ML19213A273
| ML19213A273 | |
| Person / Time | |
|---|---|
| Issue date: | 08/01/2019 |
| From: | Jessica Chu Acquisition Management Division |
| To: | J Walsh Anacapa Micro Products |
| References | |
| NNG15SD08B | |
| Download: ML19213A273 (16) | |
Text
NRCPAYMENTS ROCKVILLE MD 20852-2738 MAILSTOP O3-E17A 11555 ROCKVILLE PIKE ONE WHITE FLINT NORTH US NUCLEAR REGULATORY COMMISSION 556496370 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 TWFN-07B20M ACQUISITION MANAGEMENT DIVISION US NRC - HQ NRCWH CODE
- 16. ADMINISTERED BY CODE X
541519 SIZE STANDARD:
100.00
% FOR:
SET ASIDE:
- 10. THIS ACQUISITION IS CODE RFQ
- 14. METHOD OF SOLICITATION 13b. RATING NAICS:
SMALL BUSINESS 07/08/2019 JOHNNIE BAKER 31310019F0105 08/01/2019 (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 31310019Q0082
- 5. SOLICITATION NUMBER SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
- 1. REQUISITION NUMBER PAGE OF 1
16 RES-19-0211 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 TELEPHONE NO.
VENTURA CA 93006 PO BOX 7628 ATTN JENNIFER WALSH ANACAPA MICRO PRODUCTS INC 17a. CONTRACTOR/
ROCKVILLE MD 20852 4934 BOILING BROOK PARKWAY WAREHOUSE US NUCLEAR REGULATORY COMMISSION-
- 15. DELIVER TO WASHINGTON DC 20555-0001 MAIL STOP TWFN-07B20M ACQUISITION MANAGEMENT DIVISION
- 9. ISSUED BY
- 7.
NNG15SD08B
- 2. CONTRACT NO.
EFFECTIVE DATE 150 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW ISSUE DATE DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK IS MARKED
- 11.
SEE SCHEDULE
- 12. DISCOUNT TERMS 30 THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13a.
SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS HUBZONE SMALL BUSINESS 8(A)
X US NRC - HQ WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 24.
AMOUNT 23.
UNIT PRICE 22.
UNIT
- 21.
QUANTITY 20.
SCHEDULE OF SUPPLIES/SERVICES 19.
ITEM NO.
Accounting Info:
2019-X0200-FEEBASED-60-60D099-60B991-6103-11-6-156
-2572-11-6-156-6103 Period of Performance: 08/01/2019 to 07/31/2022 00001 ASPEN 2U Twin/Twin Compute Node(s)Quantity 2 Includes: SYS-2029TP-HTR, CD8067303592600, KSM26RS8/8HAI, SSDSC2KB240G801, AOC-MGP-i2M, (Use Reverse and/or Attach Additional Sheets as Necessary)
$84,877.00 HEREIN, IS ACCEPTED AS TO ITEMS:
X X
X DATED JESSICA CHU 08/01/2019
. YOUR OFFER ON SOLICITATION (BLOCK 5),
INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH 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.
27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA
- 26. TOTAL AWARD AMOUNT (For Govt. Use Only)
OFFER STANDARD FORM 1449 (REV. 2/2012)
Prescribed by GSA - FAR (48 CFR) 53.212 ARE NOT ATTACHED.
ARE NOT ATTACHED.
AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE 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
- 29. AWARD OF CONTRACT: REF.
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. 2/2012) BACK 24.
AMOUNT 23.
UNIT PRICE 22.
UNIT
- 21.
QUANTITY 20.
SCHEDULE OF SUPPLIES/SERVICES 19.
ITEM NO.
