ML18164A020

From kanterella
Jump to navigation Jump to search
Modification No. 004 to Task Order No. NRC-HQ-20-17-T-0001 Under Contract No. NRC-HQ-10-14-E-0001
ML18164A020
Person / Time
Issue date: 06/12/2018
From: Heriberto Colon
Acquisition Management Division
To: Mark Flynn
Centeva LLC
References
NRC-HQ-10-14-E-0001
Download: ML18164A020 (37)


Text

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 37

2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

M0004 See Block 16C NRR-18-0114 EWC

6. ISSUED BY CODE NRCHQ 7. ADMINISTERED BY (If other than Item 6) CODE US NRC - HQ ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN-5E03 WASHINGTON DC 20555-0001
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)

(x) 9A. AMENDMENT OF SOLICITATION NO.

CENTEVA LLC ATTN MARK FLYNN 9B. DATED (SEE ITEM 11) 10813 S RIVER FRONT PKWY STE 135 SOUTH JORDAN UT 840955658 x 10A. MODIFICATION OF CONTRACT/ORDER NO.

NRC-HQ-10-14-E-0001 NRC-HQ-20-17-T-0001 10B. DATED (SEE ITEM 13)

CODE FACILITY CODE 09/15/2017 806602962

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended.

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 Items 8 and 15, and returning ___________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or electronic communication 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 letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required) Net Increase: $73,475.32 2018-X0200-FEEBASED-20-20D099-6016-11-5-156-252A-11-5-156-6016
13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

X 52.217-7 OPTION FOR INCREASED QUANTITYSEPARATELY PRICED LINE ITEM (MAR 1989)

E. IMPORTANT: Contractor x is not is required to sign this document and return __________________ copies to the issuing office.

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

The purposes of this modification are to: 1).

Exercise optional item 21: Development -

Iteration 9 $30.073.28; item 22: Development -

Iteration 10 $30.073.28; and item 23: End User Training & Go Live Assistance under Section F.2 DELIVERABLES AND DELIVERY SCHEDULE, thereby increasing the Base and Exercised Options (Ceiling) Amount by $73,475.32, from $394,537.49 to $468,012.81; 2) Fully fund travel; and 3)

Obligate funds in the amount of $73,475.32, thereby increasing the total obligated amount by Continued ...

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 .

15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

HERIBERTO COLON 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED 06/12/2018 (Signature of person authorized to sign) (Signature of Contracting Officer)

Previous edition unusable STANDARD FORM 30 (REV. 11/2016)

Prescribed by GSA FAR (48 CFR) 53.243

REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF CONTINUATION SHEET NRC-HQ-10-14-E-0001/NRC-HQ-20-17-T-0001/M0004 2 37 NAME OF OFFEROR OR CONTRACTOR CENTEVA LLC ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (A) (B) (C) (D) (E) (F)

$73,475.32, from $394,537.49 to $468,012.81.

Refer to the continuation pages for more details.

LIST OF CHANGES:

Reason for Modification: Funding Only Action Obligated Amount for this Modification: $73,475.32 New Total Obligated Amount for this Award:

$468,012.81 Incremental Funded Amount changed: from

$394,537.49 to $468,012.81 Total Amount changed from $394,537.49 to

$468,012.81 NEW ACCOUNTING CODE ADDED:

Account code:

2018-X0200-FEEBASED-20-20D099-6016-11-5-156-252A-1 1-5-156-6016 Period of Performance: 09/15/2017 to 09/25/2018 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)

Sponsored by GSA FAR (48 CFR) 53.110

Contract No.: NRC-HQ-10-14-E-0001 Task Order No.: NRC-HQ-20-17-T-0001 M0004 B.1 CONTRACT TYPE (a) The contract type for this task order is firm-fixed-price (FFP) with reimbursable (e.g.

Travel and Other Direct Costs (ODCs)).

B.2 BRIEF PROJECT TITLE AND WORK DESCRIPTION (a) The title of this project is: Replacement Reactor Program System (RRPS) -

Feature Set 4: NRO ENTERPRISE PROJECT MANAGEMENT (EPM), Interfaces, and Shared Functions (b) Summary work description: The contractor shall assess and develop the requirements of NROs licensing, inspections, and other mission critical functions, including those that are in the Enterprise Project Management (EPM) system and its components, for incorporation into the Replacement Reactor Program System (RRPS).

B.3 CONSIDERATION AND OBLIGATION-FIRM-FIXED-PRICE The total amount of the Firm-Fixed-Price portion of this task order is $468,012.81388,903.89, and this amount is fully-funded.

B.4. CONSIDERATION AND OBLIGATION-TIME-AND-MATERIALS CONTRACT ALTERNATE I (Travel only)

(a) The ceiling price to the Government for full performance under this contract is $0.00.

(b) The contract includes: (1) direct labor hours at specified fixed hourly rates, inclusive of wages, fringe, overhead, general and administrative expenses, and profit, totaling $0.00; and (2) cost of materials totaling $0.00, and reimbursable estimate not-to-exceed travel totaling (c) The amount presently obligated by the Government with respect to this task order for T&M/LH CLINs is (d) It is estimated that the amount currently obligated will cover performance through September 25, 2018.

(e) This is a fully-funded contract and FAR 52.232 Limitation of Cost applies.

Page 3 of 37

Contract No.: NRC-HQ-10-14-E-0001 Task Order No.: NRC-HQ-20-17-T-0001 M0004 B.4 PRICE/COST SCHEDULE*

ITEM DESCRIPTION CONTRACT OPTION FUNDED AMOUNT NO. TYPE AMOUNT PERIOD OF PERFORMANCE (September 15, 2017 - September 25, 2018) 00001 Assess and develop the NROs FFP licensing, inspections, and other mission critical functions requirements, Refer to incl. EPM system for Section F.2 incorporation into RRPS DMLR Development User training and go-live 00002 Estimated Travel REIMB NO Total

$468,012.81

  • In accordance with the Government-approved Integrated Master Schedule.

