVISION US NRC - HQ NSIR-18-0019 See Block 16C M0010 3
1
- 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
- 12. ACCOUNTING AND APPROPRIATION DATA (If required) is not extended.
is extended, Items 8 and 15, and returning Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers
- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS FACILITY CODE CODE 10B. DATED (SEE ITEM 13) 10A. MODIFICATION OF CONTRACT/ORDER NO.
9B. DATED (SEE ITEM 11) 9A. AMENDMENT OF SOLICITATION NO.
CODE
- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)
- 7. ADMINISTERED BY (If other than Item 6)
CODE
- 6. ISSUED BY PAGE OF PAGES
- 4. REQUISITION/PURCHASE REQ. NO.
- 3. EFFECTIVE DATE
- 2. AMENDMENT/MODIFICATION NO.
- 5. PROJECT NO. (If applicable)
- 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 07/22/2015 ATTN KEITH DILL 1760 OLD MEADOW RD STE 100 MC LEAN VA 22102 Net Increase:
$150,000.00 CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER (Specify type of modification and authority) appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
E. IMPORTANT:
Contractor is not, is required to sign this document and return __________________ copies to the issuing office.
ORDER NO. IN ITEM 10A.
FAR 52.217-9 Option to Extend the Term of the Contract x
- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
X 1
The purpose of this modification is to decrease the remaining ceiling of Option Year 2 by
$183,401.09 from $775,767.00 to $592,365.91 and increase CLIN 3008 by $183,401.09 from
$11,837.00 to $195,238.09, thereby increasing the Option Year 3 ceiling from $786,168.72 to
$969,569.81.
This modification exercises Option Year 3 in the amount of $969,569.81 and extends the period of performance to 03/02/2019. This modification also incrementally funds Option Year 3 in the amount of $150,000.00 thereby increasing the total obligation from $2,484,641.82 to $2,634,641.82.
See attached continuation page for more detail.
Continued...
16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15A. NAME AND TITLE OF SIGNER (Type or print) 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 15B. CONTRACTOR/OFFEROR 16C. DATE SIGNED (Signature of person authorized to sign)
(Signature of Contracting Officer)
WANDA M. BROWN STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA FAR (48 CFR) 53.243 NSN 7540-01-152-8070 Previous edition unusable Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect.
02/22/2018
ITEM NO.
SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NAME OF OFFEROR OR CONTRACTOR 2
3 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF PROJECT PERFORMANCE COMPANY LLC (A)
(B)
(C)
(D)
(E)
(F)
GS35F0068J/NRC-HQ-11-15-T-0001/M0010 Total Obligation: $2,634,641.82 (changed)
Base and Exercised Options (Ceiling):
$3,299,655.06 (changed)
Base and All Options: $4,282,856.24 (unchanged)
Period of Performance: 07/29/2015 to 03/02/2019 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)
Sponsored by GSA FAR (48 CFR) 53.110
Emergency Response Data System (EROS) GS35F0068J/NRC-HQ-11-15-T-0001 Modification M0010 Page 3 3
Accordingly, the following change for Contract No. GS35F0068J/NRC-HQ-11-15-T-0001 is as follows:
B.4 PRICE SCHEDULE Option Year 3 (3/3/2018 - 03/02/2019)
CLIN GSA IT LABOR CATEGORY RATE QUANTITY (HRS)
TOTAL 3001 Group/Project Manager
$172.55 120
$20,706.00 3002 Senior Systems Developer (2)
$118.75 3,760
$446,500.00 3003 Senior Information Technology Specialist - 24x7 Support
$118.37 96
$11,363.52 3004 Junior S/W Process Improvement SME - 24x7 Support
$88.53 240
$21,247.52 TOTAL FIXED PRICE Option Year 3 4,216
$499,816.72 3005 Travel NTE
$16,000 3006 Hardware/Software NTE
$240,000 ESTIMATE LH HRS 3007 Software Project Manager
$185.15 100
$18,515.00 3008 Senior Information Technology Specialist
$118.37 100
$195,238.09 TOTAL LABOR HOURS (NTE) 200
$213,753.09 TOTAL ESTIMATE COSTS Option Year 3
$969,569.81 All other terms and conditions remain unchanged.