MCX353A-FCBT, EXW-ADPTR-3B, MC2207128-003, UTP5-10, SWINST-RHEL, ASP-SYS-GOLD, RH00005 00002 ASP-ONSITE-1DAY; Aspen 1-Day Onsite Installation/Service; Quantity 1 00003 ASPEN 1U Twin Computer Node(s); Quantity 1 Includes: SYS-1029TP-DTR, CD8067303592600, KSM26RS8/8HAI, SSDSC2KB240G801, AOC-MGP-i2M, MCX353A-FCBT, EXW-ADPTR-3B, MC2207128-003, UTP5-10, SWINST-RHEL, ASP-SYS-GOLD, RH00005 00004 ASPEN Workstation; Workstation - NRC; Quantity 1 Includes: SYS-5039A-i, BX80673W2135, SNK-P0050AP4, M386A8K40BM2-CTD, MZ-V7P1T0BW, 0B36040, SWINST-RAID5, VCQP5000-PB, RH00005, SWINST-RHEL, FQC-08930, SWINST-WINDOWS10, ASP-SYS-GOLD-UP, PB287Q, WS15-PRO-F, 920-002714 Continued...
32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 16 2 of
ITEM NO.
SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT NAME OF OFFEROR OR CONTRACTOR 3
16 CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF ANACAPA MICRO PRODUCTS INC (A)
(B)
(C)
(D)
(E)
(F)
NNG15SD08B/31310019F0105 00005 Sigma Plot v14 Upgrade; SPL140U13; Sigma Plot V14 Upgrade - NRC; Quantity 1 00006 Freight The obligated amount of award: $84,877.00. The total for this award is shown in box 26.
NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)
Sponsored by GSA FAR (48 CFR) 53.110
DO/TO NNG15SD08B/31310019F0105 Page 4 of 16 BRIEF DESCRIPTION OF WORK ALTERNATE I (a) The title of this project is: Purchase of CFD Hardware - High Performance Linux Cluster (b) Summary work description: The objective of this acquisition is to procure on a brand name only basis from an authorized NASA SEWP V Aspen Systems Inc. authorized contract partner that sells TAA compliant products built with Aspen Systems, Inc.s A123 cluster management software installed.
The contractor shall provide:
Manufacturer Line Number Line Part Number Description Quantity 120 ADDITIONAL COMPUTE CORES POWER/COOLING Requirements:
Watts: 4,320 AMPS (208V): 20.77 BTU/h: 14,740 Refrigeration A/C: 1.2 Tons HPC COMPONENTS Aspen 1
2U Twin/Twin Compute Node(s) 2U Twin/Twin Compute Node(s) -
NRC 2
Part No / Subpart No Part Description Qty Per Unit Total Qty SYS-2029TP-HTR SM, 2U Twin2. Contains 4 nodes.
Each node: 2x LGA3647 Sockets, 16x DDR4 Memory Slots up to 2TB, 6x Hot-Swap 2.5" Bays, 2x PCI-E 3.0 x 16 (LP) 1xSIOM 1
2 CD8067303592600 Intel Xeon Skylake Gold 6128, 3.4GHz Six-Core 10.4GT/s 19.25MB, 115W TDP, 2666MHz RAM, Processor 8
16 KSM26RS8/8HAI Kingston 8GB 2666MHz DDR4 ECC Registered CL19 1Rx8 48 96 SSDSC2KB240G801 Intel D3-S4510 Series 2.5" 240GB SATA III,2 DWPD, Internal Solid State Drive, (SSD) 4 8
AOC-MGP-i2M Supermicro DUAL 1Gb RlJ45 ports, SIOM for Twin Systems.
