ML18127B168
| ML18127B168 | |
| Person / Time | |
|---|---|
| Issue date: | 04/29/2018 |
| From: | Mccubbin S Acquisition Management Division |
| To: | Maldonado P Southwest Research Institute |
| References | |
| 31310018D0001 | |
| Download: ML18127B168 (21) | |
Text
ORDER FOR SUPPLIES OR SERVICES
- 3. ORDER NO.
- 4. REQUISITION/REFERENCE NO.
PAGE OF PAGES
- 5. ISSUING OFFICE (Address correspondence to)
- b. STREET ADDRESS IMPORTANT: Mark all packages and papers with contract and/or order numbers.
1
- 1. DATE OF ORDER
- 2. CONTRACT NO. (If any)
- 6. SHIP TO:
- a. NAME OF CONSIGNEE
- c. CITY
- d. STATE
- e. ZIP CODE
- 7. TO:
- a. NAME OF CONTRACTOR
- f. SHIP VIA
- 8. TYPE OF ORDER
- b. COMPANY NAME
- c. STREET ADDRESS
- d. CITY
- e. STATE
- f. ZIP CODE
- 9. ACCOUNTING AND APPROPRIATION DATA
- a. PURCHASE
- b. DELIVERY REFERENCE YOUR:
Please furnish the following on the terms and conditions specified on both sides of this order and on the attached sheet, if any, including delivery as indicated.
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 subject to the terms and conditions of the above-numbered contract.
- 10. REQUISITIONING OFFICE
- 11. BUSINESS CLASSIFICATION (Check appropriate box(es))
- a. SMALL
- b. OTHER THAN SMALL
- c. DISADVANTAGED
- d. WOMEN-OWNED
- 13. PLACE OF
- a. INSPECTION
- b. ACCEPTANCE
- 14. GOVERNMENT B/L NO.
- 15. DELIVER TO F.O.B. POINT ON OR BEFORE (Date)
- 16. DISCOUNT TERMS
- 17. SCHEDULE (See reverse for Rejections) 04/30/2018 31310018F0053 NMSS-18-0014 US NRC - HQ ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN-07B20M WASHINGTON DC 20555-0001 PAUL MALDONADO SOUTHWEST RESEARCH INSTITUTE 6220 CULEBRA RD SAN ANTONIO TX 782385166 See Schedule
- 12. F.O.B. POINT 04/30/2019 NUCLEAR REGULATORY COMMISSION NUCLEAR REGULATORY COMMISSION WASHINGTON DC 20555-0001 OFFICE OF NUCLEAR MATERIAL ITEM NO.
(a)
SUPPLIES OR SERVICES (b)
QUANTITY ORDERED (c)
UNIT (d)
UNIT PRICE (e)
AMOUNT (f)
QUANTITY ACCEPTED (g)
X X
21 Destination Destination 31310018D0001 30
- f. SERVICE-DISABLED VETERAN-OWNED
- e. HUBZone
- g. WOMEN-OWNED SMALL BUSINESS (WOSB)
ELIGIBLE UNDER THE WOSB PROGRAM
- h. EDWOSB Accounting Info:
2018-X0200-FEEBASED-50-50D007-1023-33-7-184-252A-33-7-184-1023 Period of Performance: 04/30/2018 to 04/29/2019
- 19. GROSS SHIPPING WEIGHT
- 18. SHIPPING POINT
- 20. INVOICE NO.
- 21. MAIL INVOICE TO:
- a. NAME
- b. STREET ADDRESS (or P.O. Box)
- c. CITY
- d. STATE
- e. ZIP CODE SEE BILLING INSTRUCTIONS ON REVERSE 17(h)
TOTAL (Cont.
pages) 17(i)
GRAND TOTAL
$3,361,152.00
- 22. UNITED STATES OF AMERICA BY (Signature)
- 23. NAME (Typed)
TITLE: CONTRACTING/ORDERING OFFICER SHARLENE M. MCCUBBIN
$0.00 OPTIONAL FORM 347 (Rev. 2/2012)
Prescribed by GSA/FAR 48 CFR 53.213(f)
AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION NOT USABLE 04/29/2018 FISCAL ACCOUNTING PROGRAM ADMIN TRAINING GROUP AVERY STREET A3-G BUREAU OF THE FISCAL SERVICE PO BOX 1328 PARKERSBURG WV 26106-1328
CONTRACTOR ACCEPTANCE OF TASK ORDER 31310018F0053 Acceptance of Task Order No. 31310018F0053 under contract No. 31310018D0001 should be made by having an official, authorized to bind your organization, execute two copies of this document in the space provided and return one copy to the Contracting Officer. You should retain the other copy for your records.
