ML18267A383
| ML18267A383 | |
| Person / Time | |
|---|---|
| Issue date: | 09/23/2018 |
| From: | Mccubbin S Acquisition Management Division |
| To: | S C A |
| References | |
| NRC-HQ-25-14-E-0003 | |
| Download: ML18267A383 (20) | |
Text
___________
(x)
NRC-HQ-50-16-T-0001 x NRC-HQ-25-14-E-0003 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 071167910 S C A INC NRCHQ WASHINGTON DC 20555-0001 MAIL STOP TWFN-5E03 ACQUISITION MANAGEMENT DIVISION US NRC - HQ NMSS-18-0118 See Block 16C M0005 20 1
- 13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
- 12. ACCOUNT NG AND APPROPRIATION DATA (If required) is not extended.
is extended tems 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 FAC LITY 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 D CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 09/26/2016 1608 SPRING HILL RD STE 400 VIENNA VA 221822241 Net Increase:
$47,344.48 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 MODIF ED TO REFLECT THE ADM NISTRATIVE 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 N 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. (AUG 1987) x
- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
X LIST OF CHANGES:
The purpose of this modification is to: 1) Modify the SOW add Task 5 to Contractor shall develop a simple EA to assess the potential environmental impacts associated with removing the waste material from the ponds and shipping that material to a licensed disposal facility, 2) increase the ceiling by $63,767.79 from
$332,655.52 to $396,423.31, and 3) increase the obligated amount by $47,344.48 from $332,655.52 to $380,000.00. See continuation page for Continued...
16A. NAME AND TITLE OF CONTRACT NG 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. 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.
09/23/2018
ITEM NO.
SUPPL ES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NAME OF OFFEROR OR CONTRACTOR 2
20 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF S C A INC (A)
(B)
(C)
(D)
(E)
(F)
NRC-HQ-25-14-E-0003/NRC-HQ-50-16-T-0001/M0005 changes.
All other terms and conditions remain the same.
Obligated Amount: $380,000(Changed)
Ceiling amount: $396,423.31(Changed)
Total Ceiling Amount with Optional Tasks:
$447,766.27 (Changed)
NEW ACCOUNTING CODE ADDED:
Account code:
2018-X0200-FEEBASED-50-50D008-1061-38-4-125-252A-3 8-4-125-1061 Amount: $43,556.48 Period of Performance: 09/30/2016 to 09/29/2019 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)
Sponsored by GSA FAR (48 CFR) 53.110
3 TASK ORDER NRC-HQ-50-16-T-0001 Modification 5
- 1) Section B-Supplies or Services and Price/Costs are replaced in its entirety.
SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS B.1 PRICE/COST SCHEDULE CLIN DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED COST FIXED FEE TOTAL COST PLUS FIXED FEE 0001 Contractor to provide Technical Assistance in accordance with section C:
DESCRIPTION/SPECIFICATIONS/
STATEMENT OF WORK
$396,423.31 0002 Optional Task 4 Hearing Support
$51,342.96 Total
$447,766.27 NRCB044 CONSIDERATION AND OBLIGATIONINDEFINITE-QUANTITY CONTRACT (a) The estimated total quantity of this contract for the products/services under this contract including Optional Task 4 is $447,766.27of which the sum of represents the estimated reimbursable costs, and of which represents fixed fee.
(b) The estimated total quantity of this contract for the products/services under this contract for the basic task order is $396,423.31 of which the sum of represents the estimated reimbursable costs, and of which represents fixed fee.
(c) The estimated total quantity of this contract for the products/services under this contract for Optional Task 4 is $51,342.96 of which the sum of represents the estimated reimbursable costs, and of which represents fixed fee.
(d) The amount currently obligated by the Government with respect to this contract is
$380,000.00, of which the sum of represents the estimated reimbursable costs, and of which represents the fixed-fee.
(d) This is an incrementally-funded contract and FAR 52.232 Limitation of Funds applies.
(e) A total estimated cost and fee, if any, will be negotiated for each task order and will be incorporated as a ceiling in the resultant task order. The Contractor shall comply with the provisions of FAR 52.232 Limitation of Cost for fully-funded task orders and FAR 52.232-22
- Limitation of Funds for incrementally-funded task orders, issued hereunder.