4 8
MCX353A-FCBT Mellanox ConnectX-3 VPI adapter card, single-port QSFP, FDR IB(56Gb/s) and 40GigE, PCIe3.0 x8 8GT/s, tall bracket, RoHS R6 4
8 EXW-ADPTR-3B Mellanox 2 Year Extended Warranty for a total of 3 years Bronze for Adapter Cards 4
8
DO/TO NNG15SD08B/31310019F0105 Page 5 of 16 MC2207128-003 Mellanox FDR InfiniBand QSFP passive copper cable, 3m 4
8 UTP5-10 Cables, TP Networking, Cat 5E, 10' Yellow 4
8 SWINST-RHEL Software Install - RHEL, Lastest Version (USER LICENSE REQUIRED) 4 8 4
8 ASP-SYS-GOLD Aspen 3-yr System Advanced Parts Replacement Hardware Warranty 2
4 RH00005 Red Hat Enterprise Linux Server Entry Level, Self-support 4
8 Unit Price Net Price Aspen 2
Onsite Onsite-NRC 1
Part No Part Description Qty Per Unit Total Qty ASP-ONSITE-1DAY Aspen 1-Day Onsite Installation/Service 1
1 Unit Price Net Price Aspen 3
1U Twin Computer Node(s) 1U Twin Compute Node(s)- NRC 1
Part No / Subpart No Part Description Qty Per Unit Total Qty SYS-1029TP-DTR SM, 1U Twin, 2x Socket P (LGA3647), 16x DDR4 DIMM Slots, 2x PCI-E 3.0 LP,1x SIOM, 1x dedicated LAN for IPMI, 4x 2.5" Hot-swap SATA HDD Bays,1000W 1
1 CD8067303592600 Intel Xeon Skylake Gold 6128, 3.4GHz Six-Core 10.4GT/s 19.25MB, 115W TDP, 2666MHz RAM, Processor 4
4 KSM26RS8/8HAI Kingston 8GB 2666MHz DDR4 ECC Registered CL19 1Rx8 24 24 SSDSC2KB240G801 Intel D3-S4510 Series 2.5" 240GB SATA III,2 DWPD, Internal Solid State Drive (SSD) 2 2
AOC-MGP-i2M Supermicro DUAL 1Gb RlJ45 ports, SIOM for Twin Systems.
2 2
MCX353A-FCBT Mellanox ConnectX-3 VPI adapter card, single-port QSFP, FDR IB(56Gb/s) and 40GigE, PCIe3.0 x8 8GT/s, tall 2
2
DO/TO NNG15SD08B/31310019F0105 Page 6 of 16 bracket, RoHS R6 EXW-ADPTR-3B Mellanox 2 Year Extended Warranty for a total of 3 years Bronze for Adapter Cards 2
2 MC2207128-003 Mellanox FDR InfiniBand QSFP passive copper cable, 3m 2
2 UTP5-10 Cables, TP Networking, Cat 5E, 10' Yellow 2
2 SWINST-RHEL Software Install - RHEL, Lastest Version (USER LICENSE REQUIRED) 2 2
ASP-SYS-GOLD Aspen 3-yr System Advanced Parts Replacement Hardware Warranty 1
1 RH00005 Red Hat Enterprise Linux Server Entry Level, Self-support 2
2 Unit Price Net Price Aspen 4
Workstation Workstation - NRC 1
Part No / Subpart No Part Description Qty Per Unit Total Qty SYS-5039A-i SM, Mid-tower workstation, Single socket LGA2066, 8x DIMM slots, 2x M.2, 4x 3.5" fixed drive bays, 3x PCIE 3.0 slots, dual port 1GbE, 900W High Efficiency Power 1
1 BX80673W2135 BX80673W2135 Intel Xeon Skylake-W CPU W-2135, 6 cores, 3.7GHz 8.25M Cache Processor 1
1 SNK-P0050AP4 SM, Active Heatsink, 4U X9, E5-1600, E5-2600, E5-4600 Series 1
1 M386A8K40BM2-CTD Samsung 64GB 2666MHz DDR4 ECC Registered LRDIMM 4
4 MZ-V7P1T0BW SAMSUNG 970 Pro 1TB M.2 PCIe Internal Solid State Drive (SSD) 1 1
0B36040 Hitachi/WD, Ultrastar DC HC310, 4TB, 6Gbps SATA,7K RPM, 256MB Cache, 512e, 3.5" HDD 3
