ML19214A191
| ML19214A191 | |
| Person / Time | |
|---|---|
| Issue date: | 08/02/2019 |
| From: | Jennifer Dudek Acquisition Management Division |
| To: | |
| References | |
| 31310019P0013 | |
| Download: ML19214A191 (28) | |
Text
ORDER FOR SUPPLIES OR SERVICES
- 3. ORDER NO.
- 4. REQUISITION/REFERENCE NO.
PAGE OF PAGES
- 5. ISSUING OFFICE (Address correspondence to)
- b. STREET ADDRESS IMPORTANT: Mark all packages and papers with contract and/or order numbers.
1
- 1. DATE OF ORDER
- 2. CONTRACT NO. (If any)
- 6. SHIP TO:
- a. NAME OF CONSIGNEE
- c. CITY
- d. STATE
- e. ZIP CODE
- 7. TO:
- a. NAME OF CONTRACTOR
- f. SHIP VIA
- 8. TYPE OF ORDER
- b. COMPANY NAME
- c. STREET ADDRESS
- d. CITY
- e. STATE
- f. ZIP CODE
- 9. ACCOUNTING AND APPROPRIATION DATA
- a. PURCHASE
- b. DELIVERY REFERENCE YOUR:
Please furnish the following on the terms and conditions specified on both sides of this order and on the attached sheet, if any, including delivery as indicated.
Except for billing instructions on the reverse, this delivery order is subject to instructions contained on this side only of this form and is issued subject to the terms and conditions of the above-numbered contract.
- 10. REQUISITIONING OFFICE
- 11. BUSINESS CLASSIFICATION (Check appropriate box(es))
- a. SMALL
- b. OTHER THAN SMALL
- c. DISADVANTAGED
- d. WOMEN-OWNED
- 13. PLACE OF
- a. INSPECTION
- b. ACCEPTANCE
- 14. GOVERNMENT B/L NO.
- 15. DELIVER TO F.O.B. POINT ON OR BEFORE (Date)
- 16. DISCOUNT TERMS
- 17. SCHEDULE (See reverse for Rejections) 08/02/2019 31310019P0013 RES-19-0104 US NRC - HQ ACQUISITION MANAGEMENT DIVISION MAIL STOP TWFN-07B20M WASHINGTON DC 20555-0001 AMANDA K BOTTI BATTELLE MEMORIAL INSTITUTE 505 KING AVENUE COLUMBUS OH 432012696 See Schedule
- 12. F.O.B. POINT NUCLEAR REGULATORY COMMISSION NUCLEAR REGULATORY COMMISSION WASHINGTON DC 20555-0001 Proposal No. OPP208716 OFF OF NUCLEAR REG RESEARCH ITEM NO.
(a)
SUPPLIES OR SERVICES (b)
QUANTITY ORDERED (c)
UNIT (d)
UNIT PRICE (e)
AMOUNT (f)
QUANTITY ACCEPTED (g)
X X
28 Destination Destination 30
- f. SERVICE-DISABLED VETERAN-OWNED
- e. HUBZone
- g. WOMEN-OWNED SMALL BUSINESS (WOSB)
ELIGIBLE UNDER THE WOSB PROGRAM
- h. EDWOSB This is a firm-fixed-price purchase order entitled, "U.S. Nuclear Regulatory Commission's (NRC's) Participation in the PARTRIDGE-3 (Probabilistic Analysis as a Regulatory Tool for Risk Informed Decision Guidance) Program."
Continued...
- 19. GROSS SHIPPING WEIGHT
- 18. SHIPPING POINT
- 20. INVOICE NO.
- 21. MAIL INVOICE TO:
- a. NAME
- b. STREET ADDRESS (or P.O. Box)
- c. CITY
- d. STATE
- e. ZIP CODE SEE BILLING INSTRUCTIONS ON REVERSE 17(h)
TOTAL (Cont.
pages) 17(i)
GRAND TOTAL
$150,000.00
- 22. UNITED STATES OF AMERICA BY (Signature)
- 23. NAME (Typed)
TITLE: CONTRACTING/ORDERING OFFICER JENNIFER A. DUDEK
$0.00 OPTIONAL FORM 347 (Rev. 2/2012)
Prescribed by GSA/FAR 48 CFR 53.213(f)
AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION NOT USABLE 08/02/2019 FISCAL ACCOUNTING PROGRAM ADMIN TRAINING GROUP AVERY STREET A3-G BUREAU OF THE FISCAL SERVICE PO BOX 1328 PARKERSBURG WV 26106-1328
DATE OF ORDER 2
ORDER FOR SUPPLIES OR SERVICES SCHEDULE - CONTINUATION CONTRACT NO.