Page 4 of 37

Contract No.: NRC-HQ-10-14-E-0001 Task Order No.: NRC-HQ-20-17-T-0001 M0004 SECTION C - Task Order Performance Work Statement

1. PROJECT TITLE REPLACEMENT REACTOR PROGRAM SYSTEM (RRPS) - FEATURE SET 4: NRO EPM, INTERFACES, AND SHARED FUNCTIONS
2. BACKGROUND/INTRODUCTION The NRCs Reactor Program System (RPS) was designed to provide a planning, scheduling, reporting, and analysis tool for activities at nuclear power reactor and fuel facilities in the US. This legacy system is used to implement the policy and guidance for programs assigned to the NRC regional offices and assesses the effectiveness and uniformity of the implementation of those programs through detailed reporting processes. RPS includes and licensing information, plant performance indicators, follow-up items, safety issue data, NRC staff data, facility characteristics, and other reactor regulatory data.

In accordance with NRC Management Directive 12.5, RPS is defined as a major Information Technology (IT) Application. The system is administered by the Office of Nuclear Reactor Regulation (NRR) and users include NRR, the Office of New Reactors (NRO), the Office of Federal and State Materials and Environmental Management Programs (FSME), the Office of Nuclear Material Safety and Safeguards (NMSS), the Office of Nuclear Security and Incident Response (NSIR), the Office of Nuclear Regulatory Research (RES), the Office of Enforcement (OE), the Office of Information Services (OIS), and NRC Regional offices.

The implementation of RPS was intended to allow for a single system for entering information, however, the information is not well protected, complete, or fully accurate due to a variety of reasons including: (1.) the legacy system does not allow for easy user access management and user friendliness, (2.) a lack of access to formal training and guidance for users, (3.) slow system processing time, and (4.) lack of flexibility in user access to the system. As a result, many users rely on separate databases and spreadsheets to plan and track activities.

The Office of New Reactors (NRO) uses a workload management Enterprise Project Management (EPM) System that is built on Microsoft project server which manages new construction projects and the regulatory requirements surrounding them. It consists of several components that support NROs mission critical programs which have been developed on Microsoft SharePoint. They include:

NROs workload management EPM System is delivered through the following primary technical components:

Web based Client Interfaces: a Project Web Access (PWA); reporting services web access; SharePoint and SharePoint applications web access.

Thick Client Interfaces: Microsoft Office Project Professional.

Server-based applications: Project Server; SharePoint for collaboration and versioning; SharePoint Workflows; Extended SharePoint with K2 workflow engine; and custom SharePoint applications.

Page 5 of 37

Contract No.: NRC-HQ-10-14-E-0001 Task Order No.: NRC-HQ-20-17-T-0001 M0004 Database: Microsoft SQL Server provides the backend database repository services.

EPM Reporting Services Subsystem: Microsoft SQL Service Reporting Services (SSRS); a replica of the Project Server Reporting Database; EPM Enterprise Reporting Warehouse database; and replicas of other EPM system production databases.

External Interfaces: The EPM solution communicates with the Reactor Program System (RPS) database to receive work hours from the time collection system - RPSs Technical Assignment Control (TAC) table and send project task schedule changes and other related information back to RPSs TAC table. Additionally, the system provides a Simple Mail Transfer Protocol (SMTP) interface to allow information to be communicated via electronic mail to affected users.

Electronic Request for Additional Information program (ERAI): The Office of New Reactors (NRO) Electronic Request for Additional Information (eRAI) system has been operational since 2008. It is a web-based system that enables the initiation, monitoring, and tracking of RAIs. ERAI was designed to support the NRC, licensees, and industry by providing transparency and communication around RAIs. It does this by providing the ability to link related documents in ADAMS, helping to track RAI status, and ensuring that the RAI review processes are compliant with NRO guidelines.

3. SCOPE The NRC Office of Nuclear Reactor Regulation (NRR) requires services to successfully implement the new RPS using the enterprise-wide technology standards and MDM recommendations that will enable the system to manage, share, and deliver agency information effectively and reliably. These standards, which include software, data, hardware, industry adopted technology specifications, processes, etc., will be provided to the Contractor as Government-Furnished Information (GFI).

The Contractor shall perform analysis to develop high and low level requirements as well as a design and implementation plan for the incorporation of NROs EPM requirements into the RRPS system.

The artifacts from the MOM FA3 task order, along with the alternatives of analysis (AoA) and technology standards will be provided as GFI to the MOM FA4 Contractor to develop, test and deploy the RPS Replacement. The Contractor shall:

Provide analysis of EPM Project Server and its Mission-IT related components, including ERAI hereafter referred to as the EPM System.

Identify gaps and deviations from current business processes in the current Replacement RPSs Licensing Workload Management module.

Based on gaps identified, capture features and existing capabilities of the EPM and it components.

Gather and analyze the business/functional and high-level technical requirements.

Page 6 of 37

Contract No.: NRC-HQ-10-14-E-0001 Task Order No.: NRC-HQ-20-17-T-0001 M0004 Analyze important documentation and change requests for low-level and pending requirements to ensure that all requirements have been taken into consideration in the Replacement RPS.

Identify subject matter experts, power-users and stakeholders for input that identifies gaps in NROs current system and provides input to design RPS to meet all the current and future needs of the user-community.

Consider the deliverable document entitled: WORKLOAD TRACKING, MANAGEMENT, AND SCHEDULING NEEDS AND REQUIREMENTS FOR LICENSING ACTIVITIES IN OFFICE OF NEW REACTORS AND OFFICE OF NUCLEAR REACTOR REGULATION'S DIVISION OF LICENSE RENEWAL, which can be found in ADAMS (Accession #

ML17034A320).

Support the development and support of constantly evolving business needs and requirements of reports for Licensing Workload Management, including the development of new reports when required.

Where reporting requirements mandate changes to the application, provide high-level analysis of impacts to the application for delivery to the CCB to assist in determining a path forward.

Assess and develop technical requirements to support NRRs Division of Licensing Renewals requirements to group milestones belonging to multiple project types as shown in the attached document CCB Review of Milestones Grouping - Juan Lopez 04 2017.pdf.

Develop additional functionality into the RPS system to meet the DMLR requirements identified as necessary for the system.

Implement the new information system.

Deploy the functionality into the system.

