ML18122A247
| ML18122A247 | |
| Person / Time | |
|---|---|
| Site: | Monticello, Catawba, Wolf Creek, Hope Creek, Arkansas Nuclear, Prairie Island, Limerick, Cook, Comanche Peak |
| Issue date: | 05/02/2018 |
| From: | Jeffrey Mitchell Acquisition Management Division |
| To: | Beckman Associates |
| References | |
| NRC-HQ-13-C-03-0032 | |
| Download: ML18122A247 (4) | |
Text
___________
(x) 31310018F0004 x NRC-HQ-13-C-03-0032 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. FA LURE 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-20-20D003-1054-11-5-139-251A-11-5-139-1054 785915794 BECKMAN ASSOCIATES INC NRCHQ WASHINGTON DC 20555-0001 MAIL STOP TWFN-5E03 ACQUISITION MANAGEMENT DIVISION US NRC - HQ NRR-18-0113 See Block 16C P00003 4
1
- 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
- 12. ACCOUNT NG AND APPROPRIATION DATA (If required) is not extended.
is extended tems 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 FAC LITY 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 D CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 01/04/2018 1071 STATE RTE 136 SUITE 20 BELLE VERNON PA 150122926 Net Increase:
$120,000.00 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 MODIF ED TO REFLECT THE ADM NISTRATIVE 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 N 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.
Bilateral; Mutual Agreement of the Parites 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 these 9 additional Design Bases Inspection locations; Prairie Island, Hope Creek, Comanche Peake, DC Cook, Limerick, Catawba, Wolf Creek, Monticello and Arkansas Nuclear One as a result (1) the Task Order ceiling is hereby increased by $927,371.33 from $850,550.83 to $1,777,922.16, (2) extend the Period of Performance from May 31, 2018 to September 30, 2018 and (3)provide $120,000.00 of incremental funding, thereby increasing the total obligation amount from $850,000.00 to
$970,000.00. The Task Order is hereby revised as follows:
Delivery: 01/01/2018 Delivery Location Code: NRCHQ NUCLEAR REGULATORY COMMISSION NUCLEAR REGULATORY COMMISSION Continued...
16A. NAME AND TITLE OF CONTRACT NG 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)
JEFFREY R. MITCHELL 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.
05/02/2018
ITEM NO.
SUPPL ES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NAME OF OFFEROR OR CONTRACTOR 2
4 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF BECKMAN ASSOCIATES INC (A)
(B)
(C)
(D)
(E)
(F)
NRC-HQ-13-C-03-0032/31310018F0004/P00003 WASHINGTON DC 20555-0001 USA Payment:
US NUCLEAR REGULATORY COMMISSION ONE WHITE FLINT NORTH Period of Performance: 01/01/2018 to 09/30/2018 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)
Sponsored by GSA FAR (48 CFR) 53.110
NRC-HQ-13-C-03-0032 Mod 0003 31310018F0004 Attachment No. 1 As a result of this modification action section B.3 NRCB040A CONSIDERATION AND OBLIGATION COST-PLUS-FIXED-FEE ALTERNATE I is hereby deleted in its entirety and is replaced with the following:
B.3 NRCB040A CONSIDERATION AND OBLIGATIONCOST-PLUS-FIXED-FEE ALTERNATE I (a) The total estimated cost to the Government for full performance of this task order is
$1,777,922.16, of which the sum of $1,688,843.55 represents the estimated reimbursable costs, and of which $89,078.61 represents the fixed-fee.
(b) There shall be no adjustment in the amount of the Contractor's fixed-fee.
(c) The amount obligated by the Government with respect to this contract is
$970,000.00, of which the sum of $921,400.00 represents the estimated reimbursable costs, and of which $48,600.00 represents the fixed-fee.
(d) This is not a fully-funded contract and FAR 52.232 "Limitation of Cost" and FAR 52.232-22 Limitation of Funds applies.
(e) In accordance with FAR 52.216 Fixed Fee, it is the policy of the NRC to withhold payment of fee after payment of 85 percent of the fee has been paid in order to protect the Government's interest. The amount of fixed-fee withheld from the contractor will not exceed 15 percent of the total fee or $100,000, whichever is less. Accordingly, the maximum amount of fixed-fee that may be held in reserve is $13,362.00.
B.4 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (AUG 2011)
This contract shall commence on January 1, 2018 and will expire on September 30, 2018.
B.5 DBA SCHEDULE DBA Inspection Licensee Schedule Electrical Contractor Mechanical Contractor Prairie Island Northern States Power Company-Minnesota 4/30/2018 - 6/1/2018 Hope Creek PSEG Nuclear, LLC 5/28/2018 - 6/29/2018 Comanche Peak Luminant Generation Co., LLC 6/18/2018 - 7/20/2018 DC Cook Indiana/Michigan Power Co.
6/18/2018 - 7/20/2018 Limerick Exelon Generation Co., LLC 7/9/2018 - 8/10/2018 Catawba Duke Energy Carolinas, LLC 7/9/2018 - 8/10/2018
Wolf Creek Wolf Creek Nuclear Operating Corp.