AMOUNT UNIT PRICE UNIT QUANTITY ORDERED SUPPLIES/SERVICES ITEM NO.
IMPORTANT: Mark all packages and papers with contract and/or order numbers.
ORDER NO.
QUANTITY ACCEPTED 08/02/2019 31310019P0013 PAGE NO (a)
(b)
(c)
(d)
(e)
(f)
(g)
NRC's Contracting Officer's Representative (COR): Patrick A.C. Raynaud Phone: (301) 415-1987 Email: Patrick.Raynaud@nrc.gov NRC's Alternate COR: Giovanni Facco Phone: (301) 415-0892 Email: Giovanni.Facco@nrc.gov Accounting Info:
2019-X0200-FEEBASED-60-60D001-60B101-1032-11 154-252A-11-6-154-1032 Period of Performance: 08/02/2019 to 06/30/2020 Prescribed by GSA FAR (48 CFR) 53.213(f)
OPTIONAL FORM 348 (Rev. 4/2006)
AUTHORIZED FOR LOCAL REPODUCTION PREVIOUS EDITION NOT USABLE TOTAL CARRIED FORWARD TO 1ST PAGE (ITEM 17(H))
$0.00
31310019P0013 Page 3 CONTRACTOR ACCEPTANCE OF PURCHASE ORDER 31310019P0013 Acceptance of Purchase Order No: 31310019P0013 should be made by having an official, authorized to bind your organization, execute two copies of this document in the space provided and return one copy to the Contracting Officer. You should retain the other copy for your records.
Accepted Purchase Order No. 31310019P0013:
Name Title Date
31310019P0013 Page 4 24TSECTION B - Supplies or Services/Prices24T.................................................................................................5 24TB.1 BRIEF PROJECT TITLE AND WORK DESCRIPTION24T......................................................................5 24TB.2 CONSIDERATION AND OBLIGATION-FIRM-FIXED-PRICE24T............................................................5 24TB.3 PRICE/SCHEDULE24T.............................................................................................................................5 24TSECTION C - Description/Specifications24T...................................................................................................6 24TSECTION F - Deliveries or Performance24T..................................................................................................14 24TF.1 PERIOD OF PERFORMANCE ALTERNATE III24T...............................................................................14 24TF.2 PLACE OF DELIVERY-REPORTS24T...................................................................................................14 24TSECTION G - Contract Administration Data24T............................................................................................15 24TG.1 REGISTRATION IN FEDCONNECT (JULY 2014)24T........................................................................15 24TG.2 ELECTRONIC PAYMENT (DEC 2017)24T.............................................................................................15 24TSECTION H - Special Contract Requirements24T.........................................................................................16 24TH.1 CONTRACTING OFFICERS REPRESENTATIVE AUTHORITY24T....................................................16 24TH.2 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENT/REMITTANCE ADDRESS24T................................................................................................................................................18 24TH.3 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOR EMPLOYEES24T...........................................................................................................................................18 24TH.4 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS24T.......................................18 24TH.5 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS24T.....................................19 24TSECTION I - Contract Clauses24T..................................................................................................................20 24TI.1 52.217-8 OPTION TO EXTEND SERVICES. (NOV 1999)24T.................................................................24 24TI.2 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2000)24T.............................24 24TSECTION J - List of Documents, Exhibits and Other Attachments24T.......................................................26
31310019P0013 Page 5 SECTION B - Supplies or Services/Prices B.1 BRIEF PROJECT TITLE AND WORK DESCRIPTION (a) The title of this project is:
U.S. Nuclear Regulatory Commissions (NRCs) Participation in the PARTRIDGE-3: Probabilistic Analysis as a Regulatory Tool for Risk Informed Decision GuidancE Program (b) Summary work description:
The objective of this work is to continue participation in the PARTRIDGE program, which ensures access to the latest versions of the Pro-LOCA code and provides an opportunity to exchange information on probabilistic component integrity analysis applied to nuclear piping.
