ML18243A316
| ML18243A316 | |
| Person / Time | |
|---|---|
| Issue date: | 08/29/2018 |
| From: | Mccubbin S Acquisition Management Division |
| To: | Maldonado P - No Known Affiliation |
| References | |
| NRC-HQ-12-C-02-0089 | |
| Download: ML18243A316 (25) | |
Text
___________
(x)
NRC-HQ-50-16-T-0001 x NRC-HQ-12-C-02-0089 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. 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 telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
2017-X0200-FEEBASED-50-50D008-1061-33-4-125-251B-33-4-125-1061 007936842 ATTN PAUL MALDONADO NRCHQ WASHINGTON DC 20555-0001 MAIL STOP TWFN-07B20M ACQUISITION MANAGEMENT DIVISION US NRC - HQ ZEROREQ-NMMS-18-0050 See Block 16C M0008 25 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 09/14/2016 6220 CULEBRA RD SAN ANTONIO TX 782385166 Net Decrease:
-$797.00 CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT B. THE ABOVE NUMBERED CONTRACT/ORDER IS 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 date, 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.
FAR 52.243-2 CHANGES--COST REIMBURSEMENT AUG 1987 ALTERNATE II (APR 1984) 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) definitize the cancellation of the Stop Work Order effective June 14,2018; 2) update the task order to reflect a change of ownership for this licensing action; 3) replace the statement of work in its entirety to reflect the revised license application and to focus work on the Environmental Impact Statement (EIS) scoping process, preparing for development of a preliminary draft EIS, and development of requests for additional information as the tasks for a Draft and Final EIS will be moved to a new task order under the New NRC Charter program IDIQ (31310018D0001); 4)decrease the ceiling for base and all optional tasks by $351,422.09, from $1,449,462.00 to $1,098,039.91 and the ceiling for base tasks by $307,987.09, from $1,256,781.00 to $948,793.91 pursuant to the revised statement of work; 5) decrease the travel not-to-exceed amount, by
$49,209.50, from $99,565.00 to $50,355.50 to reflect travel for base tasks as no optional 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)
(Signature of Contracting Officer)
SHARLENE M. MCCUBBIN STANDARD FORM 30 (REV. 10-83)
Prescribed by GSA FAR (48 CFR) 53.243 NSN 7540-01-152-8070 Previous edition unusable Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect.
08/29/2018
ITEM NO.
SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NAME OF OFFEROR OR CONTRACTOR 2
25 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF ATTN PAUL MALDONADO (A)
(B)
(C)
(D)
(E)
(F)
NRC-HQ-12-C-02-0089/NRC-HQ-50-16-T-0001/M0008 tasks have been exercised to date and changes based on the revised statement of work; and 6) deobligate unearned award fee from FY 2017 in the amount of
. See continuation pages for specific details on changes to the task order.
Total Task Order Ceiling (Base and All Optional Tasks): $1,098,039.91 (Changed)
Total Task Order Ceiling (Base Tasks):
$948,793.91 (Changed)
Total Obligation Amount: $920,678.37 (Changed)
Period of Performance: 10/17/2016 to 03/31/2019 (Unchanged)
Period of Performance: 10/17/2016 to 03/31/2019 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)
Sponsored by GSA FAR (48 CFR) 53.110
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 3 of 25 Accordingly, the following changes are hereby made:
(1) SECTION B - Supplies or Services/Prices is deleted in its entirety and replaced as follows:
B.1 NRCB010 BRIEF PROJECT TITLE AND WORK DESCRIPTION (a) The title of this project is: Technical Assistance for the Development of an Environmental Impact Statement (EIS) for Interim Storage Partners LLCs License Application for a Consolidated Interim Storage Facility for Spent Nuclear Fuel.
(b) Summary work description: The project described in this Statement of Work (SOW) is to provide technical assistance to the U.S. Nuclear Regulatory Commission (NRC) staff for the development of an Environmental Impact Statement (EIS) and to assist in National Historic Preservation Act of 1966 (NHPA) Section 106 consultation activities, in support of the staffs environmental review for the license application request from Interim Storage Partners LLC to construct and operate an Consolidated Interim Storage Facility (CISF) for spent nuclear fuel at Waste Control Specialist LLCs (WSCs) proposed site in Andrews County, Texas. The project also includes providing relevant Contractor expertise for a potential adjudicatory hearing on the licensing action.
(End of Clause)
B.2 NRCB070 CONSIDERATION AND OBLIGATION-COST-PLUS-AWARD-FEE (a) The total estimated cost to the Government for full performance including optional tasks of this contract is $1,098,039.91, of which the sum of represents the estimated reimbursable costs, and of which represents the base fee.
(b) The total estimated cost of base tasks 1-4 under CLIN 0001 is $948,793.91, of which the sum of represents the estimated reimbursable costs, and of which represents the base fee.
(c) Deleted (d) ) The total estimated cost of optional sub-tasks 4A2, 4A3, 4A4, & 4A5 under CLIN 0003 is
$84,240.00, of which the sum of represents the estimated reimbursable costs, and of which represents the base fee.
(e) The total estimated cost of optional task 5 under CLIN 0004 is $65,006.00, of which the sum of represents the estimated reimbursable costs, and of which represents the base fee.
(f) An award fee pool of (including all options) and (base and all exercised options) is hereby established for this contract. The award fee pool for CLIN 0001 is
. The award fee pool for CLIN 0004 is
. The award fee pool for CLIN 0005 is
. Evaluation of award fee earned will be accomplished in accordance with the
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 4 of 25 attached Award Fee Plan (AFP). The Government reserves the right to unilaterally change the content of the AFP at any time during the life of this contract. Any changes to the plan will be furnished to the Contractor prior to the date they become effective. The amount of award fee available for each period of evaluation and the amount of time for each period will be set forth in the AFP. The final evaluation and determination as to the amount of award fee earned during an evaluation period shall be made unilaterally by the Fee Determination Official (FDO). The Contractor shall be advised of the award fee decision by letter which shall include the rationale for reaching the decision.
(g) The amount obligated by the Government with respect to this contract is $920,678.37 of which the sum of represents the estimated reimbursable costs, and of which represents the base fee and represents the award fee.
B.3 PRICE CLIN NO.
TOTAL 00001
$948,793.91 0002
$0.00
- 0003
$84,240.00
- 0004
$65,006.00 TOTAL
$1,098,039.91
- Optional C notification to the Contractor.
TOTAL BASE:
$948,793.91 TOTAL OPTIONS:
$149,246.00 TOTAL BASE PLUS OPTIONS:
$1,098,039.91
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 5 of 25 SECTION C - Description/Specifications is deleted in its entirety and replaced as follows:
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 6 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 7 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 8 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 9 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 10 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 11 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 12 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 13 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 14 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 15 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 16 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 17 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 18 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 19 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 20 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 21 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 22 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 23 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 24 of 25
NRC-HQ-12-C-02-0089 NRC-HQ-50-16-T-0001 M0008 Page 25 of 25 (3) Section H.4 2052.215-78 TRAVEL APPROVALS AND REIMBURSEMENT (OCT 1999)
- ALTERNATE I (OCT 1999), paragraph (a) is deleted in its entirety and replaced as follows:
(a) Total expenditure for travel may not exceed $50,355.50 without the prior approval of the contracting officer.
All other terms and conditions of the task order remain unchanged.