The anticipated components of the new RPS system are as follows:

Component 1:

Ref.: Contract No. NRC-HQ-10-14-E-0001 / Task Order No. NRC-HQ-10-14-T-0001 Inspection Scheduling and Tracking (Legacy RPS)

Workload Management and Licensing Activities (NRRs Firefly)

Component 2:

Ref.: Contract No. NRC-HQ-10-14-E-0001 / Task Order No. NRC-HQ-20-16-T-0001 Reactor Oversight Process (ROP)

Reactor Operating Events (ROE)

Human Factors Information System (HFIS)

Events and Power Status Reports Component 3:

Page 7 of 37

Contract No.: NRC-HQ-10-14-E-0001 Task Order No.: NRC-HQ-20-17-T-0001 M0004 Ref.: Contract No. NRC-HQ-10-14-E-0001 / Task Order No. NRC-HQ-10-14-T-0001 Operator License Tracking System (OLTS)

Component 4:

Ref.: Contract No. NRC-HQ-10-14-E-0001 / Task Order No. NRC-HQ-20-16-T-0001 and NRC-HQ-20-17-T-0001 Interfaces and Data Shared Functions, including Queries and Reports Electronic Request for Additional Information Program (ERAI)

Enterprise Project Management (EPM)

This task order is currently for the research and planning phases of Component 4.

4. OBJECTIVES The contractor shall assess and develop the requirements of NROs licensing, and other mission critical functions, including those that are in the Enterprise Project Management (EPM) system and its components, for incorporation into the Replacement Reactor Program System (RRPS).

The contractor shall develop a plan to incorporate the collected requirements and analysis performed above into the existing Replacement Reactor Program System (RRPS)s licensing modules.

The contractor shall assess and develop methodologies and strategies to include the grouping of milestones which may belong to multiple project types in keeping with the requirements expressed by the Division of Materials and License Renewal (DMLR) in the requirements gathering sessions.

5. PERFORMANCE REQUIREMENTS TASK 1: NRO Requirements Document: The contractor shall provide a first draft of the NRO requirements document within 60 business days after the conclusion of the initial onsite requirements gathering and contextual inquiry sessions. A finalized version of this document shall be provided within 90 business days after submission of the first draft. This document shall list features and functions as well as criteria for completion of those tasks.

TASK 2: RPS-NRO Project Plan: The contractor shall provide a detailed project development and implementation schedule, Risk Management Plan, Communications Plan, OCI Mitigation Plan, and Quality Control Plan within 30 business days of contract execution.

TASK 3: Data Mapping Strategy Documents: The contractor shall provide a data mapping strategy document for each of the four areas that will be migrated over from NRO (EPMand eRAI) within 30 business days after submission of the initial draft of the RPS-NRO Requirements Document. These documents will identify and detail out the data relationships between the legacy systems and RRPS.

TASK 4: Testing Plan: The contractor shall provide a testing plan within 30 business days after submission of the Data Mapping Strategy Documents. This document will include strategies for iterative testing as well as user acceptance testing.

Page 8 of 37

Contract No.: NRC-HQ-10-14-E-0001 Task Order No.: NRC-HQ-20-17-T-0001 M0004 TASK 5: Three (3) Iterations of Development: The contractor shall provide three 2-week iterations of development work (total of 6 weeks) on the DMLR requirements that are defined as part of Task 1.

TASK 6: EPM/eRAI Requirements Document: The contractor shall provide a first draft of the EPM/eRAI Requirements Document at least 30 days prior to the end of the performance period for this task order. A finalized version of this document shall be provided within 30 days after submission of the first draft. This document shall list the requirements necessary for the eRAI and EPM solutions.

Task 7: DMLR Development: Provide remaining development work necessary to make RPS functional for DMLR users, based on the DMLR requirements defined during the requirements gathering phase. These requirements include functionality for Enhanced Licensing Renewal Templates, creating a License Renewal Project, managing a License Renewal Project, and Reporting.

Task 8: Implement the new information system. Prepare the environment for development; conduct user acceptance testing (UAT); prepare the environment for testing; and test and integrate.

Task 9: Deploy the new functionality into the system. Prepare technical environment; provide training on the system.

6. PERFORMANCE STANDARDS Performance standards establish the performance levels required by the Government. All of these standards shall be captured and clearly displayed in the Quality Assurance Surveillance Plan (QASP)

Examples of performance standards:

Quality standards: conditions, error rates, accuracy, form/function, reliability, maintainability.

Quantity standards: capacity, output, volume, amount.

Timeliness standards: response times, delivery, completion times, milestones.

Method of Surveillance: clearly state to the contractor how you plan on monitoring their work. Examples: 100 percent inspection, random sampling, periodic inspection, customer input, contractor self-reporting, etc.

Incentives: Incentives should be based on tasks or deliverables that are critical to the project. Monetary incentives, if any, shall be funded at the time of the award. They may be either positive, negative, or a combination of both. Incentives may be monetary or non-monetary. Incentives do not need to be present in every performance-based contract as an additional fee structure. In a fixed-price contract, the incentives would be embodied in the pricing and the contractor could either maximize profit through effective performance or have payments reduced because of failure to meet the performance standard.

o Positive incentives. Actions to take if the work exceeds the standards.

Standards should be challenging, yet reasonably attainable.

o Negative incentives. Actions to take if work does not meet standards.

7. DELIVERABLES AND DELIVERY SCHEDULE The following table summarizes the deliverables to be provided under this task order. All deliverable files will be provided electronically to the CO and COR. The Kick-off Meeting and Page 9 of 37

Contract No.: NRC-HQ-10-14-E-0001 Task Order No.: NRC-HQ-20-17-T-0001 M0004 Training Plan tasks will also require in person briefings to the CO, COR and key Government stakeholders as determined by the Government.

Page 10 of 37

Contract No.: NRC-HQ-10-14-E-0001 Task Order No.: NRC-HQ-20-17-T-0001 M0004 DELIVERABLES AND DELIVERY SCHEDULE Tasks Deliverables Estimated Due Dates*

1. NRO Requirements A list of features and functions as well as First draft provided within 120 Document criteria for completion of those tasks. business days after the conclusion of the initial onsite requirements gathering and contextual inquiry sessions. A finalized version provided within 90 business days after submission of the first draft.
2. RPS-NRO Project Plan A detailed project development and First draft provided within 30 business implementation schedule, Risk days of contract execution.

Management Plan, Communications Plan, OCI Mitigation Plan, and Quality Control Plan.

3. Data Mapping Strategy A data mapping strategy document for First draft provided within 30 business Documents each of the four areas that will be migrated days after submission of the initial over from NRO (EPM, , and eRAI) that draft of the RPS-NRO Requirements will identify and detail out the data Document.

relationships between the legacy systems and RRPS.

