ML19212A289

From kanterella
Jump to navigation Jump to search
Modification No. 005 to Contract No. NRC-HQ-60-17-C-0006
ML19212A289
Person / Time
Issue date: 07/31/2019
From: Jennifer Dudek
Acquisition Management Division
To:
References
NRC-HQ-60-17-C-0006
Download: ML19212A289 (6)


Text

___________

(x) x NRC-HQ-60-17-C-0006 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-60-60D002-60B203-1052-11-6-182-252A-11-6-182-1052 606797264 GSE PERFORMANCE SOLUTIONS INC NRCHQ WASHINGTON DC 20555-0001 MAIL STOP TWFN-07B20M ACQUISITION MANAGEMENT DIVISION US NRC - HQ RES-19-0247 See Block 16C M0005 6

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 09/28/2017 ATTN JAY UMHOLTZ 1332 LONDONTOWN BLVD STE 200 SYKESVILLE MD 217846587 Net Increase:

$51,450.64 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 contract modification is to: 1) exercise option period one; 2) provide incremental funding in the amount of $51,450.64; 3) revise the contract's price schedule to align to the price schedule in the NRC's electronic acquisition system; and 4) revise the Alternate Contracting Officer's Representative to Lawrence Criscione. A detailed description is provided on page three.

Contract Base and All Options: $270,490.22 (unchanged)

Contract Exercised Amount:

(changed)

Contract Total Obligations Amount: $160,773.04 (changed)

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)

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.

07/31/2019

ITEM NO.

SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NAME OF OFFEROR OR CONTRACTOR 2

6 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF GSE PERFORMANCE SOLUTIONS INC (A)

(B)

(C)

(D)

(E)

(F)

NRC-HQ-60-17-C-0006/M0005 Period of Performance: 09/29/2017 to 09/28/2020 NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)

Sponsored by GSA FAR (48 CFR) 53.110

NRC-HQ-60-17-C-0006 M0005 3

The purpose of this contract modification is to: 1) exercise option period one in accordance with FAR Clause 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT, thereby extending the period of performance through September 28, 2020 and increasing the contract ceiling by from to

2) provide incremental funding in the amount of $51,450.64, thereby increasing the funding from $109,322.40 to $160,773.04; 3) revise the contracts price schedule to align to the price schedule in the NRCs electronic acquisition system; and 4) revise the Alternate Contracting Officers Representative to Lawrence Criscione. Accordingly, the contract is hereby modified as follows
1) Section B.3 CONSIDERATION AND OBLIGATION - FIRM-FIXED-PRICE (AUG 2011) is deleted in its entirety and replaced with the following:

The total amount of the Firm-Fixed-Price portion of this contract (

(End Clause)

2) Section B.4 CONSIDERATION AND OBLIGATION - LABOR-HOUR CONTRACT (AUG 2011) is deleted in its entirety and replaced with the following:

(a) The ceiling price to the Government for full performance under this contract is (b) The contract includes direct labor hours at specified fixed hourly rates, inclusive of wages, fringe, overhead, general and administrative expenses, and profit.

(c) It is estimated that the amount currently obligated will cover performance through September 2020.

(d) This is an incrementally-funded contract and FAR 52.232 Limitation of Funds applies.

(End Clause)

3) Section C.11 PERIOD OF PERFORMANCE (AUG 2011) ALTERNATE II (AUG 2011) is deleted in its entirety and replaced with the following:

This contract shall commence on September 29, 2017 and will expire on September 28, 2020. The term of this contract may be extended at the option of the Government for an additional two years, from September 29, 2020 to September 28, 2022.

Base Period:

September 29, 2017 - September 28, 2019 Option Period(s):

Options Period 1:

September 29, 2019 - September 28, 2020 (exercised)

Option Period 2:

September 29, 2020 - September 28, 2021 Option Period 3:

September 29, 2021 - September 28, 2022 (End of Clause)

NRC-HQ-60-17-C-0006 M0005 4

4) Section B.2 PRICE SCHEDULE is deleted in its entirety and replaced with the following:

Base Period (2 Years): Sep 29, 2017 - Sep 28, 2019

NRC-HQ-60-17-C-0006 M0005 5

BASE AND ALL OPTIONS TOTAL..$270,490.22

5) Section 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:

Niav Hughes Address:

11555 Rockville Pike Rockville, MD 20852 M/S: T-10D13 Telephone Number: 301-415-2362 Email: Niav.Hughes@nrc.gov Alternate Contracting Officers Representative Name:

Lawrence Criscione Address:

11555 Rockville Pike Rockville, MD 20852 M/S: T-10A12 Telephone Number: 301-415-2129 Email: Lawrence.Criscione@nrc.gov All other terms and conditions of this contract remain unchanged.

Contract Base and All Options: $270,490.22 (unchanged)

Contract Exercised Amount:

(changed)

NRC-HQ-60-17-C-0006 M0005 6

Contract Total Obligations Amount: $160,773.04 (changed)