ML18163A212
| ML18163A212 | |
| Person / Time | |
|---|---|
| Issue date: | 06/12/2018 |
| From: | Brown W Acquisition Management Division |
| To: | Rhodes C IP-Plus Consulting |
| References | |
| NRC-HQ-11-16-E-0001 | |
| Download: ML18163A212 (15) | |
Text
NRC PAYMENTS 1 NRCFISCALTREASURYGOV NRC PAYMENTS SEE ADDENDUM IS CHECKED CODE 18a. PAYMENT WILL BE MADE BY CODE FACILITY CODE 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER OFFEROR NRCHQ WASHINGTON DC 20555-0001 MAIL STOP TWFN-5E03 ACQUISITION MANAGEMENT DIVISION US NRC - HQ NRCWH CODE
- 16. ADMINISTERED BY CODE X
541519 SIZE STANDARD:
% FOR:
SET ASIDE:
- 10. THIS ACQUISITION IS CODE RFQ
- 14. METHOD OF SOLICITATION 13b. RATING NAICS:
SMALL BUSINESS 301-415-6793 WANDA BROWN 31310018F0075 07/01/2018 (No collect calls)
INFORMATION CALL:
FOR SOLICITATION
- 8. OFFER DUE DATE/LOCAL TIME
- b. TELEPHONE NUMBER
- a. NAME
- 4. ORDER NUMBER
- 3. AWARD/
- 6. SOLICITATION
- 5. SOLICITATION NUMBER SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
- 1. REQUISITION NUMBER PAGE OF 1
28 NSIR-18-0061 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 TELEPHONE NO.
See Schedule 17a. CONTRACTOR/
ROCKVILLE MD 20852 4934 BOILING BROOK PARKWAY WAREHOUSE US NUCLEAR REGULATORY COMMISSION-
- 15. DELIVER TO WASHINGTON DC 20555-0001 MAIL STOP TWFN-07B20M ACQUISITION MANAGEMENT DIVISION
- 9. ISSUED BY
- 7.
NRC-HQ-11-16-E-0001 NRC-HQ-11-16-E-0001/
- 2. CONTRACT NO.
EFFECTIVE DATE
$27.5 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW ISSUE DATE DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK IS MARKED
- 11.
SEE SCHEDULE
- 12. DISCOUNT TERMS 30 THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13a.
SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A)
US NRC - HQ WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 24.
AMOUNT 23.
UNIT PRICE 22.
UNIT
- 21.
QUANTITY 20.
SCHEDULE OF SUPPLIES/SERVICES 19.
ITEM NO.
IP-PLUS CONSULTING INC 098810653 IP-PLUS CONSULTING INC ATTN CALVIN RHODES 8775 CENTER PARK DR 357 COLUMBIA MD 21045-2177 New task order under Contract NRC-HQ-11-16-E-0001 Operations Center Information Management System (Use Reverse and/or Attach Additional Sheets as Necessary)
HEREIN, IS ACCEPTED AS TO ITEMS:
X X
X DATED WANDA M. BROWN 06/12/2018
. YOUR OFFER ON SOLICITATION (BLOCK 5),
INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH 1
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ARE ARE 31c. DATE SIGNED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print)
ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.
27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA
- 26. TOTAL AWARD AMOUNT (For Govt. Use Only)
OFFER STANDARD FORM 1449 (REV. 2/2012)
Prescribed by GSA - FAR (48 CFR) 53.212 ARE NOT ATTACHED.
ARE NOT ATTACHED.
AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE 30b. NAME AND TITLE OF SIGNER (Type or print) 30a. SIGNATURE OF OFFEROR/CONTRACTOR
- 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN
- 25. ACCOUNTING AND APPROPRIATION DATA See schedule
- 29. AWARD OF CONTRACT: REF.
32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:
32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED INSPECTED
- 40. PAID BY
- 39. S/R VOUCHER NUMBER
- 38. S/R ACCOUNT NUMBER
- 37. CHECK NUMBER FINAL PARTIAL
- 36. PAYMENT FINAL PARTIAL
- 35. AMOUNT VERIFIED CORRECT FOR
- 34. VOUCHER NUMBER
- 33. SHIP NUMBER COMPLETE 32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE 42d. TOTAL CONTAINERS 42c. DATE REC'D (YY/MM/DD) 42b. RECEIVED AT (Location) 42a. RECEIVED BY (Print) 41c. DATE 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT STANDARD FORM 1449 (REV. 2/2012) BACK 24.
AMOUNT 23.
UNIT PRICE 22.
UNIT
- 21.
QUANTITY 20.
