ML19149A562

From kanterella
Jump to navigation Jump to search
Task Order No. 31310019F0044 to Contract No. NRC-HQ-40-16-E-0002
ML19149A562
Person / Time
Issue date: 05/28/2019
From: Mark Lohrmann
Acquisition Management Division
To: Witt R
AE Works Ltd
References
NRC-HQ-40-16-E-0002
Download: ML19149A562 (11)


Text

NRCPAYMENTS PARKERSBURG WV 26106-1328 PO BOX 1328 BUREAU OF THE FISCAL SERVICE ADMIN TRAINING GROUP AVERY STREET A3-G FISCAL ACCOUNTING PROGRAM 814.242.0489 078397526 SEE ADDENDUM IS CHECKED.

CODE 18a. PAYMENT WILL BE MADE BY CODE FACILITY CODE 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER OFFEROR NRCHQ WASHINGTON DC 20555-0001 MAIL STOP 3WFN-05-C64MP ACQUISITION MANAGEMENT DIVISION US NRC - HQ NRCHQ CODE

16. ADMINISTERED BY CODE 8(A)

HUBZONE SMALL BUSINESS X

X SEE SCHEDULE BLOCK IS MARKED 30 236220 SIZE STANDARD:

100.00% FOR SET ASIDE UNRESTRICTED NRCHQ RFP IFB UNDER DPAS (15 CFR 700)

11. DELIVERY FOR FOB
10. THIS ACQUISITION IS CODE RFQ
14. METHOD OF SOLICITATION 13b. RATING 13a. THIS CONTRACT IS A RATED ORDER DESTINATION UNLESS NAICS:

SMALL BUSINESS

12. DISCOUNT TERMS ET 301-415-7963 MARK LOHRMANN 31310019F0044 05/09/2019 (No collect calls)

INFORMATION CALL:

FOR SOLICITATION

8. OFFER DUE DATE/LOCAL TIME
b. TELEPHONE NUMBER
a. NAME
4. ORDER NUMBER
3. AWARD/
6. SOLICITATION
5. SOLICITATION NUMBER SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
1. REQUISITION NUMBER PAGE OF 1

11 ADM-19-0083 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 TELEPHONE NO.

STATE COLLEGE PA 16801-2776 1315 W COLLEGE AVE STE 101 ATTN RICHARD WITT AE WORKS LTD 17a. CONTRACTOR/

WASHINGTON DC 20555-0001 NUCLEAR REGULATORY COMMISSION NUCLEAR REGULATORY COMMISSION

15. DELIVER TO WASHINGTON DC 20555-0001 MAIL STOP TWFN-07B20M ACQUISITION MANAGEMENT DIVISION US NRC - HQ
9. ISSUED BY
7.

NRC-HQ-40-16-E-0002

2. CONTRACT NO.

EFFECTIVE DATE

$33.5 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK BELOW ISSUE DATE 24.

AMOUNT 23.

UNIT PRICE 22.

UNIT

21.

QUANTITY 20.

SCHEDULE OF SUPPLIES/SERVICES 19.

ITEM NO.

Accounting Info:

Period of Performance: 05/09/2019 to 07/15/2019 (Use Reverse and/or Attach Additional Sheets as Necessary)

$50,164.40 HEREIN, IS ACCEPTED AS TO ITEMS:

X X

X DATED MARK S. LOHRMANN

. YOUR OFFER ON SOLICITATION (BLOCK 5),

INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH 1

COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER ARE ARE 31c. DATE SIGNED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print)

ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED HEREIN.

27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA AD

26. TOTAL AWARD AMOUNT (For Govt. Use Only)

OFFER STANDARD FORM 1449 (REV. 4/2002)

Prescribed by GSA - FAR (48 CFR) 53.212 ARE NOT ATTACHED.

ARE NOT ATTACHED.

AUTHORIZED FOR LOCAL REPRODUCTION 30b. NAME AND TITLE OF SIGNER (Type or Print) 30a. SIGNATURE OF OFFEROR/CONTRACTOR

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN
25. ACCOUNTING AND APPROPRIATION DATA See schedule PREVIOUS EDITION IS NOT USABLE
29. AWARD OF CONTRACT REF.

05/24/2019 05/28/2019

32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:

32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED INSPECTED

40. PAID BY
39. S/R VOUCHER NUMBER
38. S/R ACCOUNT NUMBER
37. CHECK NUMBER FINAL PARTIAL
36. PAYMENT FINAL PARTIAL
35. AMOUNT VERIFIED CORRECT FOR
34. VOUCHER NUMBER
33. SHIP NUMBER COMPLETE 32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE 42d. TOTAL CONTAINERS 42c. DATE REC'D (YY/MM/DD) 42b. RECEIVED AT (Location) 42a. RECEIVED BY (Print) 41c. DATE 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT STANDARD FORM 1449 (REV. 4/2002) BACK 24.