4. Project Schedule A project schedule for DMLR Project Schedule for the DMLR Development Development project, to be provided within 60 days of completing DMLR requirements portion of Task 1.
5. Three (3) Iterations of 3 iterations (total of 6 weeks) of Three iterations of development to Development Work development work on the requirements begin after DMLR requirements are that are defined as part of Task 1. defined (est. Jan 2018).
6. EPM/eRAI Provide EPM/eRAI Requirements First draft provided at least 30 days Requirements Document Document. This document shall list prior to the end of the performance the requirements necessary for the period for this task order. Final version eRAI and EPM solutions. provided within 30 days after submission of the first draft.
7. DMLR Development Provide remaining development work DMLR Development completed after 7 necessary to make RPS functional for two-week development sprints, DMLR users, based on the DMLR starting immediately after the task requirements defined during the order modification is finalized.

requirements gathering phase. These requirements include functionality for Enhanced Licensing Renewal Templates, creating a License Renewal Project, managing a License Renewal Project, and Reporting.

8. Implement the new Prepare the environment for To be completed prior to the end of the information system development; conduct user acceptance task order performance period testing (UAT); prepare the environment for testing; and test and integrate.
9. Deploy the new Prepare technical environment; To be completed prior to the end of the functionality into the provide training on the system. task order performance period system Page 11 of 37
8. GOVERNMENT-FURNISHED PROPERTY (GFP)

The COR will identify all GFP to be used by the contractor. The contractor shall maintain accountability of all GFP issued to its personnel throughout performance.

9. PLACE OF PERFORMANCE The majority of the work under the resultant task order will be performed at the Contractor site. Some work may occur on site at NRC Headquarters Offices located in Rockville, Maryland, as approved by the TO COR.
10. SECURITY All personnel that perform work on this task order will require an NRC IT Level I or Level II access, as appropriate. Personnel that require unescorted access will also need to obtain an NRC facility access badge.
11. SPECIAL QUALIFICATIONS / KEY PERSONNEL REQUIREMENTS The contractor shall be responsible for providing personnel having the requisite skills necessary to support and accomplish the task outlined in this PWS, to include the following skills:

Knowledge and understanding of IBM Rational Jazz components and their use in RRPS development efforts.

Knowledge and understanding of an acceptable process to develop other RRPS systems.

Awareness of the technical artifacts referenced in the Statement of Objectives and attachments.

Key personnel may only be changed after notification to the Contracting Officer and his approval of replacements. The Government reserves the right to interview replacement key personnel, if it deems necessary to do so.

12. SECTION 508 - ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS In December 2000, the Architectural and Transportation Barriers Compliance Board (Access Board), pursuant to Section 508(2)(A) of the Rehabilitation Act Amendments of 1998, established information technology accessibility standards for the federal government.

Section 508(a)(1) requires that when federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they shall ensure that the EIT allows federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. The Section 508 requirement also applies to members of the public seeking information or services from a federal department or agency. Section 508 text is available at http://www.opm.gov/HTML/508- textOfLaw.htm or http://www.section508.gov/

All Electronic and Information Technology (EIT), as defined at FAR 2.101, supplied under this contract/order must conform to the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology Accessibility Standards (36 CFR Part 1194). The applicable standards are available at: http://www.access-board.gov/sec508/guide/index.htm Page 12 of 37

The following standards are applicable to this contract/order:

a. Software Applications and Operating Systems (1194.21)
b. Web-based Intranet and Internet Information and Applications(1194.22)
c. Telecommunications Products (1194.23)
d. Video and Multimedia Products (1194.24)
e. Self-Contained, Closed Products (1194.25)
f. Desktop and Portable Computers (1194.26)

Page 13 of 37

Quality Assurance Surveillance Plan (QASP)

This performance-based QASP is intended to set forth the process that the U.S. Nuclear Regulatory Commission (NRC) will use in evaluating the technical performance of the Contractor in accordance with the terms and conditions of the MOM contract.

This QASP will be used as a Government document to assist in monitoring contractor activities and during inspection and acceptance of contract deliverables. The Government reserves the right to make changes to the QASP during the life of the task order. Performance information generated from surveillance activities will directly feed into status and performance discussions with the Contractor.

Table Column Definitions:

Required Services: The type of support service required as described in the Requirements section of the PWS.

Performance Measure: A detailed description of what the measure will be assessing.

Acceptable Quality Level: The benchmark for satisfactory performance (including +/-

deviations).

QASP Monitoring Method: Surveillance methods include 100% inspection, random sampling, periodic inspection, customer input, self-reports by Contractor, etc.

Required Performance Measure Acceptable QASP Monitoring Services Quality Level Method (AQL)

1. NRO First draft provided within 100% compliance 100% inspection by Requirements 60 business days after the with performance COR Document conclusion of the initial standards onsite requirements gathering and contextual inquiry sessions. A finalized version provided within 90 business days after submission of the first draft.
2. RPS-NRO First draft provided within 100% compliance 100% inspection by Project Plan 30 business days of with performance COR contract execution. standards
3. Project Project Schedule provided 100% compliance 100% inspection by Schedule for within 60 days of with performance COR DMLR completing DMLR standards Development requirements portion of Task 1.
4. Data Mapping A data mapping strategy First 100% compliance 100% inspection by Strategy Documents draft provided within 30 with performance COR business days after submission standards of the initial draft of the RPS-NRO Requirements Document.

Page 14 of 37

Required Performance Measure Acceptable QASP Monitoring Services Quality Level Method (AQL)

5. Three (3) Three iterations of 100% compliance 100% inspection by Iterations of development begin within 30 with performance COR Development Work days after DMLR requirements standards are defined
6. EPM/eRAI First draft provided at least 30 100% compliance 100% inspection by Requirements days prior to the end of the with performance COR Document performance period for this standards task order. Final version provided within 30 days after submission of the first draft.
7. DMLR DMLR Development 100% compliance 100% inspection by Development completed after 7 two-week with performance COR development sprints, starting standards immediately after the task order modification is finalized.
8. Implement the To be completed prior to the 100% compliance 100% inspection by new information end of the task order with performance COR system performance period standards
9. Deploy the new To be completed prior to the 100% compliance 100% inspection by functionality into end of the task order with performance COR the system performance period standards The following list of requirements for RPS feature set 3 is derived from multiple Analyses of Alternatives (AOAs) as referenced in the first column on each table. These requirements and any emerging requirements that have been added or updated after proposals have been submitted and after task order award, shall be jointly reviewed between the contractor and NRC within the first 30-45 days after award, and updated as appropriate.