3 SWINST-RAID5 Software Install - configure RAID 5 1
1 VCQP5000-PB Quadro, P5000, Graphics Card 2560 CUDA Cores,16GB GDDR5 vRAM, 4x DP, 1x DVI-D, 1x optional stereo 1
1 RH00005 Red Hat Enterprise Linux Server Entry Level, Self-support 1
1
DO/TO NNG15SD08B/31310019F0105 Page 7 of 16 SWINST-RHEL Software Install - RHEL, Lastest Version (USER LICENSE REQUIRED) 1 1
FQC-08930 Microsoft, Windows 10 Pro, 64-Bit, 1-Packs, DSP, DVD 1
1 SWINST-WINDOWS10 Software Install - Windows 10 (user license required) 1 1
ASP-SYS-GOLD-UP Aspen 3-yr System Advanced Parts Replacement Hardware Warranty For UP Servers 1
1 PB287Q ASUS, PB287Q, 28-Inch Screen LED-Lit 4K Monitor 1
1 WS15-PRO-F VMware, Workstation 15 Pro for Linux and Windows, Federal 1
1 920-002714 Logitech MK200 Black USB Wired Slim Mouse and Keyboard Combo 1
1 Unit Price Net Price Aspen 5
Sigma Plot v14 Upgrade Sigma Plot V14 Upgrade - NRC 1
SPL140U13 SigmaPlot 14.0 Upgrade from Version13, previous version SN required, gov't use only 1
1 Unit Price Net Price Product Total
$84,562.00 Freight Total (USD)
$84,877.00 (End of Clause)
TASK/DELIVERY ORDER PERIOD OF PERFORMANCE (SEP 2013)
This order shall commence on August 1, 2019 and will expire on July 31, 2022.
(End of Clause)
CONSIDERATION AND OBLIGATION-FIRM-FIXED-PRICE The total amount of the Firm-Fixed-Price portion of this contract is $84,877.00, and this amount is fully-funded.
INSPECTION AND ACCEPTANCE BY THE NRC (SEP 2013)
DO/TO NNG15SD08B/31310019F0105 Page 8 of 16 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.
Contract Deliverables:
1.
SYS-2029TP-HTR 2U Twin/Twin Compute Node(s) 2U Twin/Twin Compute Node(s) -NRC, Quantity 2, Subparts:
a.
SYS-2029TP-HTR SM, 2U Twin2. Contains 4 nodes. Each node: 2x LGA3647 Sockets, 16x DDR4 Memory Slots up to 2TB, 6x Hot-Swap 2.5" Bays, 2x PCI-E 3.0 x 16 (LP) 1xSIOM, Quantity 2 b.
CD8067303592600 Intel Xeon Skylake Gold 6128, 3.4GHz Six-Core 10.4GT/s 19.25MB, 115W TDP, 2666MHz RAM, Processor; Quantity 8 c.
KSM26RS8/8HAI Kingston 8GB 2666MHz DDR4 ECC Registered CL19 1Rx8; Quantity 48 d.
SSDSC2KB240G801 Intel D3-S4510 Series 2.5" 240GB SATA III,2 DWPD, Internal Solid State Drive, (SSD); quantity 4 e.
AOC-MGP-i2M Supermicro DUAL 1Gb RlJ45 ports, SIOM for Twin Systems.; quantity 4 f.
MCX353A-FCBT Mellanox ConnectX-3 VPI adapter card, single-port QSFP, FDR IB(56Gb/s) and 40GigE, PCIe3.0 x8 8GT/s, tall bracket, RoHS R6; quantity 4 g.
EXW-ADPTR-3B Mellanox 2 Year Extended Warranty for a total of 3 years Bronze for Adapter Cards; quantity 4 h.
MC2207128-003 Mellanox FDR InfiniBand QSFP passive copper cable, 3m; quantity 4 i.
UTP5-10 Cables, TP Networking, Cat 5E, 10' Yellow; quantity 4 j.
SWINST-RHEL Software Install - RHEL, Lastest Version (USER LICENSE REQUIRED) 4 8; quantity 4 k.