(End of Clause)
B.2 CONSIDERATION AND OBLIGATION-FIRM-FIXED-PRICE The current ceiling amount of this Firm-Fixed-Price contract is
, and this amount is fully-funded. The amount will increase as follows, upon exercise of any option periods.
Total:
$150,000.00 (End of Clause)
B.3 PRICE/SCHEDULE CLIN Description Qty.
Unit Unit Price Total Price 00001 U.S. NRC Participation in PARTRIDGE-3 Program; Base Period (Date of Award - 06/30/2020) 10001 U.S. NRC Participation in PARTRIDGE-3 Program; Option Year One (07/01/2020 - 06/30/2021) 20001 U.S. NRC Participation in PARTRIDGE-3 Program; Option Year Two (07/01/2021 - 06/30/2022)
TOTAL
$150,000.00
31310019P0013 Page 6 SECTION C - Description/Specifications STATEMENT OF WORK (SOW) FOR SIMPLIFIED ACQUISITIONS OR TASK ORDERS Project
Title:
33TPARTRIDGE-3 Program Job Code/Cost Center:
1032 Budget & Reporting Number:
11-6-154-1032 NRC Issuing Office:
RES Fee Recoverable:
No TAC Numbers:
N/A Docket Number:
N/A Contents C.1 Project Title C.2
Background
C.3 Objective C.4 Scope of Work C.5 Reporting Requirements C.6 Deliverables and Delivery Schedule C.7 Place of Performance
31310019P0013 Page 7 STATEMENT OF WORK (SOW) FOR SIMPLIFIED ACQUISITIONS OR TASK ORDERS C.1 Project Title PARTRIDGE-3: Probabilistic Analysis as a Regulatory Tool for Risk Informed Decision GuidancE C.2
Background
As the technology associated with nuclear power generation has matured, risk management has become a cornerstone of the maintenance, operation, and life extension of commercial nuclear power generating plants.
Risk management tools, such as probabilistic risk assessment (PRA) analyses, have evolved to the point that they are now frequently used as an integral part of the decision-making process. In addition, probabilistic fracture mechanics (PFM) codes and operating experience databases are being used to assess potential risks associated with the operation of aging nuclear power plants.
One such PFM code is the Probabilistic Loss of Coolant Accident (Pro-LOCA) code, which has been developed jointly by Battelle and Engineering Mechanics Corporation of Columbus (EMCC). The code was originally developed for the United States Nuclear Regulatory Commission (NRC) as part of its Large Break Loss of Coolant Accident (LB-LOCA) program. It was subsequently enhanced as part of three multi-client international cooperative research programs: MERIT (Maximizing Enhancements in Risk-Informed Technology), as well as, the First and Second PARTRIDGE (Probabilistic Analysis as a Regulatory Tool for Risk Informed Decision GuidancE) programs. Battelle is the current owner and sole distributor of the Pro-LOCA code.
During PARTRIDGE-II, with the addition of a stress-based initiation model (SBIM) and routines to automatically determine parameter sensitivities, the major technical development phase of Pro-LOCA was considered to be complete. However, in recent discussions with the PARTRIDGE Technical Advisory Group (TAG), there are a few additional technical development efforts which need to be considered.
While the TAG has indicated the desire for the technical development, it has also made clear that a major focus should be placed on the development of a stable version of the code with some regard for Quality Assurance (QA) such as the development of a set of standard cases which can be used to assess any future changes to the code. It is also anticipated that as development and validation of the code continues, minor issues will be identified (as more people use the code and identify potential gaps or issues with the code).
C.3 Objective The objective of this work is to continue participation in the PARTRIDGE program, which ensures access to the latest versions of the Pro-LOCA code and provides an opportunity to exchange information on probabilistic component integrity analysis applied to nuclear piping.