AMOUNT 23.

UNIT PRICE 22.

UNIT

21.

QUANTITY 20.

SCHEDULE OF SUPPLIES/SERVICES 19.

ITEM NO.

32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 11 2 of

Page 3 of 11 NRC-HQ-40-16-E-0002/31310019F0044 SECTION B - Supplies or Services/Prices B.1 BRIEF DESCRIPTION OF WORK (AUG 2011) ALTERNATE I (AUG 2011)

(a) The title of this project is: Design Development of NRC One White Flint North, Floors 3 through 13.

(b) Summary work description: See Statement of Work (SOW), Section C.

B.2. CONTRACT TYPE AND SERVICES This is IDIQ Task Order. The NRC will order services by issuing a Firm Fixed Price task order for A/E services. Task orders will be issued by the NRC in accordance with 52.216 Ordering. Only Contracting Officers of the NRC or other individuals specifically authorized under this IDIQ contract may authorize the initiation of work under this contract. The Contractor must perform the services set forth in task orders at prices consistent with Section B of this contract.

B.3 MAXIMUM TASK ORDER CEILING This Task Order has an overall ceiling price of $50,164,40.

B.4 Price Schedule: The following tables represent the Firm Fixed Price Amounts:

SECTION C - STATEMENT OF WORK (SOW)

C.1

Background

In achieving its mission, the U.S. Nuclear Regulatory Commission (NRC) adheres to the principles of good regulation, independence, openness, efficiency, clarity, and reliability.

The agency puts these principles into practice with effective, realistic, and timely regulatory actions, consistent with our organizational values and our open, collaborative work environment. The NRC's goal is to provide flexible workspace that is compliant with Federal security guidelines and allows NRC to comply with Executive Orders 13514-Federal Leadership in Environmental, Energy, and Economic Performance and 13423-Greening of the Government through Efficient Energy Management and Title IV of PL110-140 of the "Energy Independence and Security Act of 2007", and all other successor federal "green" legislation, Executive Orders and regulations.

Page 4 of 11 NRC-HQ-40-16-E-0002/31310019F0044 C.2 Objective The NRC requires nonpersonal Architectural and Engineering services as defined in FAR Part 36 to develop work place plans for floors 3 through 13 in the NRCs One White Flint North (OWFN) building located at 11555 Rockville Pike, Rockville, Maryland.

C.3 Scope of Work The contractor shall provide three (3) space design options for a typical floor for OWFN.

The designs for shall include space designs for administrative assistant staff, enclosed offices, conference rooms, and coffee stations, hoteling workstations. The designs shall be appropriate for a satisfactory work environment and organizational efficiencies that are conducive to the performance of NRCs mission.

C.4 Contractor Requirements I.

Project Management

The professional services required for this project may include but will not necessarily be limited to the following: conducting field surveys; graphical surveys; analysis of existing work space and planned work space; preparing engineering studies; creating reports of recommended actions and/or design packages.

Documents shall be submitted in.pdf file format.

Provide furniture, furnishings, and equipment specifications, documented in printed and electronic.pdf file formats.

Coordinate with the COR in obtaining plan approval by the customer agency and sub-components.

Recommendations and alternatives for new workspace and support space concepts, standards, and allocations for NRC headquarters. Recommendations for supporting technology critical to the success of an enhanced workspace. Provide a summary report in PDF format.

Record significant discussions, agreements, and open items needing closure for each meeting. No later than three business days after each meeting, the Contractor shall distribute minutes of the meeting in.pdf file format to the COR, each party present at the meeting, and to other parties designated by the COR.

For this task, the requirements include:

1.

Conducting meetings with COR and customer agency.

2.

Review drawings at both draft and final plans with the COR and customer agency.

3.

Presentation of designs to COR customer agency II.

Design Development of a Typical Floor in OWFN.

Page 5 of 11 NRC-HQ-40-16-E-0002/31310019F0044

The contractor shall review existing floor plans and determine best solution for accommodating approximately 85 staff with special rooms, for a typical floor.

The contractor shall formulate space plan solutions and design producing a functional and finish workspace for a typical floor accommodation 85 staff and special rooms for flexible work conditions.

