ML19191A210

From kanterella
Jump to navigation Jump to search
Modification No. 005 to Task Order No. 31310018F0087 Under Contract No. 31310018A0004
ML19191A210
Person / Time
Issue date: 07/09/2019
From: Jerry Purcell
Acquisition Management Division
To: Shim C
Compusearch Software System
References
31310018A0004
Download: ML19191A210 (15)


Text

PAGE OF PAGES ORDER FOR SUPPLIES OR SERVICES IMPORTANT: Mark all packages and papers with contract and/or order numbers. 1 15

1. DATE OF ORDER 2. CONTRACT NO. (If any) 6. SHIP TO:

31310018A0004

a. NAME OF CONSIGNEE 07/09/2019
3. ORDER NO. 4. REQUISITION/REFERENCE NO.

Multiple Destinations 31310018F0087/P00005 ADM-19-0137

5. ISSUING OFFICE (Address correspondence to) b. STREET ADDRESS U.S. NRC - HQ Acquisition Management Division Mail Stop: TWFN-07B20M Washington DC 20555-0001
c. CITY d. STATE e. ZIP CODE
7. TO: CHAE SHIM f. SHIP VIA
a. NAME OF CONTRACTOR COMPUSEARCH SOFTWARE SYSTEMS, INC. 8. TYPE OF ORDER
b. COMPANY NAME
a. PURCHASE X b. DELIVERY
c. STREET ADDRESS REFERENCE YOUR:

21251 RIDGETOP CIRCLE Except for billing instructions on the reverse, this delivery order is subject SUITE 100 to instructions contained on this side only of this form and is issued Please furnish the following on the terms subject to the terms and conditions and conditions specified on both sides of of the above-numbered contract.

d. CITY e. STATE f. ZIP CODE this order and on the attached sheet, if any, DULLES including delivery as indicated.

VA 201666501

9. ACCOUNTING AND APPROPRIATION DATA 10. REQUISITIONING OFFICE See Schedule Office of Administration
11. BUSINESS CLASSIFICATION (Check appropriate box(es)) 12. F.O.B. POINT
a. SMALL X b. OTHER THAN SMALL c. DISADVANTAGED d. WOMEN-OWNED e. HUBZone
f. SERVICE-DISABLED g. WOMEN-OWNED SMALL BUSINESS (WOSB)
h. EDWOSB VETERAN-OWNED ELIGIBLE UNDER THE WOSB PROGRAM
13. PLACE OF 14. GOVERNMENT B/L NO. 15. DELIVER TO F.O.B. POINT 16. DISCOUNT TERMS ON OR BEFORE (Date)
a. INSPECTION b. ACCEPTANCE Destination Destination 30
17. SCHEDULE (See reverse for Rejections)

QUANTITY UNIT QUANTITY ITEM NO. SUPPLIES OR SERVICES ORDERED UNIT PRICE AMOUNT ACCEPTED (a) (b) (c) (d) (e) (f) (g)

GSA Contract #: GS35F0585J The purpose of this modification is to provide incremental funding in the amount of $150,000.00, thereby increasing the total obligated amount from $4,060,000.00 to $4,210,000.00.

Continued ...

18. SHIPPING POINT 19. GROSS SHIPPING WEIGHT 20. INVOICE NO. 17(h)

TOTAL (Cont.

pages)

21. MAIL INVOICE TO:
a. NAME $4,267,829.60 U.S. Nuclear Regulatory Commission SEE BILLING INSTRUCTIONS ON REVERSE
b. STREET ADDRESS One White Flint North (or P.O. Box) 11555 Rockville Pike Mailstop O3-E17A 17(i)

GRAND TOTAL

c. CITY d. STATE e. ZIP CODE

$4,267,829.60 Rockville MD 20852-2738

22. UNITED STATES OF 23. NAME (Typed) 07/09/2019 AMERICA BY (Signature) JERRY PURCELL TITLE: CONTRACTING/ORDERING OFFICER AUTHORIZED FOR LOCAL REPRODUCTION OPTIONAL FORM 347 (Rev. 2/2012)

PREVIOUS EDITION NOT USABLE Prescribed by GSA/FAR 48 CFR 53.213(f)

ORDER FOR SUPPLIES OR SERVICES PAGE NO SCHEDULE - CONTINUATION 2 IMPORTANT: Mark all packages and papers with contract and/or order numbers.

DATE OF ORDER CONTRACT NO. ORDER NO.