This contract is a three (3) year membership (i.e., base year and two one-year option years) in the PARTRIDGE-3 program, a mechanism by which the international community can participate in and gain access to the code development process and the research code PRO-LOCA. This is a fixed price level of effort (LOE) type contract, i.e., the more participants in the Program, the more work that will be performed as part of this Program. The Technical Advisory Group (TAG) will set work priorities based on the amount of funding that is received. The NRC will receive all deliverables that arise from these work priorities. The Scope of Work found in Section C.4 below, contains the total work scope for this effort, from which the TAG will determine the priorities based on the funding that is received.
31310019P0013 Page 8 C.4 Scope of Work The PARTRIDGE-3 program is set up as a membership program. The NRC requests the following work as part of the PARTRIDGE-3 program.
C.4.1 Task 1: Program Management, Communications, and Training Subtask 1.1: Program Management The contractor shall manage PARTRIDGE-3, including financial and contractual oversight, and communicate with NRC regarding project management issues such as scope, schedule and budget.
Subtask 1.2: Quarterly Reports The contractor shall prepare quarterly reports containing budget, schedule, and scope changes. These reports shall highlight the progress to date, with a special emphasis on the progress for the preceding quarter and plans for the upcoming quarter. The reports shall highlight any problems or potential problems that may exist.
Subtask 1.3: TAG Meetings The contractor shall organize and hold three Technical Advisory Group (TAG) meetings in Columbus, Ohio in 2019, 2020, and 2021. Only members of the PARTRIDGE-3 organizations shall be allowed to attend the TAG meetings. Non-PARTRIDGE-3 members may participate in portions of meetings that do not discuss the direction of the program, if all current PARTRIDGE-3 members agree to allow the participant. It is anticipated that these meetings will be 2-day meetings with the purpose of conveying technical details of the program, independent TAG results, program status update (cost, schedule, and scope), and plans for the upcoming year.
Subtask 1.4: Training The contractor shall plan a 3-day training. Details of the training will be agreed upon by the TAG at least 6-months prior to the training. Training shall at a minimum cover Pro-LOCA and general Probabilistic Fracture Mechanics Theory.
C.4.2 Task 2: Pro-LOCA Maintenance Subtask 2.1: Pro-LOCA Updates and Maintenance The contractor shall release new versions of Pro-LOCA as the code is updated and enhanced. Beta testing versions shall be provided ahead of final Productions versions, to allow testing of code prior to final releases.
Subtask 2.2: Pro-LOCA Graphical User Interface (GUI)
The contractor shall release new versions of the Pro-LOCA GUI as Pro-LOCA is updated and enhanced. GUI versions shall be released simultaneously with new Beta and Production versions of Pro-LOCA.
Subtask 2.3: Pro-LOCA Post-Processor The contractor shall release new versions of the Pro-LOCA Post-Processor as Pro-LOCA is updated and enhanced. Post-Processor versions shall be released simultaneously with new Beta and Production versions of Pro-LOCA.
31310019P0013 Page 9 Subtask 2.4: Pro-LOCA Users Manual The Pro-LOCA Users Manual shall be updated concurrently with the Pro-LOCA code, the GUI, and the Post-Processor. The Users Manual releases shall occur concurrently with the Beta releases of the Pro-LOCA Code, GUI, and Post-Processor.
Subtask 2.5: Pro-LOCA Theory Manual The Pro-LOCA Theory Manual shall be updated concurrently with the Pro-LOCA code, the GUI, and the Post-Processor. The Theory Manual releases shall occur concurrently with the Production releases of the Pro-LOCA Code, GUI, and Post-Processor.
Subtask 2.6: Pro-LOCA Example Problems The contractor shall develop a set of standard input files (including Pro-LOCA input, Residual Stress, and Mitigation files, i.e., Axial.txt and Axial_Mitigation.txt files) with results files for comparison. These files shall be used as a baseline to compare version changes as part of the enhanced V&V effort.
Subtask 2.7: Pro-LOCA Benchmarking As part of the verification and validation (V&V) of Pro-LOCA, the contractor shall use a set of standard inputs to benchmark results from Pro-LOCA with results of select other PFM codes, e.g., PRAISE (including PRAISE-CANDU), Prometheus, and xLPR. Comparisons shall be made between Pro-LOCA and some of these other PFM codes for both deterministic and probabilistic problems.