ASP-SYS-GOLD Aspen 3-yr System Advanced Parts Replacement Hardware Warranty; Quantity 2 l.
RH00005 Red Hat Enterprise Linux Server Entry Level, Self-support; Quantity 4 2.
ASP-ONSITE-1DAY Aspen 1-Day Onsite Installation/Service; quantity 1 3.
SYS-1029TP-DTR 1U Twin Computer Node(s) 1U Twin Compute Node(s)- NRC, Quantity 1; Subparts:
a.
SYS-1029TP-DTR SM, 1U Twin, 2x Socket P (LGA3647), 16x DDR4 DIMM Slots, 2x PCI-E 3.0 LP,1x SIOM, 1x dedicated LAN for IPMI, 4x 2.5" Hot-swap SATA HDD Bays,1000W, Quantity 1 b.
CD8067303592600 Intel Xeon Skylake Gold 6128, 3.4GHz Six-Core 10.4GT/s 19.25MB, 115W TDP, 2666MHz RAM, Processor; Quantity 4 c.
KSM26RS8/8HAI Kingston 8GB 2666MHz DDR4 ECC Registered CL19 1Rx8; Quantity 24 d.
SSDSC2KB240G801 Intel D3-S4510 Series 2.5" 240GB SATA III,2 DWPD, Internal Solid State Drive (SSD); Quantity 2 e.
AOC-MGP-i2M Supermicro DUAL 1Gb RlJ45 ports, SIOM for Twin Systems; Quantity 2
DO/TO NNG15SD08B/31310019F0105 Page 9 of 16 f.
MCX353A-FCBT Mellanox ConnectX-3 VPI adapter card, single-port QSFP, FDR IB(56Gb/s) and 40GigE, PCIe3.0 x8 8GT/s, tall bracket, RoHS R6; Quantity 2 g.
EXW-ADPTR-3B Mellanox 2 Year Extended Warranty for a total of 3 years Bronze for Adapter Cards; Quantity 2 h.
MC2207128-003 Mellanox FDR InfiniBand QSFP passive copper cable, 3m; Quantity 2 i.
UTP5-10 Cables, TP Networking, Cat 5E, 10' Yellow; Quantity 2 j.
SWINST-RHEL Software Install - RHEL, Lastest Version (USER LICENSE REQUIRED); Quantity 2 k.
ASP-SYS-GOLD Aspen 3-yr System Advanced Parts Replacement Hardware Warranty; Quantity 1 l.
RH00005 Red Hat Enterprise Linux Server Entry Level, Self-support; Quantity 2 4.
SYS-5039A-i 4 Workstation, Workstation - NRC; Quantity 1; Subparts:
a.
SYS-5039A-i SM, Mid-tower workstation, Single socket LGA2066, 8x DIMM slots, 2x M.2, 4x 3.5" fixed drive bays, 3x PCIE 3.0 slots, dual port 1GbE, 900W High Efficiency Power; Quantity 1 b.
BX80673W2135 BX80673W2135 Intel Xeon Skylake-W CPU W-2135, 6 cores, 3.7GHz 8.25M Cache Processor; Quantity 1 c.
SNK-P0050AP4 SM, Active Heatsink, 4U X9, E5-1600, E5-2600, E5-4600 Series; Quantity 1 d.
M386A8K40BM2-CTD Samsung 64GB 2666MHz DDR4 ECC Registered LRDIMM; Quantity 4 e.
MZ-V7P1T0BW SAMSUNG 970 Pro 1TB M.2 PCIe Internal Solid State Drive (SSD); Quantity 1 f.
0B36040 Hitachi/WD, Ultrastar DC HC310, 4TB, 6Gbps SATA,7K RPM, 256MB Cache, 512e, 3.5" HDD; Quantity 3 g.
SWINST-RAID5 Software Install - configure RAID 5; Quantity 1 h.
VCQP5000-PB Quadro, P5000, Graphics Card 2560 CUDA Cores,16GB GDDR5 vRAM, 4x DP, 1x DVI-D, 1x optional stereo; Quantity 1 i.