SCHEDULE OF SUPPLIES/SERVICES 19.
ITEM NO.
(OCIMS) Operations and Maintenance Delivery: 07/05/2018 Accounting Info:
2018-X0200-FEEBASED-11-11D001-11B107-6006-11-1-156
-2572-11-1-156-6006 Period of Performance: 07/01/2018 to 06/30/2019 00001 Operations Center Information Management System (OCIMS) O&M Maintenance and license renewal for Maintenance and license renewal PBX, Voice Recorder, Display, Iridium, WebEOC, ANS, UPS and VMware.
See Price Schedule The obligated amount of award:
. The total for this award is shown in box 26.
32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 28 2 of
NRC-HQ-11-16-E-0001 31310018F0075 SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS B.1 PRICE SCHEDULE The contractor shall not exceed the total hours or perform work other than the labor categories identified here for CLIN 0001 (Task 1) without prior authority from the Contracting Officer, which would necessitate written modification to the Task Order.
BASE YEAR: 7/1/2018-6/30/2019 CLIN DESCRIPTION Location Hours Quantity Firm-Fixed Price Contractor performance of SOW requirements Headquarters TIME AND MATERIALS LABOR CATEGORY 0001 Task 1 - Project Manager (NTE) 40 1
0002 OTHER DIRECT COST Task 2-12: Hardware and software maintenance, license renewals and support n/a BULK TOTAL FIRM FIXED PRICE FOR Labor and Other Direct Cost
$404,416.85 B.2 CONSIDERATION AND OBLIGATION-TASK ORDERS (AUG 2011)
(a) The ceiling of this order for is $404,416.85.
(b) This order is subject to the minimum and maximum ordering requirements set forth in the base contract.
(c) The amount presently obligated with respect to this order is $404,416.85. 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.
NRC-HQ-11-16-E-0001 31310018F0075 SECTION C TASK ORDER PERFORMANCE WORK STATEMENT (PWS) 1 PROJECT TITLE Operations Center Information Management System (OCIMS) Operations and Maintenance
- Maintenance and license renewal PBX, Voice Recorder, Display, Iridium, WebEOC, ANS, and VMWare.
2 BACKGROUND The Operations Center Information Management System (OCIMS) is a General Support System (GSS) that is a collection of Information Technology and Information Management (IT/IM) systems. A number of these IT/IM systems are custom of the shelf (COTS) products and require licensing as well as direct support from the vendor.
3 SCOPE The Contractor shall provide the following yearly software maintenance and license support:
1.
PBX to include:
PBX SA Contracts
PBX Tier 1
PBX Alarm 2.
Voice Recorder 3.
Display to include:
Support for equipment in Attachment A
VBrick license renewal
Cisco conferencing renewal 4.
Iridium satellite phones 5.
WebEOC 6.
VMWare 7.
ANS 8.
GIS 9.
- 10. RightFax
- 11. Meeting Exchange Current Maintenance/License Support Item Start End PBX SA Contracts 10/01/2017 09/30/2018 PBX Annual Tier 1 Maintenance Support 08/15/2017 08/14/2018 PBX Alarm Support 11/01/2017 10/31/2018 Voice Recorder 08/01/2017 07/31/2018 Display Support 08/15/2017 08/14/2018
NRC-HQ-11-16-E-0001 31310018F0075 Display Vbrick & Cisco 08/15/2017 08/14/2018 Iridium Satellite 08/31/2017 08/30/2018 WebEOC 12/01/2017 11/30/2018 VMWare Licensing 11/01/2017 10/31/2018 ANS 02/01/2018 01/31/2019 GIS 02/17/2018 02/16/2019 UPS 02/19/2018 02/18/2019 RightFax 09/01/2018 08/31/2019 Meeting Exchange 10/01/2017 09/30/2018 4
APPLICABLE DOCUMENTS The quotes for the current license and maintenance renewals will be provided upon request.
5 PERFORMANCE REQUIREMENTS The Contractor shall perform the following tasks in accordance with technical direction from the COR or their authorized representative and following the guidance provided in NRC Management Directive 2.8 (MD 2.8), as applicable.
5.1. Task 1: Project Management (Labor Hours - not to exceed 40 hours4.62963e-4 days <br />0.0111 hours <br />6.613757e-5 weeks <br />1.522e-5 months <br />)
The contractor shall provide a Program Manager to oversee the license and support renewals.
5.2. Task 2: Provide annual renewal of PBX licensing and maintenance support The Contractor shall provide support for the following:
5.2.1. Support Advantage (SA) and Upgrade Advantage (UA) Contracts Yearly renewal of the SA/UA contracts for the PBX and G450 systems 5.2.2.