Subtask 2.8: File Storage Site The contractor shall create and maintain a file share site through BOX. Only PARTRIDGE-3 members shall have access to the PARTRIDGE-3 BOX site. All of the files from the PARTRIDGE-2 program shall be moved to the PARTRIDGE-3 site for archiving. The site shall contain the following information:
TAG Meeting Presentations
Updates to the Pipe Fracture Encyclopedia
Historic and Current Versions of Pro-LOCA
Historic and Current Versions of the GUI
Historic and Current Versions of the Post-Processor
The BUGS and Solutions-to-the-BUGS List spreadsheet
Example Problems with Solutions (i.e., Results files)
Manuals (Users and Theory)
Auxiliary Codes such as NRCPipe, NRCPipes, and LeakRate_Excel Regular updates to the site shall occur on a quarterly basis unless warranted by other events such as manual or code releases.
Subtask 2.9: Pro-LOCA Issues Tracking The contractor shall maintain a list (Excel File) of issues with the codes maintained (Pro-LOCA, GUI, and Post-Processor), as well as the status of those issues. The proposed resolution of these issues shall be documented within this list as part of the enhanced QA. The bug list shall be uploaded on the BOX site on a monthly basis
31310019P0013 Page 10 C.4.3 Task 3: Pro-LOCA Enhancements Subtask 3.1: Effects of Restraint of Pressure Induced Bending The contractor shall develop a simplified approach to model the effects of restraint of pressure induced bending on Crack Opening Displacement (COD). The results from this approach shall be compared to the results of finite element models. If the results are in good agreement, the contractor shall implement the simplified approach into the Pro-LOCA code as an optional model. If the results do not agree well, the contractor shall propose other possible approaches to account for restraint of pressure-induced bending. The contractor shall investigate whether the effects of restrain of pressure induced bending have other impacts in the Pro-LOCA code.
Subtask 3.2: Effects of Weld Residual Stress The contractor shall consider both the GE/EPRI approach from the BINP program and the closed-form flat plate solution to investigate effects of weld residual stress on crack opening displacement (COD) and on through-wall crack (TWC) stress intensity factors (SIF). In addition, a literature search shall be conducted to see if other approaches for dealing with WRS effects on COD have been proposed. Finite element analyses (FEA) of a circumferential through-wall cracked pipe subjected to tension, bending, and weld residual stresses shall be conducted for a full range of pipe geometries, crack sizes, and WRS profiles. Each approach shall be compared with the COD values from these FEA analyses. The approach which agrees best with the FEA results, without imposing any additional computational restraints, shall be proposed for inclusion into Pro-LOCA. The findings from this subtask shall be incorporated into Pro-LOCA. In addition to the COD effects due to WRS, the through-wall SIF solutions will also be affected by WRS. As part of this Task, the contractor shall investigate the current literature and make recommendation to the TAG on the best course of action.
Subtask 3.3: Enhancements to Adaptive Sampling The current adaptive sampling procedure uses a modified Fibonacci method to contract the sampling points near areas of interest. A newer procedure, using different focusing methods, as well as a repulsar method in addition to the attractor method, has been developed. The new methods shall be implemented into Pro-LOCA Subtask 3.4: Advanced Sensitivity Routines An additional sensitivity analysis (SA) regression technique shall be implemented into Pro-LOCA as part of this subtask: Recursive Partitioning. This method has been shown to be very powerful and efficient in extending the SA to non-monotonic and conjoint influences. This method is considered to be particularly suited for LBB problems as it looks for threshold conditions that lead to changes in behavior.
Subtask 3.5: Update Weld Residual Stress Sampling Pro-LOCA shall be upgraded to include the same methodology as xLPR for weld residual stress sampling.
Specifically, in xLPR, the correlation control is propagated through all 26 values via a Cholesky decomposition of the correlation matrix. Furthermore, the strength (and sign) of the correlation is affected by the mean value at each location for axial WRS (used on circumferential cracks), in order to satisfy the axisymmetric condition.