07/09/2019 31310018A0004/P00005 31310018F0087/P00005 ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT AMOUNT QUANTITY ORDERED PRICE ACCEPTED (a) (b) (c) (d) (e) (f) (g)

Total Obligated Amount: $4,210,000.00 (changed)

Current Ceiling (Base and Exercised Options): $4,267,829.60 (unchanged)

Total Ceiling (Base and all Options):

$4,267,829.60(unchanged)

Period of Performance: 06/29/2018 to 06/28/2020 00001 BASE YEAR - NRC PRISM ENTERPRISE SOFTWARE SUBSCRIPTION (Firm Fixed Price)

Line Item Ceiling: $2,548,663.76 Incrementally Funded Amount: $2,548,663.76 Requisition No: ADM-18-0083, ADM-19-0092 Accounting Info:

2018-X0200-FEEBASED-40-40D007-6031 P-156-251A-51-P-156-6031 Funded: $1,274,331.88 Accounting Info:

2019-X0200-FEEBASED-40-40D007-6031 P-156-251A-51-P-156-6031 Funded: $1,274,331.88 00002 BASE YEAR - IT PROFESSIONAL SERVICES (Labor Hour)

Line Item Ceiling: $1,719,165.84 Incrementally Funded Amount: $1,661,336.24 Requisition No: ADM-18-0083, ADM-19-0058, ADM-19-0092, ADM-19-0137 Accounting Info:

2018-X0200-FEEBASED-40-40D007-6031 P-156-251A-51-P-156-6031 Funded: $690,668.12 Accounting Info:

2019-X0200-FEEBASED-40-40D007-6031 P-156-251A-51-P-156-6031 Funded: $130,000.00 Accounting Info:

2019-X0200-FEEBASED-40-40D007-6031 P-156-251A-51-P-156-6031 Continued ...

TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17(H))

AUTHORIZED FOR LOCAL REPODUCTION IONAL FORM 348 (Rev. 4/2006)

PREVIOUS EDITION NOT USABLE escribed by GSA FAR (48 CFR) 53.213(f)

ORDER FOR SUPPLIES OR SERVICES PAGE NO SCHEDULE - CONTINUATION 3 IMPORTANT: Mark all packages and papers with contract and/or order numbers.

DATE OF ORDER CONTRACT NO. ORDER NO.

07/09/2019 31310018A0004/P00005 31310018F0087/P00005 ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT AMOUNT QUANTITY ORDERED PRICE ACCEPTED (a) (b) (c) (d) (e) (f) (g)

Funded: $690,668.12 Accounting Info:

2019-X0200-FEEBASED-40-40D007-6031 P-156-251A-51-P-156-6031 Funded: $150,000.00 10001 10002 TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17(H)) $0.00 AUTHORIZED FOR LOCAL REPODUCTION OPTIONAL FORM 348 (Rev. 4/2006)

PREVIOUS EDITION NOT USABLE Prescribed by GSA FAR (48 CFR) 53.213(f)

GSA NO: GS35F0585J BPA NO: 31310018A0004 CALL NO: 31310018F0087 SECTION B - SERVICES AND PRICES/COSTS B.1 BRIEF DESCRIPTION OF WORK ALTERNATE I (a) The title of this project is: NRC PRISM Software Licenses Subscription, Maintenance of Software, and Information Technology Professional Services (b) Summary work description: The Contractor shall provide Compusearch PRISM licenses, maintenance, and technical support services necessary to ensure that the Acquisition Management Division (AMD) is able to provide the STAQS users with the highest levels of support, and continue to maximize the functionality and overall efficiency and effectiveness of NRC acquisition system.

(End of Clause)

B.2 CONSIDERATION AND OBLIGATIONTASK BPA CALLS (AUG 2011)

(a) The current ceiling of this BPA Call for services is $2,000,000.00.

(b) This BPA Call is subject to the minimum and maximum BPA Calling requirements set forth in the BPA.

(c) The amount presently obligated with respect to this BPA Call is $1,965,000.00. This Obligated amount may be unilaterally increased from time to time by the Contracting Officer by written modification to this BPA Call. The obligated amount shall, at no time, exceed the task BPA Call 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 BPA Call, 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 BPA Calls or task BPA Calls.

(End of Clause) 3

GSA NO: GS35F0585J BPA NO: 31310018A0004 CALL NO: 31310018F0087 B.3 PRICE/COST SCHEDULE The following table represents the annual software subscription for the NRC PRISM subscription and IT Professional Services.