Accepted Task Order No. 31310018F0053 under Contract No. 31310018D0001:
Name Title Date
SECTION B - Supplies or Services/Prices................................................................................. 3 B.1 BRIEF DESCRIPTION OF WORK.................................................................................. 3 B.2 CONSIDERATION AND OBLIGATION TASK ORDERS (AUG 2011)......................... 3 B.3 PRICE/COST SCHEDULE............................................................................................... 3 SECTION C - Description/Specifications.................................................................................... 4 SECTION D - Packaging and Marking....................................................................................... 8 D.1 BRANDING..................................................................................................................... 8 D.2 PACKAGING AND MARKING........................................................................................ 8 SECTION E - Inspection and Acceptance.................................................................................. 9 E.1 INSPECTION AND ACCEPTANCE BY THE NRC (SEP 2013)....................................... 9 SECTION F - Deliveries or Performance...................................................................................10 F.1 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (SEP 2013).........................10 F.2 PLACE OF DELIVERY-REPORTS.................................................................................10 SECTION G - Contract Administration Data..............................................................................11 G.1 CONTRACTING OFFICERS REPRESENTATIVE AUTHORITY...................................11 (End of Clause).....................................................................................................................12 G.2 2052.215-78 TRAVEL APPROVALS AND REIMBURSEMENT - ALTERNATE 1 (OCT 1999).....................................................................................................................................13 SECTION H - Special Contract Requirements..........................................................................14 H.1 2052.209-72 CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST. (JAN 1993).....................................................................................................................................14 H.2 2052.215-70 KEY PERSONNEL. (JAN 1993)................................................................17 H.3 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS...................18 SECTION J - List of Documents, Exhibits and Other Attachments............................................20
SECTION B - Supplies or Services/Prices B.1 BRIEF DESCRIPTION OF WORK (a) The title of this project is: Technical Assistance for CNWRA Management and Infrastructure Related Activities (b) Summary work description: The objective of this task order is to obtain expertise in areas that cannot be charged directly to other task orders but are direct costs to NRC that do not affect any other government contract for General operations costs.
B.2 CONSIDERATION AND OBLIGATION TASK ORDERS (AUG 2011)
(a) The total ceiling of this contract for the products/services under this contract is $636,458 (base period). The amount will increase as follows, upon exercise of any option periods.
Option Period 1:
$653,351 Option Period 2:
$671,184 Option Period 3:
$690,211 Option Period 4:
$709,948 Total:
$3,361,152 (b) This order is subject to the minimum and maximum ordering requirements set forth in the contract.
(c) The amount presently obligated with respect to this order is $25,000 of which $23,000 represents costs and $2,000 represents fee. The obligated amount shall, at no time, exceed the order ceiling as specified in paragraph (a) above. When and if the amount(s) paid and payable to the Contractor hereunder shall equal the obligated amount, the Contractor shall not be obligated to continue performance of the work unless and until the Contracting Officer shall increase the amount obligated with respect to this order, in accordance with FAR Part 43 -
Modifications. Any work undertaken by the Contractor in excess of the obligated amount specified above is done so at the Contractor's sole risk and may not be reimbursed by the Government.
(d) The Contractor shall comply with the provisions of FAR 52.232 Limitation of Funds, for incrementally-funded delivery orders or task orders.