This axisymmetric condition requires the integral of WRS over the thickness of the pipe to be zero.
Subtask 3.6: Code Modernization Efforts The contractor shall update the source code of Pro-LOCA with the following objectives:
Enhance the pedigree of Pro-LOCA source code for readability and maintainability,
31310019P0013 Page 11
Enhance the code to remove Fortran COMMON blocks and use updated program convention o
Change to use INTENT IN and INTENT OUT in subroutines o
Change to use IMPLICIT NONE for variable conventions C.4.4 Task 4: Supporting Documentation Subtask 4.1: Updates to the Pipe Fracture Encyclopedia (PFE)
Currently, PFE is maintained by the contractor on a file share site through BOX. As new reports are prepared, or access is granted to include existing reports into the PFE, steps shall be taken to include those reports into the PFE database. In addition, the Master PFE spreadsheet shall be updated with the necessary links to those reports created. In addition, if additional data are made available, those data shall also be included into this updated version of the PFE. The PFE shall be updated on the BOX site once per year Subtask 4.2: Updates to the Leak-Rate Code As part of PARTRIDGE-2, the contractor has released an Excel-based leak rate code which uses the Crack Opening Displacement (COD) code and Leak Rate code from Pro-LOCA as the calculation engines. As part of PARTRIDGE-3, the contractor shall maintain this code based on any changes to the Pro-LOCA routines. This code shall be updated on the BOX site with the TAG being informed via e-mail of any updates.
Task 5: Emergent Support The contractor shall set aside about 10% of the total budget for emergent needs from TAG members. Any activity undertaken under this task shall be directly related to the PARTRIDGE-3 program.
C.5 Reporting Requirements Since this contract is for NRC membership and participation in the PARTRIDGE-3 program, a monthly letter status report is deemed unnecessary for this contract. In addition to the deliverables listed below, the only reporting requirement is the quarterly report described in Subtask 1.2: Quarterly Reports (also listed below for the sake of completeness).
C.6 Deliverables and Delivery Schedule Section #
Deliverable Due Date Format Submit to C.4.1.2 Quarterly Reports Quarterly TBD Word or PDF -
submitted electronically Contract Officer/COR C.4.1.3 PowerPoint Presentations from the TAG Meetings held at Battelle Annually TBD PowerPoint or PDF -
submitted electronically COR C.4.1.4 Training Materials from the Training Class held at Battelle 2020
- Word, PowerPoint or PDF -
submitted electronically COR
31310019P0013 Page 12 Section #
Deliverable Due Date Format Submit to C.4.2.1 Pro-LOCA Beta Code Released throughout the program Executables COR C.4.2.1 Pro-LOCA Production Code Released throughout the program Executables COR C.4.2.2 GUI Preprocessor Updates Released throughout the program Executables COR C.4.2.3 Post-Processor Updates Released throughout the program Executables COR C.4.2.4 Users Manual Updates Released throughout the program Word or PDF -
submitted electronically COR C.4.2.5 Theory Manual Updates Released throughout the program Word or PDF -
submitted electronically COR C.4.2.6 Example Problem Set 2020 Problem set files - through BOX COR C.4.2.7 Benchmarking Results Updated throughout the program PowerPoint or PDF -
submitted electronically COR C.4.2.8 Access to the File Storage Site Ongoing BOX Site COR C.4.2.9 Updated BUG List Released throughout the program Word or PDF -
submitted electronically COR C.4.3.1 Technical Report on the Effects of rPIB (COD and TWC SIF) 2021 Word or PDF -
submitted electronically COR C.4.3.2 Technical Report on the Effects of WRS (COD and TWC SIF) 2020 Word or PDF -
submitted electronically COR C.4.3.3 C.4.3.4 C.4.3.5 C.4.3.6 Enhanced and Modernized Pro-LOCA Code 2019/2020 Executables COR C.4.4.1 Updates to the Pipe Fracture Encyclopedia Annually TBD Electronic files through BOX COR C.4.4.2 Updates to the 64-bit Leak Rate Code (currently Excel-Based) 2020/2021 Executables COR
31310019P0013 Page 13 C.7 Place of Performance Battelle Memorial Institute 505 King Avenue Columbus, Ohio 43201
31310019P0013 Page 14 SECTION F - Deliveries or Performance F.1 PERIOD OF PERFORMANCE ALTERNATE III This contract shall commence on Date of Award and will expire on June 30, 2020. The term of this contract may be extended at the option of the Government for an additional two one-year option periods, from June 30, 2020 to June 30, 2022.