Annual Tier 1 Maintenance Support for CS1000E Yearly renewal of the Tier 1 maintenance support for Avaya CS1000E PBX.
5.2.3.
Call Accounting, Traffic manager, Alarm Management Support Yearly renewal of the Stradtel Call Accounting, Dyna Switch, Traffic manager, Dynalert, and Vigilant Alarm Management Support.
5.3. Task 3: Provide annual renewal of Voice Recorder licensing and maintenance support The Contractor shall provide yearly renewal of the maintenance support for Verint recorders, the site id is 8052 and the serial number of the primary is 17213.
5.4. Task 4: Provide annual renewal of Display System licensing and maintenance support The Contractor shall provide support for the following:
NRC-HQ-11-16-E-0001 31310018F0075 5.4.1 Yearly renewal and maintenance support for the OCIMS Display subsystem.
5.4.2 Yearly renewal of the VBrick license VBrick Gold Technical Support Service for the HPS 7102, includes Hardware Warranty (Standard RMA), Software Updates (Minor releases and patches) and Product Support for the following serial numbers 71031300003, 71121200003, 71121200005, 71121200007, 71121200008, 71121200009 5.4.3 Yearly renewal of the Cisco Conferencing license
Cisco TelePresence ISDN Link Encrypted serial number FTT172501L3
Cisco 40 serial number FCZ1736F01H (FTT173400AM) 5.4.4 Yearly renewal of license and maintenance support for Vidyo system
Vidyo Portal
Vidyo Router 5.5. Task 5: Provide annual Iridium voice services The Contractor shall provide Post-Paid voice services for Iridium satellite phones using the following plans:
105 phones at basic rate
phones at standard rate to pool minutes. The Contractor shall include a line item for overage minutes exceeding minutes supplied with the standard rate.
5.6. Task 6: Provide Software Maintenance and Support for ESi WebEOC Software The Contractor shall provide software maintenance service and support for ESi WebEOC software customer ID: USNRCMD. The License number for WebFusion is:
1557A9466F4227.
5.7. Task 7: Provide software support for VMWare Licensing The Contractor shall provide for the following:
Annual extension of 36 vSphere5 Enterprise Plus licenses.
Annual extension of 42 vSphere5 Enterprise licenses
Annual extension of 1 VM SRM licenses
Annual extension of 4 vCenter licenses 5.8. Task 8: Provide Automatic Notification System (ANS) Maintenance The Contractor shall provide 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> a day, 7 days a week 365 days a year support for Automatic Notification System such that it is maintained according to original equipment manufacturer specifications. This support shall provide for an afterhours support number. This support shall also include an on-site response time for correction of failures of no greater than four hours. The Contractor shall provide for the renewal of software license from manufacturer.
NRC-HQ-11-16-E-0001 31310018F0075 There are two of these units on located in Rockville, MD. The customer number for NRC is 5265 and 5265A.
Automatic Notification System Specifications:
Cassidian Communications - The Communicator! NXT system with three PRI cards each.
5.9. Task 9: Provide License Renewal for ESRI Arc GIS Software The Contractor shall provide ESRI Arc GIS software license renewal for customer number 341351.
ESRI Arc GI Software System Specifications:
Five (5) ArcView Single Use Primary Maintenance
Five (5) ArcGIS Spatial Analyst Single Use License License numbers are provided below:
NRC ArcView Spatial Analyst Headquarters UNK110403435 UNK207695940 NRC Region IV UNK110403734 UNK207696130 NRC Region III UNK110403792 UNK207696458 NRC Region II UNK110403920 UNK207696698 NRC Region I UNK119669556 UNK210735427 5.10. Task 10: Provide UPS Maintenance The Contractor shall provide 1 Year 4HR 7X24 Response Upgrade to the existing service contract. The support shall include an annual preventative maintenance.
UPS System Specifications:
APC Smart UPS VT SUVTRT20KF5B5S which consists of:
SUVTRTF20KB5F APC SmartUPS VT rack mounted 20 KVa 208v w/iso XFNR for 5 batt modules w/PDU.
STBTU1-PLP 20 Symmetra PX battery units. The serial number of the unit is PS1236330170.