PRISM Enterprise Software Subscription Description Contract Type Base Year (6/29/2018 -

6/28/2019)

Annual Term-subscription to the Firm Fixed Price $1,242,672.75 PRISM product Annual Maintenance on NRC Account Segment Change Firm Fixed Price $31,659.13 Utility Paid Enhancement Total $1,274,331.88 Professional Services - Level of Effort* (LOE)

TOTAL TOTAL BASE ESTIMATED ESTIMATED YEAR AMOUNT AMOUNT GSA Hourly GSA Labor Contract Rate Category Type (Discounted)

Senior Systems Labor

$157.55 Analyst Hour Middleware Labor

$229.78 Developer Hour Total $725,668.12 $725,668.12

  • The estimated LOE is approximately between 4,000 - 5,000 labor hours/year.

4

GSA NO: GS35F0585J BPA NO: 31310018A0004 CALL NO: 31310018F0087 SECTION C - BPA CALL STATEMENT OF WORK

1. BACKGROUND The U.S. Nuclear Regulatory Commission (NRC), Office of Administration (ADM), Acquisition Management Division (AMD) coordinates and performs acquisition management for the agency.

AMD operates and maintains Compusearchs PRISM procurement module. PRISM is the commercial off-the-shelf software solution that is implemented at NRC as part of Strategic Acquisition System (STAQS). STAQS is the toolset that supports contracting, interagency agreements (including Department of Energy Laboratory Agreements), simplified acquisition, grant, and financial assistance activities. STAQS supports activities such as contractor/agency/grantee selection, negotiation, award, administration, and closeout. PRISM procurement module supports 600 NRCs STAQS users at headquarters and the regional offices. STAQS users utilize various modules to create requisitions, awards (i.e., commercial contracts, purchase BPA Calls, grants, cooperative agreements, and interagency agreements), modifications, and close outs in the system.

2. OBJECTIVE & SCOPE The objective of this acquisition is to acquire the Compusearchs PRISM licenses, maintenance, and technical support services necessary to ensure AMD is able to provide the STAQS users with the highest levels of support, and continue to maximize the functionality and overall efficiency and effectiveness of NRC acquisition system.

NRC requires renewal of: 1) Compusearchs PRISM software licenses subscription and maintenance of software; and 2) Information Technology (IT) Professional Services that includes technical support services of middleware [Service Oriented Architecture (SOA) software] application, which is integrated with NRCs core financial system, Financial and Accounting Integrated Management Information System.

Pursuant to GSA Federal Supply Schedule Contract Number: GS-35F-0585J, NRC/ADM/AMD requires renewal of the following products:

Special Item No (SIN) Product Description 132-33 PRISM Enterprise Software Licenses 132-34 Maintenance of Software as a service 132-51 Information Technology (IT) Professional Services 5

GSA NO: GS35F0585J BPA NO: 31310018A0004 CALL NO: 31310018F0087

3. TECHNICAL AND FUNCTIONAL REQUIREMENTS 3.1 PRISM SOFTWARE LICENSES AND MAINTENANCE The PRISM software licenses are for enterprise licensing which allows unlimited NRC use of the following PRISM software modules. Maintenance includes, but not limited to, software fixes for non-critical software defects, provides in Service Pack Releases, as well as new enhancements, and product upgrades.

NRC Annual Subscription PRODUCT ITEM DESCRIPTION Item # Units License (Special Item No (SIN) 132-33)

PRISM Web Procurement System (10 Seats) WEB-01 1 PRISM Web Buyer or Grants Officer Additional Seats (Each) Additional (Unlimited seats) WEB-02 Unlimited PRISM Web Non-Buyer or Grants User (non- Officer) Additional Seats (Each)

(Unlimited seats) WEB-03 Unlimited CAC/PIV Card Module WEB-09 1 BI Dashboard Module RW-01 1 Invoice Module RW-12 1 FPDS-NG Module RW-15 1 CCR Real Time Module RW-19 1 Procurement Interface to FedConnect Module RW-20 1 PRISM Grants - Funding Opportunity Module RW-21 1 PRISM Grants - Grants/Cooperative Agreement Module RW-22 1 PRISM Grants - FAADS Reporting Module RW-24 1 PRISM Grants - Grants.gov Module RW-25 1 Grants Interface to FedConnect Module RW-26 1 Web Services Based Integration Package (WSBI) RW-27 1 Maintenance (SIN 132-34)