RH00005 Red Hat Enterprise Linux Server Entry Level, Self-support; Quantity 1 j.
SWINST-RHEL Software Install - RHEL, Lastest Version (USER LICENSE REQUIRED); Quantity 1 k.
FQC-08930 Microsoft, Windows 10 Pro, 64-Bit, 1-Packs, DSP, DVD; Quantity 1 l.
SWINST-WINDOWS10 Software Install - Windows 10 (user license required); Quantity 1
- m. ASP-SYS-GOLD-UP Aspen 3-yr System Advanced Parts Replacement Hardware Warranty For UP Servers; Quantity 1 n.
PB287Q ASUS, PB287Q, 28-Inch Screen LED-Lit 4K Monitor; Quantity 1 o.
WS15-PRO-F VMware, Workstation 15 Pro for Linux and Windows, Federal; Quantity 1 p.
920-002714 Logitech MK200 Black USB Wired Slim Mouse and Keyboard Combo; Quantity 1 5.
Sigma Plot v14 Upgrade Sigma Plot V14 Upgrade - NRC; Quantity 1 Subpart:
a.
SPL140U13 SigmaPlot 14.0 Upgrade from Version13, previous version SN required, gov't use only; Quantity 1
DO/TO NNG15SD08B/31310019F0105 Page 10 of 16 6.
Freight (End of Clause)
BRANDING The Contractor is required to use the statement below in any publications, presentations, articles, products, or materials funded under this contract/order, to the extent practical, in order to provide NRC with recognition for its involvement in and contribution to the project. If the work performed is funded entirely with NRC funds, then the contractor must acknowledge that information in its documentation/presentation.
Work Supported by the U.S. Nuclear Regulatory Commission (NRC), Office of Nuclear Regulatory Research, under Contract/order number NNG15SD08B/31310019F0105.
(End of Clause)
PACKAGING AND MARKING (a) The Contractor shall package material for shipment to the NRC in such a manner that will ensure acceptance by common carrier and safe delivery at destination.
Containers and closures shall comply with the Surface Transportation Board, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation.
(b) On the front of the package, the Contractor shall clearly identify the contract number under which the product is being provided.
(c) Additional packaging and/or marking requirements are as follows:
NRC Storage & Distribution Facility ATTN: C Boyd, 3WFN Data Center 4934 Boiling Brook Parkway Rockville, MD 20852 (End of Clause)
CLAUSES FAR Clauses Incorporated by Reference 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE. (OCT 2018) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS. (DEC 2014)
DO/TO NNG15SD08B/31310019F0105 Page 11 of 16 52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES. (JUL 2018) 52.222-3 CONVICT LABOR. (JUN 2003) 52.225-1 BUY AMERICAN - SUPPLIES. (MAY 2014) 52.227-19 COMMERCIAL COMPUTER SOFTWARE LICENSE. (DEC 2007)
NRCAR Clauses Incorporated by Reference 2052.209-72 CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST. (JAN 1993) 2052.215-73 AWARD NOTIFICATION AND COMMITMENT OF PUBLIC FUNDS (OCT 1999) 2052.222-70 NONDISCRIMINATION BECAUSE OF AGE. (JAN 1993)
FAR Clauses Incorporated by Full Text 52.211-8 TIME OF DELIVERY. (JUN 1997)
(a) The Government requires delivery to be made according to the following schedule:
Required Delivery Schedule Item No.
Quantity Within Days After Date of Contract 1
2 Within 30 Days After Date of Contract 3
1 Within 30 Days After Date of Contract 4
1 Within 30 Days After Date of Contract 5
1 Within 30 Days After Date of Contract The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply.
Offeror's Proposed Delivery Schedule
DO/TO NNG15SD08B/31310019F0105 Page 12 of 16 Item No.
Quantity Within Days After Date of Contract (b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the ordinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term working day excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected.
