ML19178A023
| ML19178A023 | |
| Person / Time | |
|---|---|
| Issue date: | 06/26/2019 |
| From: | Jennifer Dudek Acquisition Management Division |
| To: | Maldonado P Southwest Research Institute |
| References | |
| 31310018D0001 | |
| Download: ML19178A023 (3) | |
Text
___________
(x) 31310018F0069 x 31310018D0001 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.
2019-X0200-FEEBASED-50-50D007-1028-33-4-151-255B-33-4-151-1028 007936842 SOUTHWEST RESEARCH INSTITUTE NRCHQ WASHINGTON DC 20555-0001 MAIL STOP TWFN-07B20M ACQUISITION MANAGEMENT DIVISION US NRC - HQ NMSS-19-0082 See Block 16C P00003 3
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 06/21/2018 ATTN PAUL MALDONADO 6220 CULEBRA RD SAN ANTONIO TX 782385166 Net Increase:
$5,000.00 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.
Mutual Agreement of the Parties; FAR 43.103(a) Bilateral Modification x
- 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
X 1
The purpose of this task order modification is to: 1) extend the period of performance to September 30, 2019; 2) increasing the task order ceiling to $152,642.00; 3) provide incremental funding in the amount of $5,000.00; and 4) revise the Contracting Officers Representative to Kristina Banovac. A detailed description is provided on page two.
Task Order Ceiling: $152,642.00 (changed)
Task Order Obligations: $152,597.00 (changed)
Period of Performance: 06/20/2018 to 09/30/2019 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)
JENNIFER A. DUDEK 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.
06/26/2019
31310018D0001 31310018F0069 P00003 2
The purpose of this task order modification is to: 1) extend the period of performance by three months, from June 30, 2019 to September 30, 2019; 2) increasing the task order ceiling by
$5,045.00 from $147,597.00 to $152,642.00; 3) provide incremental funding in the amount of
$5,000.00, thereby increasing the funding from $147,597.00 to $152,597.00; and 4) revise the Contracting Officers Representative to Kristina Banovac. Accordingly, the task order is hereby modified as follows:
- 1) Section B.2 CONSIDERATION AND OBLIGATION TASK ORDERS (AUG 2011) is deleted in its entirety and replaced with the following:
(a) The total ceiling of this contract for the products/services under this contract is
$152,642.00.
(b) This order is subject to the minimum and maximum ordering requirements set forth in the contract.
(c) The amount presently obligated with respect to this order is $152,597.00 of which represents costs and represents fee. The obligated amount shall, at no time, exceed the order ceiling as specified in paragraph (a) above. When and if the amount(s) paid and payable to the Contractor hereunder shall equal the obligated amount, the Contractor shall not be obligated to continue performance of the work unless and until the Contracting Officer shall increase the amount obligated with respect to this order, in accordance with FAR Part 43 - Modifications. Any work undertaken by the Contractor in excess of the obligated amount specified above is done so at the Contractor's sole risk and may not be reimbursed by the Government.
(d) The Contractor shall comply with the provisions of FAR 52.232 Limitation of Funds, for incrementally-funded delivery orders or task orders.
(End Clause)
- 2) Section B.3 PRICE/COST SCHEDULE is deleted in its entirety and replaced with the following:
DESCRIPTION ESTIMATED COST TOTAL
$152,642.00
31310018D0001 31310018F0069 P00003 3
- 3) Section F.1 TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (SEP 2013) is deleted in its entirety and replaced with the following:
This task order shall commence on June 20, 2018 and will expire on September 30, 2019.
(End of Clause)
- 4) Section G.1 CONTRACTING OFFICERS REPRESENTATIVE AUTHORITY, paragraph (a),
is revised to the following:
(a) The contracting officer's authorized representative hereinafter referred to as the COR for this contract is:
Name:
Kristina Banovac (COR)
Telephone Number: 301-415-7116 Email: Kristina.Banovac@nrc.gov Name:
Jack Gwo (Alternate COR)
Telephone Number: 301-415-8736 Email: Jin-Ping.Gwo@nrc.gov Address:
U.S. Nuclear Regulatory Commission Office of Nuclear Material Safety and Safeguards Washington, DC 20555 All other terms and conditions of this contract remain unchanged.
Task Order Ceiling: $152,642.00 (changed)
Task Order Obligations: $152,597.00 (changed)