PRISM Web (Base 10 seats) Maintenance WEBM-01 1 WEBM-01 1 PRISM Buyers (Unlimited seats) Maintenance WEBM-02 Unlimited WEBM-02 Unlimited PRISM Non-Buyers (Unlimited Seats) Maintenance WEBM-03 Unlimited WEBM-03 Unlimited CAC/PIV Card Module Maintenance WEBM-09 1 WEBM-09 1 PRISM BI Dashboard Maintenance RM-01 1 RM-01 1 4

6

GSA NO: GS35F0585J BPA NO: 31310018A0004 CALL NO: 31310018F0087 GSA NO:

GS35F0585J NRC BPA NO:

31310018A0004 Invoice Module Maintenance RM-12 1 RM-12 1 FPDS-NG Module Maintenance RM-15 1 RM-15 1 CCR Real Time Module Maintenance RM-19 1 RM-19 1 FedConnect Module Maintenance RM-20 1 RM-20 1 PRISM Grants - Funding Opportunity Module Maintenance RM-21 1 RM-21 1 PRISM Grants - Grants/Cooperative Agreements Module Maintenance RM-22 1 RM-22 1 PRISM Grants - FAADS Reporting Module Maintenance RM-24 1 RM-24 1 PRISM Grants - Grants.gov Module Maintenance RM-25 1 RM-25 1 PRISM Grants - FedConnect for Grants Module Maintenance RM-26 1 RM-26 1 Web Services Based Integration Package (WSBI) - Web Services Based RM-27 1 Integration Package (WSBI) MaintenanceRM-27 1 FedConnect Portal Transactions (2000 transactions/month) FC-02 1 7

GSA NO: GS35F0585J BPA NO: 31310018A0004 CALL NO: 31310018F0087 PRISM SOFTWARE SUPPORT SERVICES PRISM Software Support Services (IT Professional Services) includes on-site installation and testing of new software releases and updates. The support services includes, but not limited to:

assistant with PRISM software configuration and upgrades; report generation using both the user views and ad hoc capabilities; software patches, bug fixes and issue resolution; federal regulation database updates; design, test, and install software enhancements; and documentation.

In addition, IT professional services shall provide operations and maintenance support of the SOA Development environment. This includes, but not limited to; routine installation of Oracle patches; troubleshooting and fixing of issues; and any enhancements and upgrades requested by the NRC related to new or updated SOA code/technology upgrades.

8

GSA NO: GS35F0585J BPA NO: 31310018A0004 CALL NO: 31310018F0087

4. ADMINISTRATION 4.1 MEETINGS AND TRAVEL Meetings will be held at the NRC Headquarters site on a weekly basis and as needed. At these meetings, the contractor(s) shall be prepared to discuss a) Efforts completed and milestones reached or, if missed, an explanation provided; b) Identify any problems or delays encountered or anticipated; and c) Provide recommendations for resolution; etc.

Conference calls will be utilized as needed.

Travel is limited to the Washington, D.C. metropolitan area and to and from NRC Headquarters at 11545 Rockville Pike, Rockville, MD. Other travel is not expected. The Government will not reimburse any travel expenses.

4.2 REPORTING REQUIREMENTS Financial and Technical Progress Status Reports The contractor shall provide the report monthly to the Contracting Officer Representative (COR).The Financial Status report should include project costs to-date on a monthly basis, at a minimum, each report must include the following information:

a. Total costs incurred to date.
b. Balance of obligations remaining and funds required to complete the task.
c. Projected percentage of completion cumulative through the report period for the project The Technical Progress Status report (limited to 1 page) that contains:
a. Efforts completed and milestones reached or, if missed, an explanation provided;
b. Identify any problems or delays encountered or anticipated;
c. Provide recommendations for resolution; and
d. Plans for the next reporting period.

If the COR determines additional written status updates is necessary, this will be requested on an as-needed basis.

4.3 PLACE OF PERFORMANCE The work shall be performed at NRC HQ offices located at 11545 Rockville Pike, Rockville, Maryland 20852 and when necessary, at Contractor work site.

4.4 NRC FURNISHED MATERIAL The NRC will provide a dedicated workstation, equipment (desktop, phone, etc...) necessary for the Contractor to perform the work required.

9

GSA NO: GS35F0585J BPA NO: 31310018A0004 CALL NO: 31310018F0087 SECTION D - PACKAGING AND MARKING See BPA D.1 MARKING DELIVERABLES The Contractor shall include the BPA number (TBD) and the BPA Call (TBD) number on, or adjacent to, all exterior mailing or shipping labels of deliverable items called for by the BPA Call, except for reports. Mark deliverables for the BPA Call COR and ACOR. Additional deliverable markings may be outlined in awarded work packages.