B.3 PRICE/COST SCHEDULE DESCRIPTION ESTIMATED COST ESTIMATED COST ESTIMATED COST ESTIMATED COST ESTIMATED COST Base Task Order Option Year 1 Option Year 2 Option Year 3 Option Year 4 Labor
$150,733.00
$155,114.00
$159,642.00
$164,402.00
$169,443.00 Subcontractor/Consultant Costs 0
0 0
0 0
Travel
$14,677.00
$14,677.00
$14,677.00
$14,677.00
$14,677.00 ODC
$25,572.00
$26,267.00
$26,980.00
$27,728.00
$28,506.00 SUBTOTAL
$190,982.00
$196,058.00
$201,299.00
$206,807.00
$212,626.00 Indirect Cost Pool (includes G&A, Fringe, Overhead and Material Handling)
$398,990.00
$409,536.00
$420,793.00
$432,892.00
$445,339.00 SUBTOTAL
$589,972.00
$605,594.00
$622,092.00
$639,699.00
$657,965.00 Fixed-Fee
$46,486.00
$47,757.00
$49,091.00
$50,512.00
$51,983.00 TOTAL
$636,458.00
$653,351.00
$671,183.00
$690,211.00
$709,948.00
SECTION C - Description/Specifications C.1 Statement of Work
1.0 BACKGROUND
Authority: The CNWRA performs project work required by the NRC within its purpose, mission, scope, and special competencies as described in the Charter Contract and in accordance with 48 C.F.R. (FAR) 6.302-3(a)(2)(ii). The requirement for the Center and delineating the mission and major functions of the Center is stated Attachment 1 of the basic contract entitled, Charter 2.0 SCOPE OF WORK The objective of this task order is to obtain expertise in areas that cannot be charged directly to other task orders but are direct costs to NRC that do not affect any other government contract for General operations costs.
A. General Operations as Direct Costs Work under this area may include, but is not limited to, the development and implementation of necessary administrative, financial, management, and quality assurance procedures and practices needed to successfully operate a FFRDC. Activities will encompass (1) providing management, financial oversight and reporting, and technical support associated with the FFRDC that is not project or task-order specific, including special annual or other reporting requirements; (2) providing Information Management Systems (IMS) support for hardware and software infrastructure required to meet the information security requirements described in Item (5) of this clause or to conduct NRC-funded projects and task orders; (3) developing and sustaining technical analytical, and regulatory capabilities, through training or other means, specified by NRC or required to fulfill particular requirements of NRC in order to maintain and further developing the special competencies of CNWRA staff members; (4) maintaining and implementing a quality assurance program that meets the specific requirements of Clause E.3 of this contract, excluding task-and project-specific requirements, which are budgeted as direct costs to those tasks and projects; and (5) complying with the Federal Information Security Management Act, specifically (Center management and staff) shall comply with the National Institute of Science and Technology (NIST) Special Publication (SP) 800-18, Guide for Developing Security Plans for Information Technology Systems, as Revision 1, NIST SP 800-53, Recommended Security Controls for Federal Information Systems, as Revision 3, and NRC Management director 12.5, NRC Automated Information Systems Security Program.
B. General Operations Costs only chargeable to Indirect Costs.
The following costs are not payable under this task order. They will be included in the overhead cost for CNWRA.
Work under this area may include, but is not limited to, the development and implementation of administrative, financial, management, and quality assurance procedures and practices that are generally applicable to operation of any business entity. Activities will encompass (1) providing general management oversight and financial services support, including interfaces within Southwest Research Institute (SwRI); (2) providing IMS support for general purpose hardware and software infrastructure that is not specified by NRC or required to meet particular requirements of NRC-funded projects and task orders; (3) implementing a human resources and
employee development program, including associated general-purpose training, development, and continuing education; (4) maintaining and implementing an overall quality assurance program within which the NRC program specified in Clause E.3 of this contract is developed and implemented; and (5) providing physical and information security consistent with commercial contracting practices of the Federal government.
3.0 WORK REQUIREMENTS, SCHEDULE AND DELIVERABLES 1 REQUIREMENT:
Provide management, financial oversight and reporting, and technical support associated with the FFRDC and any NRC-funded work for others conducted by the FFRDC that is not project or task-order specific, including special annual or other reporting requirements.
Ongoing As requested 2.REQUIREMENT:
Provide Information Management Systems (IMS) support for hardware and software infrastructure required to meet the information security requirements described in Item (5) paragraph A. General Operations as Direct Costs of the SOW to conduct NRC-funded projects and task orders.
Ongoing As requested
- 3. REQUIREMENT:
Developing and sustaining technical analytical, and regulatory capabilities, through training or other means, specified by NRC or required to fulfill particular requirements of NRC-funded projects or task orders.
Ongoing.
As requested.
- 4. REQUIREMENT:
Maintaining and implementing a quality assurance program that meets the specific requirements of Clause E.3 of the basic contract, excluding task order-and project-specific requirements, which are budgeted as direct costs to those tasks and projects Ongoing As requested
- 5. REQUIREMENT:
Obtain security clearance/access authorization, and complete associated initial and annual training requirements as needed for personnel performing under the contract, unless otherwise required by an individual task order complying with requirements stated in SOW, paragraph A.