NRC-HQ-11-16-E-0001 31310018F0075 5.11. Task 11: Provide RightFax Maintenance The Contractor shall provide 1 Year licensing and support for the RightFax software from OpenText. This consists of the following modules QTY PRODUCT Part #
1 Fax Gateway 308, Analog Fax Gateway, 8 FXO SIP/T.38
- North America Edition Unique #: 63241-12305 S-CPFG308A8-N 7
RightFax FOIP Enabled Fax Channel Unique #: 68101-12305 S-CPRFPGDDCFOIP 1
RightFax Encryption Module Unique #: 68101-12305 S-CPRF0175 1
Fax Server, RightFax Business Edition X Unique #: 68101-12305 S-CPRFPGBSN-A 1
RF PDF Module 11/01/17 to 08/31/18 Unique #: 68101-12305 S-CPRFPG2450013 1
RightFax FOIP Enable an Existing RightFax Document Delivery Channel Unique #: 68101-12305 S-CPRFPGDDCFOIPU 5.12. Task 12: Provide Avaya Meeting Exchange Pass and Support Advantage The Contractor shall provide 1 Year Pass and Support Advantage Coverage for the Avaya Meeting Exchange voice conferencing system. Coverage will provide 24x7x365 remote phone support coverage to include hardware failure replacement. The contractor shall provide escalated Tier 1 Meeting Exchange remote and onsite service per response requirements below.
Avaya Voice Conferencing Maintenance Support Requirement:
Provide 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> a day, 7 days a week, 365 days a year support for Avaya Meeting Exchange System including after--hours support. Equipment must be maintained according to original equipment manufacturer specifications.
Response
Requirement:
Problem Type:
Major: 2 hours2.314815e-5 days <br />5.555556e-4 hours <br />3.306878e-6 weeks <br />7.61e-7 months <br /> telephone, 2 hours2.314815e-5 days <br />5.555556e-4 hours <br />3.306878e-6 weeks <br />7.61e-7 months <br /> onsite, 4 hours4.62963e-5 days <br />0.00111 hours <br />6.613757e-6 weeks <br />1.522e-6 months <br /> onsite after hours Minor: 2 hours2.314815e-5 days <br />5.555556e-4 hours <br />3.306878e-6 weeks <br />7.61e-7 months <br /> telephone, 8 hours9.259259e-5 days <br />0.00222 hours <br />1.322751e-5 weeks <br />3.044e-6 months <br /> onsite, next business day Other Considerations:
A major outage is categorized as a system failure that directly affects the ability to conduct business. These include the inability to receive or make calls.
Component Primary and Backup Meeting Exchange S6200 Servers Covered:
Client Registration Server (CRS) 3 G450 Media Gateways 192 Avaya Licenses Service Period 10/01/18 - 9/30/19
NRC-HQ-11-16-E-0001 31310018F0075 6.
PERFORMANCE STANDARDS The Contractor shall perform work under this task order in such a manner to ensure that these contracts are renewed on time with no lapse in service. The Contractor shall provide contact information to the Contracting Officer Representative.
7.
METHOD OF SURVEILLANCE On a yearly basis, the contractor shall provide a list of all maintenance contracts to include
Name of contractor
Period of performance for contract
24/7 contact information for maintenance 8.
INCENTIVES Failure to renew on time with a lapse in service will be subject to the following deductions:
3% reduction to amount payable for the firm-fixed-price portion of each contract not renewed on time 9.
DELIVERABLES AND DELIVERY SCHEDULE The contracts will be renewed for a year following the expiration of the current support and license period. The current support periods are:
All information provided by the vendors to include, at a minimum, quotes and contact information for the vendors will be provided to the COR.
- 10. GOVERNMENT-FURNISHED PROPERTY The software and any applicable hardware for the items in this Task Order are currently in place.
- 11. PLACE OF PERFORMANCE The work to be performed under this task order will be performed at:
U.S. Nuclear Regulatory Commission Three White Flint North 11601 Landsdown Street North Bethesda, MD 20852
- 12. PERIOD OF PERFORMANCE The Period of Performance consists of one year period from 07/01/2018 - 06/31/2019
- 13. SECURITY The work provided under this Task Order is UNCLASSIFIED.