(End of clause) 52.211-11 LIQUIDATED DAMAGES - SUPPLIES, SERVICES, OR RESEARCH AND DEVELOPMENT. (SEP 2000)
(a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $100.00 per calendar day of delay.
(b) If the Government terminates this contract in whole or in part under the Default - Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.
(c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default - Fixed-Price Supply and Service clause in this contract.
(End of clause) 52.217-6 OPTION FOR INCREASED QUANTITY. (MAR 1989)
DO/TO NNG15SD08B/31310019F0105 Page 13 of 16 The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor at any time during contract period of performance. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.
(End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these addresses:
www.acquisition.gov/far https://www.nrc.gov/about-nrc/contracting/48cfr-ch20.html (End of clause)
NRCAR Clauses Incorporated by Full Text 2052.215-71 PROJECT OFFICER AUTHORITY. (OCT 1999) - ALTERNATE II (OCT 1999)
(a) The contracting officer's authorized representative, hereinafter referred to as the project officer, for this contract is:
Name:
Address:
Telephone Number:
(b) The project officer shall:
(1) Monitor contractor performance and recommend changes in requirements to the contracting officer.
(2) Inspect and accept products/services provided under the contract.
(3) Review all contractor invoices/vouchers requesting payment for products/services provided under the contract and make recommendations for approval, disapproval, or suspension.
(c) The project officer may not make changes to the express terms and conditions of this contract.
DO/TO NNG15SD08B/31310019F0105 Page 14 of 16 (End of Clause)
NRC Local Clauses Incorporated by Full Text REGISTRATION IN FEDCONNECT (JULY 2014)
The Nuclear Regulatory Commission (NRC) uses Compusearch Software Systems secure and auditable two-way web portal, FedConnect, to communicate with vendors and contractors. FedConnect provides bi-directional communication between the vendor/contractor and the NRC throughout pre-award, award, and post-award acquisition phases. Therefore, in order to do business with the NRC, vendors and contractors must register to use FedConnect at https://www.fedconnect.net/FedConnect. The individual registering in FedConnect must have authority to bind the vendor/contractor. There is no charge for using FedConnect. Assistance with FedConnect is provided by Compusearch Software Systems, not the NRC. FedConnect contact and assistance information is provided on the FedConnect web site at https://www.fedconnect.net/FedConnect.
AWARD NOTIFICATION AND COMMITMENT OF PUBLIC FUNDS It is brought to your attention that the contracting officer is the only individual who can legally obligate funds or commit the NRC to the expenditure of public funds in connection with this procurement. This means that unless provided in a contract document or specifically authorized by the contracting officer, NRC technical personnel may not issue contract modifications, give formal contractual commitments, or otherwise bind, commit, or obligate the NRC contractually. Informal unauthorized commitments, which do not obligate the NRC and do not entitle the contractor to payment, may include:
(1) Encouraging a potential contractor to incur costs prior to receiving a contract; (2) Requesting or requiring a contractor to make changes under a contract without formal contract modifications; (3) Encouraging a contractor to incur costs under a cost-reimbursable contract in excess of those costs contractually allowable; and (4) Committing the Government to a course of action with regard to a potential contract, contract change, claim, or dispute.
(End of Clause)
ELECTRONIC PAYMENT (DEC 2017)
The Debt Collection Improvement Act of 1996 requires that all payments except IRS tax refunds be made by Electronic Funds Transfer. Payment shall be made in accordance with FAR 52.232-33, entitled Payment by Electronic Funds Transfer-System for Award Management.
To receive payment, the contractor shall prepare invoices in accordance with NRCs Billing Instructions. Claims shall be submitted through the Invoice Processing Platform
DO/TO NNG15SD08B/31310019F0105 Page 15 of 16 (IPP) (https://www.ipp.gov/). Back up documentation shall be included as required by the NRCs Billing Instructions.