General Operations as Direct Costs, item 5.
If required for access authorization, complete initial and random drug testing.
Two weeks after award of task order or as otherwise directed by the COR or NRC Security Official Confirmation via e-mail to the COR that all required security clearance/
access authorization documents have been submitted to the NRC Personnel Security Office Confirmation via e-mail to COR of completion of training requirement
- 6. Monthly Letter Status Reports (MLSRs).
STANDARD: Conform to format and content defined by SOW Attachment Only provide when costs are incurred under this task order Any modifications to the scope of work, cost, or period of performance of this task order must be issued by the Contracting Officer (CO) and will be coordinated with the COR.
4.0 TECHNICAL AND OTHER SPECIAL QUALIFICATIONS REQUIRED As specified in the base contract, the contractor shall provide individuals who have the required educational background and work experience to meet the objectives of the work specified in this task order. Specific qualifications for this effort include:
The contractor shall provide a contractor PM to oversee the effort and ensure the timely submittal of quality deliverables so that all information is accurate and complete as defined in the base contract.
The NRC will rely on representations made by the contractor concerning the qualifications of the personnel assigned to this task order, including assurance that all information contained in the technical and cost proposals, including resumes, is accurate and truthful. The resume for each professional proposed to work under this task order (contractor, subcontractor, or consultant) shall describe the individual's experience in applying his or her area of engineering specialization to work in the proposed area. The use of particular personnel on this contract is subject to the NRC CORs approval. This includes any proposed changes to key personnel during the life of the task order.
5.0 MEETINGS AND TRAVEL The NRC is anticipating semi-annual meetings between NRC and CNWRA Senior Management. It is anticipated that these meetings may be held via teleconference unless otherwise requested by the NRC COR.
6.0 NRC FURNISHED MATERIAL Note the MLSR/PMPR and Spending Plan shall be completed in accordance with the instructions under the basic contract.
7.0 OTHER APPLICABLE INFORMATION All work under this task order is not license fee recoverable.
SECTION D - Packaging and Marking D.1 BRANDING The Contractor is required to use the statement below in any publications, presentations, articles, products, or materials funded under this contract/order, to the extent practical, in order to provide NRC with recognition for its involvement in and contribution to the project. If the work performed is funded entirely with NRC funds, then the contractor must acknowledge that information in its documentation/presentation.
Work Supported by the U.S. Nuclear Regulatory Commission (NRC), Office of Nuclear Material Safety and Safeguards, under Contract number 31310018D0001/31310018F0053.
(End of Clause)
D.2 PACKAGING AND MARKING (a) The Contractor shall package material for shipment to the NRC in such a manner that will ensure acceptance by common carrier and safe delivery at destination. Containers and closures shall comply with the Surface Transportation Board, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation.
(b) On the front of the package, the Contractor shall clearly identify the contract number under which the product is being provided.
(c) Additional packaging and/or marking requirements are as follows: Not Applicable.
(End of Clause)
SECTION E - Inspection and Acceptance E.1 INSPECTION AND ACCEPTANCE BY THE NRC (SEP 2013)
Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the NRC Contracting Officers Representative (COR) at the destination, in accordance with FAR 52.247 F.o.b. Destination.
(End of Clause)
SECTION F - Deliveries or Performance F.1 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (SEP 2013)
This task order shall commence on the effective date of the task order and will expire on April 30, 2019. The term of this task order may be extended at the option of the Government for an additional four 1-Year Option Periods. The option periods of this task order will only be exercised should the base contract option periods be exercised. If exercised Section I.8 Clause 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2000) is applicable.
