ML18102B705

From kanterella
Jump to navigation Jump to search
Modification No. 024 to Task Order No. 009 Under Contact No. NRC-HQ-12-C-02-0089
ML18102B705
Person / Time
Issue date: 04/11/2018
From: Mccubbin S
Acquisition Management Division
To: Maldonado P
Southwest Research Institute
References
NRC-HQ-12-C-02-0089
Download: ML18102B705 (3)


Text

___________

(x)

NRCT009 x NRC-HQ-12-C-02-0089 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.

2018-X0200-FEEBASED-50-50D007-50B703-1023-33-7-184-255B-33-7-184-1023 007936842 SOUTHWEST RESEARCH INSTITUTE NRCHQ WASHINGTON DC 20555-0001 MAIL STOP TWFN-8E06M ACQUISITION MANAGEMENT DIVISION US NRC - HQ NMSS-18-0035 04/10/2018 M0024 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 11/30/2012 ATTN PAUL MALDONADO 6220 CULEBRA RD SAN ANTONIO TX 78238-5166 Net Increase:

$99,817.00 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.

52.243-2 Changes Cost Reimbursement (Alternate 1) x

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

X The purpose of this modification is to: 1) revise the Statement of Work, 2) increase the task order ceiling by $99,817.00 from $8,049,255.00 to $8,149,072.00 to accommodate additional contractor support, 3) provide funding in the amount of $99,817.00 from

$8,049,255.00 to $8,149,072.00, and 4) extend the period of performance through March 31, 2019.

Task Order NRCT009 under Contract NRC-HQ-12-C-02-0089 is hereby modified as follows:

1. Attachment No. 1: Technical Direction to revised Statement of Work incorporates the changes in accordance with this direction: Subtask 1-C was modified to remove the development of a prototype, thermal-hydrology-mechanics-chemistry (THMC) coupled model, 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)

SHARLENE M. MCCUBBIN 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.

04/11/2018

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 SOUTHWEST RESEARCH INSTITUTE (A)

(B)

(C)

(D)

(E)

(F)

NRC-HQ-12-C-02-0089/NRCT009/M0024 with the subtask now focusing on two-way coupling of xFlo and FLAC. Subtask 1-D was modified to require the contractor to evaluate the capability of a recent THMC model developed by a national laboratory.

2.

Section A.2 CONSIDERATION AND OBLIGATION-COST-PLUS-AWARD-FEE (AUG 2011) is hereby revised as follows:

(a)

The total estimated cost to the Government for full performance of this contract is

$8,149,072.00 inclusive of exercised optional subtasks to accommodate additional contractor support, of which the sum of $7,413,707.00 represents the estimated reimbursable costs, and of which $294,143.80 represents the base fee.

(b)

An award fee pool of $441,221.20 is hereby established for this task order. Evaluation of award fee earned will be accomplished in accordance with the attached Award Fee Plan (AFP). The Government reserves the right to unilaterally change the content of the AFP at any time during the life of this contract. Any changes to the plan will be furnished to the Contractor prior to the date they become effective. The amount of award fee available for each period of evaluation and the amount of time for each period will be set forth in the AFP. The final evaluation and determination as to the amount of award fee earned during an evaluation period shall be made unilaterally by the Fee Determination Official (FDO). The Contractor shall be advised of the award fee decision by letter which shall include the rationale for reaching the decision.

(c)

The amount obligated by the Government with respect to this task order is $8,149,072.00 of which $7,413,707.00 represents Cost, $441,221.20 represents award fee and $294,143.80 represents base fee.

3. This actions provided funding in the amount of $99,817.00.
4. The period of performance is revised in Section A.5 Task/Order Delivery Order Period of Performance (Aug 2011) as follows:

Continued...

NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)

Sponsored by GSA FAR (48 CFR) 53.110

ITEM NO.

SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NAME OF OFFEROR OR CONTRACTOR 3

3 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF SOUTHWEST RESEARCH INSTITUTE (A)

(B)

(C)

(D)

(E)

(F)

NRC-HQ-12-C-02-0089/NRCT009/M0024 This order shall commence on November 21, 2012 and will expire on March 31, 2019.

All other terms and conditions remain the same.

Period of Performance: 11/21/12 - 03/31/2019 (changed)

Total Order Ceiling: $8,149,072.00 (changed)

Exercised ceiling Amount: $8,149,072.00 (changed)

Total Amount Obligated: $8,149,072.00 (changed)

Period of Performance: 11/21/2012 to 03/31/2019 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)

Sponsored by GSA FAR (48 CFR) 53.110