(End of Clause)

SECTION E - INSPECTION AND ACCEPTANCE E.1 INSPECTION AND ACCEPTANCE BY THE NRC (SEP 2013)

Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the NRC Contracting Officers Representative (COR) at the destination, accordance with FAR 52.247 F.o.b. Destination.

(End of Clause)

SECTION F - DELIVERIES OR PERFORMANCE F.1 PERIOD OF PERFORMANCE ALTERNATE PERIOD PERIOD OF PERFORMANCE BASE YEAR JUNE 29, 2018 - JUNE 28, 2019 OPTION YEAR JUNE 29, 2019 - JUNE 28, 2020 Refer to Section C for Deliverables (End of Clause)

F.2 PLACE OF DELIVERY-REPORTS The items to be furnished hereunder shall be delivered, with all charges paid by the Contractor, to:

COR: Chutima Taylor Contracting Officer Representative Alternate Contracting Officer Representative John Garnsey (End of Clause) 10

GSA NO: GS35F0585J BPA NO: 31310018A0004 CALL NO: 31310018F0087 F.3 PLACE OF PERFORMANCE The work will be done at NRCs Headquarters (NRC HQs), located in Rockville, Maryland.

(End of Clause)

F.4 HOURS OF OPERATION The OCIO normal hours of operation are Monday through Friday, 7:00 a.m. ET to 6:00 p.m. ET, except federal holidays. The Contractor shall have the flexibility to schedule individuals outside the normal hours with prior approval of the BPA Call Contracting Officers Representative (COR) to support the OCIO mission. In no case, however, shall on-site support be provided outside normal hours when there are no Government employees in the work area.

(End of Clause)

F.5 FEDERAL HOLIDAYS The Contractor is not required to provide service on the following U.S. Federal holidays: New Years Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day.

(End of Clause) 11

GSA NO: GS35F0585J BPA NO: 31310018A0004 CALL NO: 31310018F0087 SECTION G - CONTRACT ADMINISTRATION DATA G.1 CONTRACTING OFFICER REPRESENTATIVE AUTHORITY (a) The contracting officer's representative(s) (COR) for this BPA call are:

COR: Chutima Taylor Email: Chutima.Taylor@nrc.gov Tel.: 301-415-4150 Alternate COR: John Garnsey Email: John.Garnsey@nrc.gov Tel.: 301-415-7822 (b) Performance of the work under this contract is subject to the technical direction of the NRC COR. 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 COR 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.

(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 COR 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 CORs authority under the provisions of this clause.

(f) If, in the opinion of the contractor, any instruction or direction issued by the COR is within one of the categories defined in paragraph (c) of this section, the contractor may not 12

GSA NO: GS35F0585J BPA NO: 31310018A0004 CALL NO: 31310018F0087 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 COR 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 COR 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 2052.215-70 KEY PERSONNEL. (JAN 1993)

(a) The following individuals are considered to be essential to the successful performance of the work hereunder:

TBD

  • The contractor agrees that personnel may not be removed from the contract work or replaced without compliance with paragraphs (b) and (c) of this section.

(b) If one or more of the key personnel, for whatever reason, becomes, or is expected to become, unavailable for work under this contract for a continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the proposal or initially anticipated, the contractor shall immediately notify the contracting officer and shall, subject to the concurrence of the contracting officer, promptly replace the personnel with personnel of at least substantially equal ability and qualifications.

(c) Each request for approval of substitutions must be in writing and contain a detailed explanation of the circumstances necessitating the proposed substitutions. The request must also contain a complete resume for the proposed substitute and other information requested or needed by the contracting officer to evaluate the proposed substitution. The contracting officer and the project officer shall evaluate the contractor's request and the contracting officer shall promptly notify the contractor of his or her decision in writing.

13

GSA NO: GS35F0585J BPA NO: 31310018A0004 CALL NO: 31310018F0087 (d) If the contracting officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated, or have otherwise become unavailable for the contract work is not reasonably forthcoming, or that the resultant reduction of productive effort would be so substantial as to impair the successful completion of the contract or the service BPA Call, the contract may be terminated by the contracting officer for default or for the convenience of the Government, as appropriate. If the contracting officer finds the contractor at fault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, or damage.

(End of Clause)

SECTION H - SPECIAL CONTRACT REQUIREMENTS See BPA SECTION I - CONTRACT CLAUSES See BPA 14