Develop 3 options for test fits for a typical floor for floor in OWFN which includes the previous requirements for staffing and special rooms.

For this task, deliverables will include:

1.

Provide to-scale drawings, which show the rooms, private offices, support areas, special areas, and circulation patterns in outline form.

2. Develop workstation, enclosed office, and support area drawings, floor plan. furnish 3D Eye Level Perspectives drawings in.pdf file format.

3.

Develop renderings or other means to demonstrate changes in building amenities.

4.

Design test fits to include the following requirements:

Collaboration areas with tables seating 6 to 8 people

Quiet rooms for staff to work in private

Individual workstation booths

Conference rooms

Hoteling

Workstations

Enclosed offices 5.

The 40% design submission (for all 3 options) shall be submitted to the COR within in 10 days after the award following a 75%, 95% and 100%.

Designs shall be submitted as follows:

One (1) 40% submission for review and comments by the COR within 5 days after award.

One (1) 75% submission for review and comments by the COR within 5 days after written comments are received from the COR received for the 40%

submission.

One (1) 95% submission for review and comments by the COR within 5 days after written comments are received from the COR for the 75% submission.

Page 6 of 11 NRC-HQ-40-16-E-0002/31310019F0044

One (1) 100% final submission for review by the COR within 5 days after written comments received from COR for the 95% submission.

6. Prepare and present space briefing and finish boards to the COR.
7. Within 10 business days of the conclusion of task order, provide 1) two compact discs or an upload link with CAD drawings formatted in AutoCAD drawing format (.dwg) Version 2010 or later and.pdf file format to the COR.

C.9 Place of Performance One White Flint North (OWFN) building located at 11555 Rockville Pike, Rockville, Maryland.

C.10 Period of Performance The period of performance for this task order will be effective date of award through June 30, 2019.

C.12 Accessibility and Recording Presence The facility will be occupied during the normal working hours (8:00 a.m. to 5:00 p.m.

Eastern Time (ET)). The contractor shall be expected to coordinate its work with the COR when accessing the premises during normal working hours.

C.13 Quality Control Management at the Work Site It shall be the responsibility of the contractor to inspect the site, determine the quantity of work involved, and compare the specifications with the work to be done. The contractor shall verify all information shown on the drawings (if applicable).

When directed by the COR, the contractor may be required to inspect the quality of work to assure that the scope of services requested in the contract is being accomplished in the manner as described in the SOW.

C.14 Parking Limited parking on site may be available for contractors between the hours of 6:00 p.m.

and 2:00 a.m. ET, Monday through Friday, and 7:00 a.m. through 7:00 p.m. ET on weekends.

C.15 Monthly Letter Status Report (MLSR)

N/A C.16 Final Report The contractor shall prepare and present space briefing and finish boards to the COR.

Page 7 of 11 NRC-HQ-40-16-E-0002/31310019F0044 C.17 Deliverables and Delivery Schedule FAR clause 52.227-14, Rights in Data (General) (May 2014) which is incorporated by reference into this SOW, applies to all contractor deliverables under this contract.

Deliverable Due Date Format Submit to Final Report 24 June 2019 See C.16 above COR C.18 Security Requirements The contractor shall be required to return NRC issued Personal Identification Verification (PIV) cards/badges to the COR at the end of the contract period of performance. If a contractor person voluntarily leaves the company, the badge must be returned on the employees final day of employment. Once the badge is returned to the NRC, the contractor will no longer have access to NRC buildings, sensitive information technology systems or data. Additional information related to the returning of PIV badges can be found in Management Directive 12.1, Section 5.

SECTION G - Contract Administration Data G1. 2052.215-71 CONTRACTING OFFICERS REPRESENTATIVE AUTHORITY. (OCT 1999)

(a) The contracting officer's authorized representative for this contract is:

Name:

William Harris Address:

US NRC ADM/DFS/FOSMB Washington DC 20555 Telephone Number:

301-415-0072 Email: William.Harris@nrc.gov (b) Performance of the work under this contract is subject to the technical direction of the NRC project officer. The term technical direction is defined to include the following:

(1) Technical direction to the contractor which shifts work emphasis between areas of work or tasks, authorizes travel which was unanticipated in the Schedule (i.e., travel not contemplated in the Statement of Work or changes to specific travel identified in the Statement of Work), fills in details, or otherwise serves to accomplish the contractual statement of work.

(2) Provide advice and guidance to the contractor in the preparation of drawings, specifications, or technical portions of the work description.

(3) Review and, where required by the contract, approve technical reports, drawings, specifications, and technical information to be delivered by the contractor to the Government under the contract.