(End of Clause)
5
6
7
8
9
10
11
12
14 4.4
15 experts shall attend the hearing. The Contractors hearing participants shall be 5.
16 a) 6.
DELIVERABLES AND DELIVERY SCHEDULE Table 1 provides a list of the deliverables, milestones, and due dates for each phase of this task order.
17 Table 1 - List of Deliverables and Schedule Phase Task Deliverable/Milestone Due Date
18 Table 1 - List of Deliverables and Schedule Phase Task Deliverable/Milestone Due Date 7.
REQUIRED LABOR CATEGORIES The Contractors Project Manager (PM) shall have in-depth expertise in at least one of the resource areas for the EA (minimum 15 years of experience). The PM shall also have experience in managing or participating in NEPA reviews. Preferably, the PM will also have experience in the technical and regulatory aspects necessary for evaluating the environmental impacts of NRC licensed activities, such as uranium conversion.
The Contractors technical staff (subject matter experts and senior technical reviewers) assigned to this task order shall have specialized experience to include a Bachelors Degree and a minimum of 7 years of technical experience in conducting environmental reviews in the specific technical areas assigned. Additionally, the Contractors technical staff shall have a clear understanding of the depth of review generally required by the NRC for an EA and specifically required by the type of activity proposed by the Licensee for the disciplines they represent. Experience presenting technical information in written reports and providing written and oral testimony at adjudicatory hearings on the proposed license termination action also is required.
The Contractors team in general shall demonstrate capabilities in the following areas typically required to complete a NEPA document - land use, transportation, geology, minerals and soils, water resources (groundwater and surface water), ecological resources, climatology, meteorology and air quality, climate change, noise, historic and cultural resources, visual and scenic resources, socioeconomics, public and occupational health (non-radiological and radiological), waste management, environmental justice, accident analysis, cumulative impacts assessment, mitigation measures, environmental measurements and monitoring, and cost-benefit analysis. The Contractors team should also consist of staff capable of preparing a NEPA document and NRC NUREGs, including the capability to create new graphics, GIS maps, figures and tables.
GOVERNMENT-FURNISHED PROPERTY The COR will facilitate the Contractors access to PNNLs EARRTH SharePoint site.
The Comment Response Database is also found on the EARRTH website.
19 8.
PERIOD OF PERFORMANCE The period of performance for the work specified in this SOW shall commence on the award date of the task order and shall continue for a period of three (3) years thereafter.
This time period includes the anticipated time required for the Contractor to complete all activities necessary for the NRC to issue the Final EA and for the Contractor to provide support for an adjudicatory hearing.
9.
PLACE OF PERFORMANCE Except as otherwise indicated in Section 4 and Section 11.1 of this SOW, the work shall be performed at the Contractors facilities.
10.
SPECIAL CONSIDERATIONS 11.1 TRAVEL Table 2 provides a list of potential travel required for this task order.
Table 2 - List of Potential Travel Required f
actor ff 11.2 SECURITY Some of the information provided in the Honeywell application for license renewal may be sensitive (e.g., proprietary, classified, sensitive unclassified). The NRC does not expect the contractor to require access to or handle any classified information. The contractor may have access to proprietary or sensitive unclassified information, if such information is needed to conduct the environmental review.
11.3 KEY PERSONNEL The NRC reserves the right to identify key personnel during the proposal evaluation process and prior to award of task order.
20 11.4 LICENSE FEE RECOVERY The NEPA review is fee-recoverable. Any Hearing Support work is not fee-recoverable.
11.5 DATA RIGHTS The NRC shall have unlimited rights to and ownership of all deliverables provided under this contract/order, including reports, recommendations, briefings, work plans and all other deliverables. All documents and materials, to include the source codes of any software, produced under this contract/order are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government.
These documents and materials may not be used or sold by the contractor without written authorization from the CO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. The definition of unlimited rights is contained in Federal Acquisition Regulation (FAR) 27.401, Definitions. FAR clause at FAR 52.227-14, Rights in Data-General, is hereby incorporated by reference and made a part of this contract/order.