Presentation/Interface Components.

AOA# Requirement Summary SIL-01 System is web-based.

SIL-02 System supports ability to view data using visual elements including charts and graphs, within the interface, where applicable (dashboard elements).

SIL-03 System provides visual elements required to render forms, fields, menus, and interactive elements (provide an intuitive interface that enhances user productivity).

SIL-04 Interface is vendor provided, or developed in and delivered by Java EE 6, or MS

.NET 4.0.

DSU-01 Accessibility on mobile devices and tablets.

DSU -02 Web interface capable of rendering HTML5 compliant web pages for access of mobile devices and tablets.

DSU -03 Interface dynamically scales/formats to fit dimensions of browser used.

Page 15 of 37

Table 1. Application Components.

AOA# Requirement Summary AL-01 For application library development, Java EE 6 or MS .NET 4.0 is preferred AL-02 Provide an upgraded technology platform with improved efficiency in data entry, query, and reporting capabilities INSP-01 Provides an intuitive tool that allows for easier and more efficient coordination and execution of inspection activities.

INSP-02 Fully captures the inspection related data for use in management and reporting related to reactor regulation.

INSP-03 Provides for end-to-end management of the reactor oversight process including management of the inspection procedures and related manual chapters.

INSP-04 Provides for a realistic estimation of inspection activity hours for better forecasting.

INSP-05 Provides automated tools to support tracking reactor safety, radiation safety, and safeguards.

INSP-06 Allows for management to provide oversight and verification that the plants are being operated in accordance with NRC rules and regulations.

WLS-01 Provides an integrated and collaborative mechanism for viewing resource information and allocation across multiple views including resource, site, time, and other dimensions.

WLS -02 Provides mechanisms for managing pre-defined schedule profiles and applying schedule profiles to individual resources.

WLS -03 Allows the assignment of resources to activities.

WLS -04 Allows scheduling of resources based on their availability.

WLS -05 Sends notifications if scheduling conflicts arise or schedule updates are made.

WLS -06 Schedules can be exported into, or integrated with, MS Outlook.

WLS -07 Schedules may be viewed in a calendar by year, month, or week.

WLS-07 Calendar will display different activity types by color.

EM-01 Ability to manage and distinguish within the interface, application, and data layers different business objects managed by the system.

WM-01 Generate notifications for inspection task follow up and closure.

WM-02 Auto-generate notice upon update to a Manual Chapter or Inspection Procedure.

WM-03 Automatic closure of procedure upon creation of a new procedure written to replace it.

DM-01 Ability to connect documents to RRPS objects for easy storage and retrieval via the solutions interface.

DM-03 For document management, integration with the agency approved record management system, ADAMS, is preferred.

SRCH-01 Ability to search within different areas of the solution to retrieve specific records.

Page 16 of 37

AOA# Requirement Summary SRCH-02 Mechanisms for entering search keywords and filtering criteria.

SRCH-03 Ability to structure and configure display characteristics of results such as link and summary descriptions, categorization of results, and additional filtering options.

SRCH-06 Ability to pass through user authorizations to prevent view or access to unauthorized information.

ADM-01 Provide flexibility through configuration of business rules.

ADM-02 Ability to configure system-level settings to facilitate availability and performance without requiring software coding or server-level access.

ADM-03 Ability for users to customize certain aspects of system including views, saving preferences, or returning to frequently accessed objects within the system.

AHD-01 Users can create custom views of solution data using ad-hoc queries.

AHD-03 Reports are exportable into Microsoft product formats.

PFR-01 Ability to make reports available for re-use by different parties PFR-02 Ability to allow user to schedule report to automatically run and be distributed via e- mail to one or more subscribing users.

PRF-04 Reports are exportable into Microsoft product formats.

AV-01 Ability to connect to multiple data sources simultaneously.

AV-03 Ability to develop dashboards or other visual representations of information in charts and graphs.

AV-04 Ability to publish reports and dashboards for use or access by other solution AV-05 users. to filter and view data using an interactive capability.

Ability IAM-01 Comply with FISMA standards.

IAM-02 Java Authentication and Authorization Service (JAAS) is recommended for authentication of Java based platforms. Integrated Windows Authentication is recommended for .NET based platforms.

IAM-03 Users must have an Active Directory Account.

IAM-05 Use Integrated Windows Authentication with Kerberos for authentication security, in accordance with the NRC ICAM Authentication Framework.

IAM-06 Use an Active Directory user principal name and valid Kerberos ticket before processing any requests.

URM-01 Java Authentication and Authorization Service (JAAS) is recommended for authorization of Java based platforms. Integrated Windows Authentication is recommended for .NET based platforms.

URM-03 Support secure use and protection of RPS information including Personally Identifiable Information.

URM-06 Each service method will have an Access Control List which determines which role is allowed to perform the action.

Page 17 of 37

AOA# Requirement Summary LA-01 Comply with FISMA standards.

LA-02 Access to PII information must be auditable.

LA-03 Access to PII information must be auditable. When records are created, deleted or accessed, the system will record the user account and timestamp in an audit event table.

LA-04 For tables with PII, when records are updated, the system will record the user account, timestamp, field name, old value of the field and the new value of the field in an audit event table.

LA-05 For all tables in the database, when records are created, deleted or accessed, the system will record the user account and timestamp as part of the database LA-06 record.

For Operator Docket table, when records are updated, the system will record the user account, timestamp, field name, old value of the field and the new value of the field in an audit event table.

LA-07 Operator Dockets cannot be deleted by the users so no audit is required by the system.

INT-01 The data received at the server will be validated before attempting to store in the database.

INT-02 SQL statements will not be made directly from data supplied to the server by the client.

INT-03 Data will be normalized to remove encoding before storage in the database.

INT-04 The connection between the clients browser and the server will be over HTTPS to ensure the data is not modified during transmittal.

INT-05 PII will be stored in a protected area separate from the non-PII data.

CONF-01 HTTPS will be used to ensure the data that is exchanged between the client and server is confidential.

CONF-02 Fields such as Name + Applicant Birthdate and Name + License Restrictions (Medical Findings) are PII, and require protection.

CONF-03 The UI will only display one piece of PII data at a time on the screen.

CONF-04 Reports will be restricted from containing combinations of PII data that make a report sensitive.

CONF-05 PII will be stored in a protected repository.

Page 18 of 37

Table 2. Data Management Components.