(c) Technical direction must be within the general statement of work stated in the contract. The project officer does not have the authority to and may not issue any technical direction which:

(1) Constitutes an assignment of work outside the general scope of the contract.

(2) Constitutes a change as defined in the "Changes" clause of this contract.

(3) In any way causes an increase or decrease in the total estimated contract cost, the fixed fee, if any, or the time required for contract performance.

Page 8 of 11 NRC-HQ-40-16-E-0002/31310019F0044 (4) Changes any of the expressed terms, conditions, or specifications of the contract.

(5) Terminates the contract, settles any claim or dispute arising under the contract, or issues any unilateral directive whatever.

(d) All technical directions must be issued in writing by the project officer or must be confirmed by the project officer in writing within ten (10) working days after verbal issuance. A copy of the written direction must be furnished to the contracting officer. A copy of NRC Form 445, Request for Approval of Official Foreign Travel, which has received final approval from the NRC must be furnished to the contracting officer.

(e) The contractor shall proceed promptly with the performance of technical directions duly issued by the project officer in the manner prescribed by this clause and within the project officer's authority under the provisions of this clause.

(f) If, in the opinion of the contractor, any instruction or direction issued by the project officer is within one of the categories defined in paragraph (c) of this section, the contractor may not proceed but shall notify the contracting officer in writing within five (5) working days after the receipt of any instruction or direction and shall request that contracting officer to modify the contract accordingly. Upon receiving the notification from the contractor, the contracting officer shall issue an appropriate contract modification or advise the contractor in writing that, in the contracting officer's opinion, the technical direction is within the scope of this article and does not constitute a change under the "Changes" clause.

(g) Any unauthorized commitment or direction issued by the project officer may result in an unnecessary delay in the contractor's performance and may even result in the contractor expending funds for unallowable costs under the contract.

(h) A failure of the parties to agree upon the nature of the instruction or direction or upon the contract action to be taken with respect to the instruction or direction is subject to 52.233 Disputes.

(i) In addition to providing technical direction as defined in paragraph (b) of the section, the project officer shall:

(1) Monitor the contractor's technical progress, including surveillance and assessment of performance, and recommend to the contracting officer changes in requirements.

(2) Assist the contractor in the resolution of technical problems encountered during performance.

(3) Review all costs requested for reimbursement by the contractor and submit to the contracting officer recommendations for approval, disapproval, or suspension of payment for supplies and services required under this contract.

(End of Clause)

G.2 2052.204-71 BADGE REQUIREMENTS FOR UNESCORTED BUILDING ACCESS TO NRC FACILITIES (MAR 2006)

During the life of this contract, the rights of ingress and egress for contractor personnel must be made available, as required, provided that the individual has been approved for unescorted access after a favorable adjudication from the Security Branch, Division of Facilities and Security (SB/DFS).

In this regard, all contractor personnel whose duties under this contract require their presence

Page 9 of 11 NRC-HQ-40-16-E-0002/31310019F0044 on site shall be clearly identifiable by a distinctive badge furnished by the NRC. The COR shall assist the contractor in obtaining badges for the contractor personnel. All contractor personnel must present two forms of Identity Source Documents (I-9). One of the documents must be a valid picture ID issued by a state or by the Federal Government. Original I-9 documents must be presented in person for certification. A list of acceptable documents can be found at http://www.usdoj.gov/crt/recruit_employ/i9form.pdf. It is the sole responsibility of the contractor to ensure that each employee has a proper NRC-issued identification/badge at all times. All photo-identification badges must be immediately (no later than three days) delivered to SB/DFS for cancellation or disposition upon the termination of employment of any contractor personnel.

Contractor personnel must display any NRC issued badge in clear view at all times during on site performance under this contract. It is the contractor's duty to assure that contractor personnel enter only those work areas necessary for performance of contract work, and to assure the protection of any Government records or data that contractor personnel may come into contact with.

G.3 SECURITY REQUIREMENTS FOR BUILDING ACCESS APPROVAL (AUG 2011)

The Contractor shall ensure that all its employees, subcontractor employees or consultants who are assigned to perform the work herein for contract performance for periods of more than 30 calendar days at NRC facilities, are approved by the NRC for unescorted NRC building access.