Base Period: Effective Date through April 30, 2019 Option Period(s):
Option Period One: April 30, 2019 - April 29, 2020 Option Period Two: April 30, 2020 - April 29, 2021 Option Period Three: April 30, 2021 - April 29, 2022 Option Period Four: April 30, 2022 - April 29, 2023 (End of Clause)
F.2 PLACE OF DELIVERY-REPORTS The items to be furnished hereunder shall be delivered, with all charges paid by the Contractor, to:
- a. Contracting Officer Representative:
Refer to Section G.1 CONTRACTING OFFICERS REPRESENTATIVE AUTHORITY
- b. Contracting Officer (CO) (1 electronic copy):
(End of Clause)
SECTION G - Contract Administration Data G.1 CONTRACTING OFFICERS REPRESENTATIVE AUTHORITY (a) The contracting officer's authorized representative hereinafter referred to as the COR for this contract is:
Name:
Caylee Kenny, Administrative Matters Telephone Number: 301-415-7150 Email: Caylee.Kenny@nrc.gov Name:
Richard Kristobek, FISMA Telephone Number: 301-415-5638 Email: Richard.Kristobek@nrc.gov Address:
U.S. Nuclear Regulatory Commission Office of Nuclear Material Safety and Safeguards Washington, DC 20555 (b) Performance of the work under this contract is subject to the technical direction of the NRC COR. 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 COR 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.
(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 COR 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 COR in the manner prescribed by this clause and within the CORs authority under the provisions of this clause.
(f) If, in the opinion of the contractor, any instruction or direction issued by the COR 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 COR 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 COR 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)
G.2 2052.215-78 TRAVEL APPROVALS AND REIMBURSEMENT - ALTERNATE 1 (OCT 1999)
(a) Total expenditure for travel may not exceed $14,677 (Base Period) without the prior approval of the contracting officer. The amount will increase as follows, upon exercise of any option periods.
Option Period 1:
$14,677 Option Period 2:
$14,677 Option Period 3:
$14,676 Option Period 4:
$14,676 Total:
$73,383 (b) All foreign travel must be approved in advance by the NRC on NRC Form 445, Request for Approval of Official Foreign Travel, and must be in compliance with FAR 52.247-63 Preference for U.S. Flag Air Carriers. The contractor shall submit NRC Form 445 to the NRC no later than 30 days prior to the commencement of travel.
(c) The contractor will be reimbursed only for travel costs incurred that are directly related to this contract and are allowable subject to the limitations prescribed in FAR 31.205-46.
(d) It is the responsibility of the contractor to notify the contracting officer in accordance with the FAR Limitations of Cost clause of this contract when, at any time, the contractor learns that travel expenses will cause the contractor to exceed the travel ceiling amount identified in paragraph (a) of this clause.
(e) Reasonable travel costs for research and related activities performed at State and nonprofit institutions, in accordance with Section 12 of Pub. L. 100-679, must be charged in accordance with the contractor's institutional policy to the degree that the limitations of Office of Management and Budget (OMB) guidance are not exceeded. Applicable guidance documents include OMB Circular A-87, Cost Principles for State and Local Governments; OMB Circular A-122, Cost Principles for Nonprofit Organizations; and OMB Circular A-21, Cost Principles for Educational Institutions.
SECTION H - Special Contract Requirements H.1 2052.209-72 CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST. (JAN 1993)
(a) Purpose. The primary purpose of this clause is to aid in ensuring that the contractor:
(1) Is not placed in a conflicting role because of current or planned interests (financial, contractual, organizational, or otherwise) which relate to the work under this contract; and (2) Does not obtain an unfair competitive advantage over other parties by virtue of its performance of this contract.
(b) Scope. The restrictions described apply to performance or participation by the contractor, as defined in 48 CFR 2009.570-2 in the activities covered by this clause.
(c) Work for others.
(1) Notwithstanding any other provision of this contract, during the term of this contract, the contractor agrees to forego entering into consulting or other contractual arrangements with any firm or organization the result of which may give rise to a conflict of interest with respect to the work being performed under this contract. The contractor shall ensure that all employees under this contract abide by the provision of this clause. If the contractor has reason to believe, with respect to itself or any employee, that any proposed consultant or other contractual arrangement with any firm or organization may involve a potential conflict of interest, the contractor shall obtain the written approval of the contracting officer before the execution of such contractual arrangement.
(2) The contractor may not represent, assist, or otherwise support an NRC licensee or applicant undergoing an NRC audit, inspection, or review where the activities that are the subject of the audit, inspection, or review are the same as or substantially similar to the services within the scope of this contract (or task order as appropriate) except where the NRC licensee or applicant requires the contractor's support to explain or defend the contractor's prior work for the utility or other entity which NRC questions.
(3) When the contractor performs work for the NRC under this contract at any NRC licensee or applicant site, the contractor shall neither solicit nor perform work in the same or similar technical area for that licensee or applicant organization for a period commencing with the award of the task order or beginning of work on the site (if not a task order contract) and ending one year after completion of all work under the associated task order, or last time at the site (if not a task order contract).