AOA# Requirement Summary WS-01 Web services are recommended if acceptable data latency is less than 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> and message size is less than 10MB.

WS-02 Web services are recommended to implement W3C and Oasis services specifications.

WS-03 Data Providers that support mobile operating system consumer endpoints (such as iOS, Android, etc.) must implement Representational State Transfer (REST) based APIs for their data Web services.

WS-04 XML is recommended for SOAP based web services.

WS-05 JSON is recommended for REST APIs.

PD-01 Provide robust and fault tolerant relational database capability enabling storage and retrieval of data.

PD-02 For relational database management systems, Microsoft SQL Server, Oracle 11g or above, or IBM DB2 10 or above are preferred.

PD-03 Minimize redundancy from data duplication that occurs when data is stored in separate modules within the system and in multiple system that interface with RPS.

RAD-01 Provide robust and fault tolerant relational database capability enabling storage and retrieval of data.

RAD-02 For relational database management systems, Microsoft SQL Server, Oracle 11g or above, or IBM DB2 10 or above are preferred.

RAD-03 Ability to consolidate and flatten data.

OD-01 For relational database management systems, Microsoft SQL Server, Oracle 11g or above, or IBM DB2 10 or above are preferred.

Page 19 of 37

SECTION D - PACKAGING AND MARKING See the base contract Page 20 of 37

SECTION E - INSPECTION AND ACCEPTANCE See the base contract Page 21 of 37

SECTION F - DELIVERIES OR PERFORMANCE See the base contract F.1 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (SEP 2013)

This order shall commence on September 15, 2017 and will expire on September 25, 2018.

F.2 DELIVERABLES AND DELIVERY SCHEDULE

  • Subject to Government-approved Integrated Master Schedule, as revised
  1. Deliverable Amount 1 First Drafts of the RPS-NRO Project Plan and NRR-DMLR Project Plan 2 Requirements Demo 1 (DMLR) 3 Requirements Demo 2 (EPM) 4 Requirements Demo 3 (ERAI) 5 Development Demo 1 6 Development Demo 2 7 Development Demo 3 8 First Draft of the NRR - DMLR Requirements Document 9 First Draft of the NRR - NRO Requirements Document 10 Delivery of the data mapping strategy document for EPM 11 Delivery of the data mapping strategy document for eRAI 12 Project Plan/Schedule for next phase of development &

implementation 13 Finalization of the RPS - NRO Requirements Document 14 Finalization of the RPS - DMLR Requirements Document 15 Estimated Travel Costs SUBTOTAL $244,537.49 Page 22 of 37

  1. Deliverable Amount 16 Development Iteration 4 17 Development Iteration 5 18 Development Iteration 6 19 Development Iteration 7 20 Development Iteration 8 21 Development Iteration 9 22 Development Iteration 10 23 End User Training & Go Live Assistance SUBTOTAL CUMULATIVE TOTAL $468,012.81
  • Optional and subject to FAR Clause 52.217-7.

Page 23 of 37

SECTION G - CONTRACT ADMINISTRATION DATA G.1 CONTRACTING OFFICER AUTHORITY (a) The contracting officer's authorized representative (COR), hereinafter referred to as the COR, for this task order is:

Name: Gayathri Sastry (COR)

Email Address: Gayathri.Sastry@nrc.gov Telephone Number:

Name: Olga Benjumea (Alternate COR)

Email Address: Olga.Benjumea@nrc.gov Telephone Number:

(b) The COR shall:

(1) Monitor contractor performance and recommend changes in requirements to the contracting officer.

(2) Inspect and accept products/services provided under the task order.

(3) Review all contractor invoices/vouchers requesting payment for products/services provided under the contract and make recommendations for approval, disapproval, or suspension.

(c) The COR may not make changes to the express terms and conditions of this task order.

G.2 2052.215-78 TRAVEL APPROVALS AND REIMBURSEMENT (OCT 1999) -

ALTERNATE I (OCT 1999)

(a) Total expenditure for travel may not exceed $5,633.60including ODCs without the prior approval of the contracting officer.

(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 Page 24 of 37

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.

G.3 GREEN PURCHASING (SEP 2013)

(a) In furtherance of the sustainable acquisition goals included in Executive Order 13514, Federal Leadership in Environmental, Energy, and Economic Performance, products and services acquired under this contract/order shall be energy-efficient (Energy Star or Federal Energy Management Program (FEMP) designated), water-efficient, bio-based, environmentally preferable (e.g., Electronic Product Environmental Assessment Tool (EPEAT) certified), non-ozone depleting, recycled content, and non-toxic or less toxic alternatives, to the maximum extent practicable in meeting NRC contractual requirements.

(b) See NRCs Green Purchasing Plan (GPP) at:

http://pbadupws.nrc.gov/docs/ML1219//ML12191A130.pdf and the General Service Administrations (GSA) Green Procurement Compilation at:

http://www.gsa.gov/portal/content/198257.

(c) The contractor shall flow down this clause into all subcontracts and other agreements that relate to performance of this contract/order.

Page 25 of 37

SECTION H - SPECIAL CONTRACT REQUIREMENTS See the base contract Page 26 of 37

SECTION I - CONTRACT CLAUSES See base contract.

I.1 52.217-7 OPTION FOR INCREASED QUANTITYSEPARATELY PRICED LINE ITEM (MAR 1989)

The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor anytime within the period of performance of the task order. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.

Page 27 of 37

SECTION J - TASK ORDER ATTACHMENTS / REFERENCES ONLY Description Statement of Objectives (SOO) - See the following pages in this document Page 28 of 37

ATTACHMENT 1 - STATEMENT OF OBJECTIVES (SOO)

Replacement Reactor Program System (RRPS) -

Feature Set 4: NRO EPM, Interfaces, and Shared Functions

1. PURPOSE:

The purpose of this acquisition is to acquire contractor services for:

Assessing and developing the requirements of NROs licensing, inspections, and other mission critical functions, including those that are in the Enterprise Project Management (EPM) system, Electronic Request for Additional Information (eRAI) program for incorporation into the Replacement Reactor Program System (RRPS), and development of the Division of Materials and License Renewal (DMLR) functionality as part of the RRPS Fourth component/Feature Set # 4.

Develop a plan to incorporate the collected requirements and analysis performed above into the Replacement Reactor Program System (RRPS)s Licensing module.

Provide data extraction, analysis, and trending and report development support for NRRs licensing program reporting needs.