NRC-HQ-11-16-E-0001 31310018F0075 Attachment A - Display Subsystem Display Monitors Item Part Number Quantity Panasonic Projector PT-DZ6710 6
Panasonic Projector DW6300ULS 2
NEC TV/Monitor P552 11 NEC TV/Monitor E552 21 NEC TV/Monitor NEC 42in 1
IMS Item Part Number Quantity Dell Workstations Dell Precision T3600 12 Matrox Video Cards M-Series 9148 13 Matrox Video Cards MURA-MPX44F 2
Matrox Video Cards M-Series 9188 1
Interface Units Item Part Number Quantity Extron IP Link Controller IP Link IPL TS4 17 Extron HDMI Extender DTP HDMI 230 Tx 41 Extron HDMI Extender DTP HDMI 230 Rx 41 Extron Mount MBU125 82 Radio Design Labs Module Automatic Ducking Module ST-VP2 13 Extron Amplifier MPA 401-70V 13 Speakers Item Part Number Quantity JBL Speakers Control 26C-CT 27 Audio Conferencing Item Part Number Quantity ClearOne Audio Integration Converge 880TA 2
ClearOne Universal Controller Converge Pro Tabletop Controller 2
Video Conferencing Item Part Number Quantity Cisco VC Equipment TelePresence Codec C40 1
Cisco VC Camera Precision HD Camera 1080p Gen 2 1
Vidyo Router Vidyo Router 1
Vidyo Portal Vidyo Portal 1
Axis Cameras Q1755 Network Camera 2
Microsoft Webcams LifeCam Studio 16 Tuners/DVD Audio/Video
NRC-HQ-11-16-E-0001 31310018F0075 Tuners/DVD Audio/Video Item Part Number Quantity Channel Vision C-0332 splitter C-0332 16 port amplified splitter 1
Contemporary Research Tuners 232-ATSH 8
Item Part Number Quantity Radio Design Labs Audio Mixer TX-MX2R 8
Radio Design Labs Sender Model TX-TPS3A 3
Radio Design Labs Receiver Model TX-TPR3A 3
VBrick HPS 7102 HS-HD 6
Toshiba DVD Video Player SD-3990 1
Paging Item Part Number Quantity Bogen Telephone Interface Module PCMTIM 1
Bogen Central Processing Module PCMCPU 1
Bogen Zone Paging Module PCMZPM 1
Shure PA Microphone Microflex X418 DLC 1
Rane Distribution Amplifier DA216S 1
Clocks Item Part Number Quantity Digital Display Systems Clocks BTZ-42418-5R 15 Digital Display Systems Clocks BTZ-42425-5R 2
SECTION D - PACKAGING AND MARKING D.1 Branding, Packaging and Marking for this task order shall be in accordance with Section D of the base contract NRC-HQ-11-16-E-0001.
SECTION E - INSPECTION AND ACCEPTANCE E.1 Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the NRC Contracting Officer's Representative (COR) at the destination.
Contract Deliverables:
The contractor shall comply with the delivery schedule outlined in the task order SOW. All deliverables shall be formatted and prepared using Microsoft Word for documentation and reports; Microsoft PowerPoint for briefings; and Microsoft Project for schedules.
NRC-HQ-11-16-E-0001 31310018F0075 SECTION F - DELIVERIES OR PERFORMANCE F.1 PERIOD OF PERFORMANCE The Period of Performance consists of a one year base period.
Base Year: 07/01/2018 - 06/30/2019 F.2 PLACE OF PERFORMANCE The work to be performed under this task order will be performed at:
U.S. Nuclear Regulatory Commission Three White Flint North 11601 Landsdown Street North Bethesda, MD 20852 SECTION G - TASK ORDER ADMINISTRATION G.1 CONTRACTING OFFICER REPRESENTATIVE (a) The contracting officer's authorized representative hereinafter referred to as the project officer for this contract is:
Name: Omar Khan Address: US NRC NSIR, 11555 Rockville Pike, Rockville, MD 20852 Telephone Number: 301-287-3725 Email:
Omar.Khan@nrc.gov Name: Annette Stang - Alternate Contracting Officer Representative Address: US NRC NSIR, 11555 Rockville Pike, Rockville, MD 20852 Telephone Number: 301-287-3780 Email:
Annette.stang@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.
NRC-HQ-11-16-E-0001 31310018F0075 (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.
(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.
NRC-HQ-11-16-E-0001 31310018F0075 (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.
G.2 INVOICES The contractor shall submit a monthly invoice to NRC by the 15th of each month in accordance with the NRC Billing Instructions found in the base contract NRC-HQ-11-16-E-0001.
SECTION H - SPECIAL TASK ORDER REQUIREMENTS H.1 TASK ORDER PROVISIONS The provisions in Section H - SPECIAL CONTRACT REQUIREMENTS of the IDIQ Contract NRC-HQ-11-16-E-0001 are applicable to this task order.
H.2 SECURITY The security requirements under the IDIQ Contract NRC-HQ-11-16-E-0001 shall apply to this task order. The work under this task order is unclassified.
SECTION I-CONTRACT CLAUSES I.1 The clauses and provisions incorporated in full text or by reference in IDIQ Contract NRC-HQ-11-16-E-0001 are hereby incorporated into this task order.
NRC-HQ-11-16-E-0001 31310018F0075 I.2 FAR 52.217-8 Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at anytime before expiration of the task order.