(4) When the contractor performs work for the NRC under this contract at any NRC licensee or applicant site, (i) The contractor may not solicit work at that site for that licensee or applicant during the period of performance of the task order or the contract, as appropriate.
(ii) The contractor may not perform work at that site for that licensee or applicant during the period of performance of the task order or the contract, as appropriate, and for one year thereafter.
(iii) Notwithstanding the foregoing, the contracting officer may authorize the contractor to solicit or perform this type of work (except work in the same or similar technical area) if the contracting officer determines that the situation will not pose a potential for technical bias or unfair competitive advantage.
(d) Disclosure after award.
(1) The contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in this contract, that it does not have any organizational conflicts of interest as defined in 48 CFR 2009.570-2.
(2) The contractor agrees that if, after award, it discovers organizational conflicts of interest with respect to this contract, it shall make an immediate and full disclosure in writing to the contracting officer. This statement must include a description of the action which the contractor has taken or proposes to take to avoid or mitigate such conflicts. The NRC may, however, terminate the contract if termination is in the best interest of the Government.
(3) It is recognized that the scope of work of a task-order-type contract necessarily encompasses a broad spectrum of activities. Consequently, if this is a task-order-type contract, the contractor agrees that it will disclose all proposed new work involving NRC licensees or applicants which comes within the scope of work of the underlying contract. Further, if this contract involves work at a licensee or applicant site, the contractor agrees to exercise diligence to discover and disclose any new work at that licensee or applicant site. This disclosure must be made before the submission of a bid or proposal to the utility or other regulated entity and must be received by the NRC at least 15 days before the proposed award date in any event, unless a written justification demonstrating urgency and due diligence to discover and disclose is provided by the contractor and approved by the contracting officer. The disclosure must include the statement of work, the dollar value of the proposed contract, and any other documents that are needed to fully describe the proposed work for the regulated utility or other regulated entity.
NRC may deny approval of the disclosed work only when the NRC has issued a task order which includes the technical area and, if site-specific, the site, or has plans to issue a task order which includes the technical area and, if site-specific, the site, or when the work violates paragraphs (c)(2), (c)(3) or (c)(4) of this section.
(e) Access to and use of information.
(1) If, in the performance of this contract, the contractor obtains access to information, such as NRC plans, policies, reports, studies, financial plans, internal data protected by the Privacy Act of 1974 (5 U.S.C. Section 552a (1988)), or the Freedom of Information Act (5 U.S.C. Section 552 (1986)), the contractor agrees not to:
(i) Use this information for any private purpose until the information has been released to the public; (ii) Compete for work for the Commission based on the information for a period of six months after either the completion of this contract or the release of the information to the public, whichever is first; (iii) Submit an unsolicited proposal to the Government based on the information until one year after the release of the information to the public; or
(iv) Release the information without prior written approval by the contracting officer unless the information has previously been released to the public by the NRC.
(2) In addition, the contractor agrees that, to the extent it receives or is given access to proprietary data, data protected by the Privacy Act of 1974 (5 U.S.C. Section 552a (1988)), or the Freedom of Information Act (5 U.S.C. Section 552 (1986)), or other confidential or privileged technical, business, or financial information under this contract, the contractor shall treat the information in accordance with restrictions placed on use of the information.
(3) Subject to patent and security provisions of this contract, the contractor shall have the right to use technical data it produces under this contract for private purposes provided that all requirements of this contract have been met.
(f) Subcontracts. Except as provided in 48 CFR 2009.570-2, the contractor shall include this clause, including this paragraph, in subcontracts of any tier. The terms contract, contractor, and contracting officer, must be appropriately modified to preserve the Government's rights.
(g) Remedies. For breach of any of the above restrictions, or for intentional nondisclosure or misrepresentation of any relevant interest required to be disclosed concerning this contract or for such erroneous representations that necessarily imply bad faith, the Government may terminate the contract for default, disqualify the contractor from subsequent contractual efforts, and pursue other remedies permitted by law or this contract.
(h) Waiver. A request for waiver under this clause must be directed in writing to the contracting officer in accordance with the procedures outlined in 48 CFR 2009.570-9.