7/9/2018 - 8/10/2018 Monticello Northern States Power Company-Minnesota 7/30/2018 - 8/6/2018 Arkansas Nuclear One Entergy Operations, Inc.
8/6/2018 - 9/7/2018
(x) 31310018F0004 x NRC-HQ-13-C-03-0032 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. FA LURE 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-20-20D003-1054-11-5-139-251A-11-5-139-1054 785915794 BECKMAN ASSOCIATES INC NRCHQ WASHINGTON DC 20555-0001 MAIL STOP TWFN-5E03 ACQUISITION MANAGEMENT DIVISION US NRC - HQ NRR-18-0113 See Block 16C P00003 4
1
- 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
- 12. ACCOUNT NG AND APPROPRIATION DATA (If required) is not extended.
is extended tems 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 FAC LITY 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 D CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 01/04/2018 1071 STATE RTE 136 SUITE 20 BELLE VERNON PA 150122926 Net Increase:
$120,000.00 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 MODIF ED TO REFLECT THE ADM NISTRATIVE 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 N 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.
Bilateral; Mutual Agreement of the Parites 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 these 9 additional Design Bases Inspection locations; Prairie Island, Hope Creek, Comanche Peake, DC Cook, Limerick, Catawba, Wolf Creek, Monticello and Arkansas Nuclear One as a result (1) the Task Order ceiling is hereby increased by $927,371.33 from $850,550.83 to $1,777,922.16, (2) extend the Period of Performance from May 31, 2018 to September 30, 2018 and (3)provide $120,000.00 of incremental funding, thereby increasing the total obligation amount from $850,000.00 to
$970,000.00. The Task Order is hereby revised as follows:
Delivery: 01/01/2018 Delivery Location Code: NRCHQ NUCLEAR REGULATORY COMMISSION NUCLEAR REGULATORY COMMISSION Continued...
16A. NAME AND TITLE OF CONTRACT NG 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)
JEFFREY R. MITCHELL 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.
05/02/2018
ITEM NO.
SUPPL ES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NAME OF OFFEROR OR CONTRACTOR 2
4 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF BECKMAN ASSOCIATES INC (A)
(B)
(C)
(D)
(E)
(F)
NRC-HQ-13-C-03-0032/31310018F0004/P00003 WASHINGTON DC 20555-0001 USA Payment:
US NUCLEAR REGULATORY COMMISSION ONE WHITE FLINT NORTH Period of Performance: 01/01/2018 to 09/30/2018 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)
Sponsored by GSA FAR (48 CFR) 53.110
NRC-HQ-13-C-03-0032 Mod 0003 31310018F0004 Attachment No. 1 As a result of this modification action section B.3 NRCB040A CONSIDERATION AND OBLIGATION COST-PLUS-FIXED-FEE ALTERNATE I is hereby deleted in its entirety and is replaced with the following:
B.3 NRCB040A CONSIDERATION AND OBLIGATIONCOST-PLUS-FIXED-FEE ALTERNATE I (a) The total estimated cost to the Government for full performance of this task order is
$1,777,922.16, of which the sum of $1,688,843.55 represents the estimated reimbursable costs, and of which $89,078.61 represents the fixed-fee.
(b) There shall be no adjustment in the amount of the Contractor's fixed-fee.
(c) The amount obligated by the Government with respect to this contract is
$970,000.00, of which the sum of $921,400.00 represents the estimated reimbursable costs, and of which $48,600.00 represents the fixed-fee.
(d) This is not a fully-funded contract and FAR 52.232 "Limitation of Cost" and FAR 52.232-22 Limitation of Funds applies.
(e) In accordance with FAR 52.216 Fixed Fee, it is the policy of the NRC to withhold payment of fee after payment of 85 percent of the fee has been paid in order to protect the Government's interest. The amount of fixed-fee withheld from the contractor will not exceed 15 percent of the total fee or $100,000, whichever is less. Accordingly, the maximum amount of fixed-fee that may be held in reserve is $13,362.00.
B.4 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (AUG 2011)
This contract shall commence on January 1, 2018 and will expire on September 30, 2018.
B.5 DBA SCHEDULE DBA Inspection Licensee Schedule Electrical Contractor Mechanical Contractor Prairie Island Northern States Power Company-Minnesota 4/30/2018 - 6/1/2018 Hope Creek PSEG Nuclear, LLC 5/28/2018 - 6/29/2018 Comanche Peak Luminant Generation Co., LLC 6/18/2018 - 7/20/2018 DC Cook Indiana/Michigan Power Co.
6/18/2018 - 7/20/2018 Limerick Exelon Generation Co., LLC 7/9/2018 - 8/10/2018 Catawba Duke Energy Carolinas, LLC 7/9/2018 - 8/10/2018
Wolf Creek Wolf Creek Nuclear Operating Corp.
7/9/2018 - 8/10/2018 Monticello Northern States Power Company-Minnesota 7/30/2018 - 8/6/2018 Arkansas Nuclear One Entergy Operations, Inc.
8/6/2018 - 9/7/2018