(End of Clause)
NRC ACQUISTION REGULATION (NRCAR) PROVISIONS AND CLAUSES (AUG 2011)
Applicable NRCAR provisions and clauses located in 48 CFR Chapter 20 are hereby incorporated by reference into this contract/order.
(End of Clause)
BILLING INSTRUCTIONS FOR FIXED-PRICE TYPE CONTRACTS (JULY 2017)
General: During performance and through final payment of this contract, the contractor is responsible for the accuracy and completeness of data within the System for Award Management (SAM) database and the Invoice Processing Platform (IPP) system and for any liability resulting from the Governments reliance on inaccurate or incomplete SAM and/or IPP data.
The contractor shall prepare invoices/vouchers for payment of deliverables identified in the contract, in the manner described herein. FAILURE TO SUBMIT INVOICES/VOUCHERS IN ACCORDANCE WITH THESE INSTRUCTIONS MAY RESULT IN REJECTION OF THE INVOICE/VOUCHER AS IMPROPER.
Electronic Invoice/Voucher Submissions: Invoices/vouchers shall be submitted electronically to the U.S. Nuclear Regulatory Commission (NRC) is through the Invoice Processing Platform (IPP) at www.ipp.gov.
Purchase of Capital Property: ($50,000 or more with life of one year or longer)
Contractors must report to the Contracting Officer, electronically, any capital property acquired with contract funds having an initial cost of $50,000 or more, in accordance with procedures set forth in NRC Management Directive (MD) 11.1, NRC Acquisition of Supplies and Services.
Agency Payment Office: Payment will be made by the office designated in the contract in Block 12 of Standard Form 26, Block 25 of Standard Form 33, or Block 18a of Standard Form 1449, whichever is applicable.
Frequency: The contractor shall submit invoices/vouchers for payment once each month, unless otherwise authorized by the Contracting Officer.
Supporting Documentation: Any supporting documentation required to substantiate the amount billed shall be included as an attachment to the invoice created in IPP. If the necessary supporting documentation is not included, the invoice will be rejected.
DO/TO NNG15SD08B/31310019F0105 Page 16 of 16 Task Order Contracts: The contractor must submit a separate invoice/voucher for each individual task order with pricing information.
Final vouchers/invoices shall be marked "FINAL INVOICE" or "FINAL VOUCHER".
Currency: Invoices/Vouchers must be expressed in U.S. Dollars.
Supersession: These instructions supersede previous Billing Instructions for Fixed-Price Type Contracts (JAN 2015).
Does my company need to register in IPP?
If your company is currently registered in IPP and doing business with other Federal Agencies in IPP, you will not be required to re-register.
If your company is not currently registered in IPP, please note the following:
You will be receiving an invitation to register for IPP from IPP Customer Support, STLS.IPPHELPDESK@stls.frb.org.
IPP Customer Support will send you two emails: the first email will contain the initial administrative IPP User ID and the second email, sent within 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> of receipt of the first email, will contain a temporary password.
Please add the Customer Support email address (STLS.IPPHELPDESK@stls.frb.org) to your address book so you do not disregard these emails or mistake them for spam.
During registration, one initial administrative user account will be created for your company and this user will be responsible for setting up all other user accounts including other administrators.
Registration is complete when the initial administrative user logs into the IPP web site with the User ID and password provided by Treasury and accepts the rules of behavior.
What type of is training provided?
Vendor training materials, including a first time login tutorial, user guides, a quick reference guide, and frequently asked questions are available on Treasurys IPP website. Individuals within your company responsible for submitting invoices should review these materials before work begins on the contract.
How do I receive assistance with IPP?
Treasurys IPP Customer Support team provides vendor assistance related to the IPP application, and is also available to assist IPP users and to answer any questions related to accessing IPP or completing the registration process. IPP application support is also available via phone at (866) 973-3131, Monday through Friday from 8:00 am to 6:00 pm ET, and via email at IPPCustomerSupport@fiscal.treasury.gov.
Specific questions regarding your contract or task order should be directed to the appropriate NRC Contracting Officer.