(i) Follow-on effort. The contractor shall be ineligible to participate in NRC contracts, subcontracts, or proposals therefor (solicited or unsolicited) which stem directly from the contractor's performance of work under this contract. Furthermore, unless so directed in writing by the contracting officer, the contractor may not perform any technical consulting or management support services work or evaluation activities under this contract on any of its products or services or the products or services of another firm if the contractor has been substantially involved in the development or marketing of the products or services.
(1) If the contractor under this contract, prepares a complete or essentially complete statement of work or specifications, the contractor is not eligible to perform or participate in the initial contractual effort which is based on the statement of work or specifications. The contractor may not incorporate its products or services in the statement of work or specifications unless so directed in writing by the contracting officer, in which case the restrictions in this paragraph do not apply.
(2) Nothing in this paragraph precludes the contractor from offering or selling its standard commercial items to the Government.
(End of Clause)
H.2 2052.215-70 KEY PERSONNEL. (JAN 1993)
(a) The following individuals are considered to be essential to the successful performance of the work hereunder:
Dr. Wesley Patrick, Executive Director CNWRA Dr. John Stamatakos, Director of Programs CNWRA Dr. Gordon Wittmeyer, Director of Technical Resources CNWRA Dr. David Pickett, Senior Program Manager/Principal Investigator James Perkins, Information Technology
- 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.
(End of Clause)
H.3 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS Annual and final evaluations of contractor performance for this task order under this contract will be prepared in accordance with FAR Subpart 42.15, "Contractor Performance Information,"
normally at or near the time the contractor is notified of the NRC's intent to exercise the contract option. If the multi-year contract does not have option years, then an annual evaluation will be prepared. Final evaluations of contractor performance will be prepared at the expiration of the contract during the contract closeout process.
The Contracting Officer will transmit the NRC Contracting Officers Representatives (COR) annual and final contractor performance evaluations to the contractor's Project Manager, unless otherwise instructed by the contractor. The contractor will be permitted thirty days to review the document and submit comments, rebutting statements, or additional information.
Where a contractor concurs with, or takes no exception to an annual performance evaluation, the Contracting Officer will consider such evaluation final and releasable for source selection purposes. Disagreements between the parties regarding a performance evaluation will be referred to an individual one level above the Contracting Officer, whose decision will be final.
The Contracting Officer will send a copy of the completed evaluation report, marked "Source Selection Information, to the contractor's Project Manager for their records as soon as practicable after it has been finalized. The completed evaluation report also will be used as a tool to improve communications between the NRC and the contractor and to improve contract performance.
The completed annual performance evaluation will be used to support future award decisions in accordance with FAR 42.1502 and 42.1503. During the period the information is being used to provide source selection information, the completed annual performance evaluation will be released to only two parties - the Federal government personnel performing the source selection evaluation and the contractor under evaluation if the contractor does not have a copy of the report already.
(End of Clause)
OTHER CONTRACT CLAUSES The contractor must be mindful of the following clauses under the base contract are fully effective and applicable to this task order.
SECTION H - Special Contract Requirements H.1 2052.204-70 SECURITY. (OCT 1999)
H.2 2052.204-71 SITE ACCESS BADGE REQUIREMENTS. (JAN 1993)
H.15 NRC INFORMATION TECHNOLOGY SECURITY H.16 SECURITY REQUIREMENTS FOR ACCESS TO CLASSIFIED MATTER OR INFORMATION (SEP 2013)
H.23 IT SECURITY REQUIREMENTS - NRC AND CONTRACTOR (NON-NRC) FACILITIES (APR 2014)
H.24 IT SECURITY REQUIREMENTS - CERTIFICATION AND ACCREDITATION H.25 INFORMATION TECHNOLOGY (IT) SECURITY REQUIREMENTS - GENERAL (JUL 2016)
H.26 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY LEVEL I OR LEVEL II ACCESS APPROVAL (JUL 2016)
H.27 SECURITY REQUIREMENTS FOR BUILDING ACCESS APPROVAL (SEP 2013)
H.28 SECURITY REQUIREMENTS FOR UNESCORTED ACCESS TO NUCLEAR POWER PLANTS (SEP 2013)
SECTION J - List of Documents, Exhibits and Other Attachments Attachment Number The following Attachments were provided under the Base Contract and applicable to this task order 1
Template Contractor Spending Plan 2
Monthly Letter Status Report Instructions For Contracts And Orders 3
Billing Instructions Cost-Reimbursement Type Contracts 4
Organizational Conflicts of Interest