The Contractor shall conduct a preliminary federal facilities security screening interview or review for each of its employees, subcontractor employees, and consultants and submit to the NRC only the names of candidates for contract performance that have a reasonable probability

Page 10 of 11 NRC-HQ-40-16-E-0002/NRC-HQ-40-16-T-0001 of obtaining approval necessary for access to NRC's federal facilities. The Contractor shall pre-screen its applicants for the following:

(a) felony arrest in the last seven (7) years; (b) alcohol related arrest within the last five (5) years; (c) record of any military courts-martial convictions in the past ten (10) years; (d) illegal use of narcotics or other controlled substances possession in the past year, or illegal purchase, production, transfer, or distribution of narcotics or other controlled substances in the last seven (7) years; and (e) delinquency on any federal debts or bankruptcy in the last seven (7) years.

The Contractor shall make a written record of its pre-screening interview or review (including any information to mitigate the responses to items listed in (a) - (e)), and have the applicant verify the pre-screening record or review, sign and date it. Two (2) copies of the pre-screening signed record or review shall be supplied to the Division of Facilities and Security, Personnel Security Branch (DFS/PSB) with the Contractor employee's completed building access application package.

The Contractor shall further ensure that its employees, any subcontractor employees and consultants complete all building access security applications required by this clause within fourteen (14) calendar days of notification by DFS/PSB of initiation of the application process.

Timely receipt of properly completed records of the Contractor's signed pre-screening record or review and building access security applications (submitted for candidates that have a reasonable probability of obtaining the level of access authorization necessary for access to NRC's facilities) is a contract requirement. Failure of the Contractor to comply with this contract administration requirement may be a basis to cancel the award, or terminate the contract for default, or offset from the contract's invoiced cost or price the NRC's incurred costs or delays as a result of inadequate pre-screening by the Contractor. In the event of cancellation or termination, the NRC may select another firm for contract award.

A Contractor, subcontractor employee or consultant shall not have access to NRC facilities until he/she is approved by DFS/PSB. Temporary access may be approved based on a favorable NRC review and discretionary determination of their building access security forms. Final building access will be approved based on favorably adjudicated checks by the Government.

However, temporary access approval will be revoked and the Contractor's employee may subsequently be denied access in the event the employee's investigation cannot be favorably determined by the NRC. Such employee will not be authorized to work under any NRC contract requiring building access without the approval of DFS/PSB. When an individual receives final access, the individual will be subject to a review or reinvestigation every five (5) or ten (10) years, depending on their job responsibilities at the NRC.

The Government shall have and exercise full and complete control and discretion over granting, denying, withholding, or terminating building access approvals for individuals performing work under this contract. Individuals performing work under this contract at NRC facilities for a period of more than 30 calendar days shall be required to complete and submit to the Contractor representative an acceptable OPM Standard Form 85 (Questionnaire for Non-Sensitive Positions), and two (2) FD 258 (Fingerprint Charts). Non-U.S. citizens must provide official documentation to the DFS/PSB, as proof of their legal residency. This documentation can be a Permanent Resident Card, Temporary Work Visa, Employment Authorization Card, or other official documentation issued by the U.S. Citizenship and Immigration Services. Any applicant with less than five (5) years residency in the U.S. will not be approved for building access. The Contractor shall submit the documents to the NRC Contracting Officer's Representative (COR) who will give them to DFS/PSB.

Page 11 of 11 NRC-HQ-40-16-E-0002/NRC-HQ-40-16-T-0001 DFS/PSB may, among other things, grant or deny temporary unescorted building access approval to an individual based upon its review of the information contained in the OPM Standard Form 85 and the Contractor's pre-screening record. Also, in the exercise of its authority, the Government may, among other things, grant or deny permanent building access approval based on the results of its review or investigation. This submittal requirement also applies to the officers of the firm who, for any reason, may visit the NRC work sites for an extended period of time during the term of the contract. In the event that DFS/ PSB are unable to grant a temporary or permanent building access approval, to any individual performing work under this contract, the Contractor is responsible for assigning another individual to perform the necessary function without any delay in the contract's performance schedule, or without adverse impact to any other terms or conditions of the contract. The Contractor is responsible for informing those affected by this procedure of the required building access approval process (i.e., temporary and permanent determinations), and the possibility that individuals may be required to wait until permanent building access approvals are granted before beginning work in NRC's buildings.

CANCELLATION OR TERMINATION OF BUILDING ACCESS/ REQUEST The Contractor shall immediately notify the PO when a Contractor or subcontractor employee or consultant's need for NRC building access approval is withdrawn or the need by the Contractor employee's for building access terminates. The PO will immediately notify DFS/PSB (via e-mail) when a Contractor employee no longer requires building access. The Contractor shall be required to return any NRC issued badges to the Contracting Officer's Representative (COR) for return to DFS/FSB (Facilities Security Branch) within three (3) days after their termination.