ML18183A246
| ML18183A246 | |
| Person / Time | |
|---|---|
| Issue date: | 06/28/2018 |
| From: | Mccubbin S Acquisition Management Division |
| To: | |
| References | |
| NRC-HQ-60-15-C-0010 | |
| Download: ML18183A246 (4) | |
Text
___________
(x) x NRC-HQ-60-15-C-0010 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.
See Schedule 092395149 FIRE RISK MANAGEMENT INC NRCHQ WASHINGTON DC 20555-0001 MAIL STOP 3WFN-05-C64MP ACQUISITION MANAGEMENT DIVISION US NRC - HQ WASHINGTON DC 20555-0001 NRCHQ ATTN ROB ROBINSON 301-415-0728 MAIL STOP 3WFN-05-C64MP ACQUISITION MANAGEMENT DIVISION US NRC - HQ See Block 16C M0007 4
1
- 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
- 12. ACCOUNTING AND APPROPRIATION DATA (If required) is not extended.
is extended, Items 8 and 15, and returning Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers
- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS FACILITY CODE CODE 10B. DATED (SEE ITEM 13) 10A. MODIFICATION OF CONTRACT/ORDER NO.
9B. DATED (SEE ITEM 11) 9A. AMENDMENT OF SOLICITATION NO.
CODE
- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code)
- 7. ADMINISTERED BY (If other than Item 6)
CODE
- 6. ISSUED BY PAGE OF PAGES
- 4. REQUISITION/PURCHASE REQ. NO.
- 3. EFFECTIVE DATE
- 2. AMENDMENT/MODIFICATION NO.
- 5. PROJECT NO. (If applicable)
- 1. CONTRACT ID CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 09/23/2015 ATTN MARK CUMINGS 1 FRONT ST 2ND FL BATH ME 04530-2562 CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER (Specify type of modification and authority) appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
E. IMPORTANT:
Contractor is not is required to sign this document and return __________________ copies to the issuing office.
ORDER NO. IN ITEM 10A.
52.243-2 CHANGES--COST REIMBURSEMENT Alternate V x
- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
X 1
The purpose of this modification is to : 1)revise Section B.2 and B.3 to reflect the new ceiling for travel, and 2) revise the SOW to increase the effort under Task 2 and delete Task 3 within the current ceiling of the Statement of Work. The overall ceiling will remain the same at
$381,141.35. See Continuation Pages.
All other terms and conditions remain the same.
Continued...
16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15A. NAME AND TITLE OF SIGNER (Type or print) 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 15B. CONTRACTOR/OFFEROR 16C. DATE SIGNED (Signature of person authorized to sign)
SHARLENE M. MCCUBBIN STANDARD FORM 30 (REV. 11/2016)
Prescribed by GSA FAR (48 CFR) 53.243 Previous edition unusable Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect.
06/28/2018
ITEM NO.
SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NAME OF OFFEROR OR CONTRACTOR 2
4 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF FIRE RISK MANAGEMENT INC (A)
(B)
(C)
(D)
(E)
(F)
NRC-HQ-60-15-C-0010/M0007 Total Contract Ceiling: $381,141.35 (Unchanged)
Total Obligated Amount: $381,141.35 (Unchanged)
Period of Performance: 09/30/2015 to 09/29/2018 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)
Sponsored by GSA FAR (48 CFR) 53.110
3 Continuation Pages Modification 7 The following changes are hereby made:
- 1. Section B.2 and B.3 is hereby revised accordingly to reflect the increase in travel ceiling from $2,600 to $12,000.00. This is due to underestimating the number of trip by NRC. The number of trips is increasing from 2 to 6 trips. The overall estimated cost will remain the same at $334,992.35.
B.2 CONSIDERATION AND OBLIGATION--COST-PLUS-FIXED-FEE (AUG 2011) ALTERNATE I (AUG 2011)
(a) The total estimated cost to the Government for full performance of this contract is $381,141.35, of which the sum of represents the estimated reimbursable costs, and of which represents the fixed-fee and represents reimbursable travel.
(b) There shall be no adjustment in the amount of the Contractor's fixed fee.
(c) The amount currently obligated by the Government with respect to this contract is
$381,141.35, of which the sum of represents the estimated reimbursable costs, and of which represents the fixed-fee and represents reimbursable travel.
(d) It is estimated that the amount currently obligated will cover the remainder of the contract.
(e) This is an incrementally-funded contract and FAR 52.232 "Limitation of Funds" applies.
(f) In accordance with FAR 52.216 Fixed Fee, it is the policy of the NRC to withhold payment of fee after payment of 85 percent of the fee has been paid in order to protect the Government's interest.
The amount of fixed-fee withheld from the contractor will not exceed 15 percent of the total fee or whichever is less. Accordingly, the maximum amount of fixed-fee that may be held in reserve is B.3 PRICE SCHEDULE - COST REIMBURSEMENT FIXED-FEE SCHEDULE Base Year (Date to be Inserted at time of award)
CLIN DESCRIPTION ESTIMATED COST FIXED FEE TOTAL CPFF 0001 To support the Nuclear Regulatory Commission in establishing testing standards and protocols to evaluate the effectiveness and performance of seals for penetrations at Nuclear Power Plants. See section C:
DESCRIPTION/SPECIFICATIONS/
STATEMENT OF WORK.
0002 Travel (Not to exceed)
TOTAL Cost-Plus-Fixed-Fee
$381,141.35
4
- 2. The statement of work is revised to modify Task 2, delete Task 3, and revise the travel to reflect the number of trips from 2 to 6 trips. Therefore the attached is replacing the SOW provided under the base contract.