Assess and develop technical requirements to support NRRs Division of Materials and Licensing Renewals requirements to group milestones belonging to multiple project types as shown in the attached document CCB Review of Milestones Grouping - Juan Lopez 04-11-2017.pdf.

Conduct 3 iterations of Development for License Renewal based off of the requirements gathered during the DMLR portion of Task 1. This work will replace the planned work on Construction Inspection Program Information Management System and Vendor Inspection program, due to change in direction by management.

The contractor shall perform the following for the above mentioned components:

Understand the Enterprise Project Management (EPM) systems capabilities and how its functions and features align with the Replacement Reactor Program System (RRPS) in order to incorporate them into RRPSs Licensing module; Understand the business needs of NRO by conducting sessions with identified stakeholders and subject matter experts in licensing and other NRO mission critical programs related to its licensing actions in-order to identify any gaps in requirements that are not met in EPM nor eRAI.

Develop a plan to gather unambiguous low level requirements of EPM that are related to NROs licensing programs, and related other mission related programs and translate them into complete technical specifications for incorporating into RRPS; Page 29 of 37

Develop a tentative schedule for incorporating all the requirements gathered into RRPS.

Identify requirements for addressing data validation and data quality issues uncovered during requirements gathering activities.

Operations and Maintenance of implemented components/feature sets to include support of constantly evolving business needs and requirements of reports for Operator Licensing, Licensing Workload Management to-be included modules of the RRPS. This support may include the development of new reports to meet identified business needs and high-level analysis for the required changes to the application.

Develop proposed schedule, Level of Effort (LOE) and analysis to include a recommendation for an efficient way to combine the Division of Materials and License Renewals (DMLR) milestone grouping with requirements gathered from this effort.

Contractor shall propose methodologies and strategies to include the functionalities into RPS and recommend a solution that provides best value.

Conduct 3 iterations of Development for License Renewal based off of the requirements gathered during the DMLR portion of Task 1. This work will replace the planned work on Construction Inspection Program Information Management System and Vendor Inspection program, due to change in direction by management.

Transform the needs and high-level requirements specified in the DMLR Renewal requirements phase, into unambiguous (measurable and testable), traceable, complete, consistent, and stakeholder-approved low-level requirements; Transform low level requirements into complete and detailed system design specifications; Convert the system design into a working information system that addresses all documented system requirements; and Demonstrate through system, security, and user acceptance tests that the system meets all requirements, functions according to design parameters, and satisfies all business, technical, and management stakeholders and low-level requirements.

2. BACKGROUND:

The legacy RPS was originally deployed in 1998 to support the Reactor Oversight and Licensing activities, and the system has undergone numerous improvements and enhancements since that date. Replacing the legacy RPS client/server technology is necessary to provide a unified, single sign-on, user experience and Page 30 of 37

ensure that the RPS Replacement continues to support the critical business functions of NRC.

Enterprise Project Management (EPM)

NROs workload management EPM System is delivered through the following primary technical components:

  • Web based Client Interfaces: a Project Web Access (PWA); reporting services web access; SharePoint and SharePoint applications web access.
  • Thick Client Interfaces: Microsoft Office Project Professional.
  • Server-based applications: Project Server; SharePoint for collaboration and versioning; SharePoint Workflows; Extended SharePoint with K2 workflow engine; and custom SharePoint applications.
  • Database: Microsoft SQL Server provides the backend database repository services.
  • EPM Reporting Services Subsystem: Microsoft SQL Service Reporting Services (SSRS); a replica of the Project Server Reporting Database; EPM Enterprise Reporting Warehouse database; and replicas of other EPM system production databases.
  • External Interfaces: The EPM solution communicates with the Reactor Program System (RPS) database to receive work hours from the time collection system - RPSs Technical Assignment Control (TAC) table and send project server. It consists of several components that support NROs mission critical programs like licensing actions task schedule changes and other related functions. The other EPM System components are developed on Microsoft SharePoint: information back to RPSs TAC table. Additionally, the system provides a Simple Mail Transfer Protocol (SMTP) interface to allow information to be communicated via electronic mail to affected users.

Electronic Request for Additional Information program (eRAI)

The Office of New Reactors (NRO) Electronic Request for Additional Information (eRAI) system has been operational since 2008. The scope of this project is to develop a web-based system that enables the initiation, monitoring, and tracking of RAIs. The system will also provide real-time and on-demand feedback to NRC staff on RAI status and the responses of the applicants.

The following is the list of the business processes and functions to be addressed by this system:

Support internal NRC staff with generating, reviewing, and issuing of RAIs Support licensees and industry in general in responding to RAIs Support internal NRC staff and industry in tracking RAIs and their status Provide the ability to link to related documents in ADAMS Ensure the RAI review processes are compliant with NRO guidelines

3. INTRODUCTION:

The Replacement RPS project, currently underway, is intended to replace the legacy RPS system, and provide the infrastructure for an enterprise workload management system. That effort began with the first three Feature Sets, and is intended to continue with Feature Set 4, to Page 31 of 37

include the EPM functionality currently supporting the work of NRO. This includes the elements listed below:

Fourth Component - NRO EPM, Interfaces, and Shared Functions Ref.: Contract No. NRC-HQ-10-14-E-0001 / Task Order No. NRC-HQ-10-14-T-0001

- Electronic Request for Additional Information program (eRAI)

- Enterprise Project Management (EPM)

- License Renewal enhanced functionality

- Interfaces and Data

- Shared Functions, including Queries and Reports The priorities for this acquisition are reflected as follows:

Development for License Renewal to include Enhanced Licensing Renewal Templates, creating a License Renewal Project, managing a License Renewal Project, and Reporting.

The existing Legacy RPS, which includes all components as shown in Figure 1 below must be maintained until the Replacement RPS can be implemented into full operation. The Legacy client server based RPS is used as a primary tool to plan and schedule work assignments licensing and inspection activities, and to record inspection findings. The continuity of operations and core functionality that the current system provides cannot be lost during the replacement process.

Page 32 of 37

Figure 1

4. PERFORMANCE OBJECTIVES, GOALS, AND OUTCOMES Objectives for Resultant Task Order:
1) Assess and develop requirements of NROs licensing, and other mission critical functions, including those that are in the EPM system and eRAI for incorporation into the RRPS system.
2) Develop a plan to incorporate the collected requirements and analysis into the RRPS system.
3) Support the constantly evolving business needs and requirements of reports for Operator Licensing, and Licensing Workload Management modules. This support may include the development of new reports.
4) Assess and develop technical requirements to support NRRs Division of Licensing Renewals requirements to group milestones belonging to multiple project types as shown in the attached document CCB Review of Milestones Grouping - Juan Lopez 04-

11-2017.pdf.

5) Define low level requirements and design analysis
a. Implement DMLR recommendations
6) Implement the new information system
a. Prepare the environment for development
b. Use existing DMLR requirements to incorporate into RRPS
c. Conduct User Acceptance Testing (UAT)
d. Prepare the environment for testing
e. Test and integrate
7) Deploy the new functionality into the system
a. Prepare technical environment
b. Provide Training on the system
5. SCOPE OF WORK:

The Contractor shall perform analysis to develop high and low level requirements as well as a design and implementation plan for the incorporation of NROs EPM requirements into the RRPS system. This analysis shall incorporate the following:

Provide analysis of EPM Project Server and eRAI.

Identify gaps and deviations from current business processes in the current Replacement RPSs Licensing Workload Management modules.

Based on gaps identified, capture required features and existing capabilities of the EPM and eRAI for inclusion in RRPS.

Gather and analyze the business/functional and high-level technical requirements.

Analyze important documentation and change requests for low-level and pending requirements to ensure that all requirements have been taken into consideration in the Replacement RPS.

Identify subject matter experts, power-users and stakeholders for input that identifies gaps in NROs current system and provides input to design RPS to meet all the current and future needs of the user-community.

Consider the deliverable document entitled: WORKLOAD TRACKING, MANAGEMENT, AND SCHEDULING NEEDS AND REQUIREMENTS FOR LICENSING ACTIVITIES IN OFFICE OF NEW REACTORS AND OFFICE OF NUCLEAR REACTOR REGULATION'S DIVISION OF LICENSE RENEWAL, which can be found in ADAMS (Accession # ML17034A320).

Support the development and support of constantly evolving business needs and requirements of reports for Licensing Workload Management, including the development of new reports when required.

Page 34 of 37

Where reporting requirements mandate changes to the application, provide high-level analysis of impacts to the application for delivery to the CCB to assist in determining a path forward.

Assess and develop technical requirements to support NRRs Division of Licensing Renewals requirements to group milestones belonging to multiple project types as shown in the attached document CCB Review of Milestones Grouping - Juan Lopez 04-11-2017.pdf.

6. REQUIREMENTS:

Building the RPS module, the fourth component identified in Section 3 of this SOO.

Participate in the high-level requirements gathering sessions and translate them into low- level requirements for any of the system components specified above.

Schedule requirements and interview sessions with subject matter experts (SME) in functional areas that are identified as gaps in functionality in EPM that are essential for NROs eRAI, and other mission related programs and develop detailed requirements.

Incorporate the mission related functions and data migration activities; to include: a high level project plan, data mapping strategy, testing strategy, and optional data migration phases.

Provide a project development and implementation schedule, a detailed requirements document with features and functions, a list of deliverables and standards/criteria for completion of these tasks.

Identify RRPS modules to replace NRO Systems and Interfaces, the fourth component identified in Section 3 of this SOO.

Identify proposed methodologies and strategies to include the grouping of milestones which may belong to multiple project types in keeping with the requirements expressed by DMLR in the requirements gathering sessions. Also, conduct 3 iterations of development work bosed off the requirements gathered during the DMLR portion of Task 1.

Provide a project development and implementation schedule, a detailed requirements document with features and functions, a list of deliverables and standards/criteria for completion of these tasks.

Support the development and support of constantly evolving business needs and requirements of reports for Operator Licensing, Licensing Workload Management, and Inspections modules. This support may include the development of new reports.

Support the application development team by assisting in the impact analysis, as a result of changes required to the reports.

Page 35 of 37

7. KNOWN CONSTRAINTS:

All requirements in the IDIQ contract apply to the resultant task order, including that the Contractor shall utilize the MOM FA1 Centralized Enterprise Development and Test Environment for development and testing purposes,(EDTE), and the consolidated testing facility (CTF) at the NRC for integration and user acceptance testing.

Throughout the period of performance, the Contractor shall meet with the TO COR and their designees to validate the user requirements via meetings (in person/telephone conference/GoToMeeting).

GOVERNMENT FURNISHED PROPERTY:

Materials: The Government will provide existing and background documentation necessary for development of deliverables.

NRC Computer Security Office (CSO) Documents Authority to use:

(i) https://webmail.nrc.gov/owa/redir.aspx?C=N_eQkmKcd0Sh2rUUN3PQk9 U47OKQpNFI9BMhFSttqc2qdR3N27w966p3gngjzbxPnrXz8MzgqbU.&URL=h tt p%3a%2f%2ffusion.nrc.gov%2fcso%2fteam%2fCyber%2520Security%2520Is s uances%2fProcesses%2fCSO-PROS-1325_NRC%2520Authority%2520to%2520Use%2520Process.pdf (ii) Cybersecurity Assessment Preparation Checklist (Attached)

(iii) System Inventory Information Required for Cybersecurity Efforts (Attached)

Replacement High Level Requirements Artifacts (i) Link to JAZZ artifacts:

https://clm.dev.nrc-gateway.gov/ccm/web/projects/PMM%20for%20RPS%20Replacement%20(PMMRPS)%20(Change%

20Management)#action=com.ibm.team.dashboard.viewDashboard Architectural Standards:

(i) Architectural councils approved Technology standards draft document:

http://portal.nrc.gov/edo/ois/bpiad/EASB/TRM/Documents/NRC%20T echnology%20Standards%20Ver.%201.0.pdf (ii) Draft Data Management standards (database, interfaces, etc.) (Attached). (iii)

(iii) Technical standards for Replacement RPS (Attached)

(iv) Analysis of Alternatives (Attached).

Page 36 of 37

NRC Technical Reference Model: http://portal.nrc.gov/edo/ois/bpiad/EASB/TRM/default.aspx Facilities: The Government will provide limited work space in the EDTE sufficient to perform the work outlined in this SOO. Refer to ATTACHMENT 1E for details.

8. PLACE OF PERFORMANCE:

The majority of the work under the resultant task order will be performed at the Contractor site.

Some work may occur on site (primarily at the EDTE) at NRC Headquarters Offices located in Rockville, Maryland, as approved by the TO COR.

Page 37 of 37