The term of this contract may be extended at the option of the Government for an additional six months (not to exceed six months).
Base Period: Date of Award - 06/30/2020 Option Period(s):
Option Year One: 07/01/2020 - 06/30/2021; Option Year Two: 07/01/2021 - 06/30/2022 (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:
a.
Contracting Officers Representative (COR):
Patrick A.C. Raynaud 11545 Rockville Pike; M/S: T-10A36 Rockville, MD 20852 b.
Contracting Officer (CO):
Jennifer A. Dudek 11545 Rockville Pike; M/S: T-7B20 Rockville, MD 20852 (End of Clause)
31310019P0013 Page 15 SECTION G - Contract Administration Data G.1 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 24TUhttps://www.fedconnect.net/FedConnectU24T. 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 24Thttps://www.fedconnect.net/FedConnect24T.
G.2 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 (IPP) (24Thttps://www.ipp.gov/24T). Back up documentation shall be included as required by the NRCs Billing Instructions.
(End of Clause)
31310019P0013 Page 16 SECTION H - Special Contract Requirements H.1 CONTRACTING OFFICERS REPRESENTATIVE AUTHORITY (a) The contracting officer's authorized representative (hereinafter referred to as the COR) for this contract is:
Name:
Patrick A.C. Raynaud Address:
11545 Rockville Pike, M/S: T-10A36 Rockville, MD 20852 Telephone Number:
301-415-1987 Email:
24TPatrick.Raynaud@nrc.gov24T The Alternate COR for this contract is:
Name:
Giovanni Facco Address:
11545 Rockville Pike, M/S: T-10D66 Rockville, MD 20852 Telephone Number:
301-415-0892 Email:
24TGiovanni.Facco@nrc.gov24T (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 (SOW) or changes to specific travel identified in the SOW), fills in details, or otherwise serves to accomplish the contractual SOW.
(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, approval of 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.
31310019P0013 Page 17 (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 COR 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 COR 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 as 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 the 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 thereto is subject to 52.233-1 -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.
(4) Assist the contractor in obtaining the badges for the contractor personnel.
(5) Immediately notify the Security Branch, Division of Facilities and Security (SB/DFS) (via e-mail) when a contractor employee no longer requires access authorization and return of any NRC issued badge to SB/DFS within three days after their termination.
(6)Ensure that all contractor employees that require access to classified Restricted Data or National Security Information or matter, access to sensitive unclassified information (Safeguards, Official Use Only, and Proprietary information) access to sensitive IT systems or data, unescorted access to NRC controlled
31310019P0013 Page 18 buildings/space, or unescorted access to protected and vital areas of nuclear power plants receive approval of SB/DFS prior to access in accordance with Management Directive and Handbook 12.3.
(7)For contracts for the design, development, maintenance or operation of Privacy Act Systems of Records, obtain from the contractor as part of closeout procedures, written certification that the contractor has returned to NRC, transferred to the successor contractor, or destroyed at the end of the contract in accordance with instructions provided by the NRC Systems Manager for Privacy Act Systems of Records, all records (electronic or paper) which were created, compiled, obtained or maintained under the contract.
(End of Clause)
H.2 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENT/REMITTANCE ADDRESS The Debt Collection Improvement Act of 1996 requires that all Federal payments except IRS tax refunds be made by Electronic Funds Transfer. lt is the policy of the Nuclear Regulatory Commission to pay government vendors by the Automated Clearing House (ACH) electronic funds transfer payment system. Item 15C of the Standard Form 33 may be disregarded.
(End of Clause)
H.3 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOR EMPLOYEES (a) The U.S. Nuclear Regulatory Commission (NRC) contractor and its subcontractor are subject to the Whistleblower Employee Protection public law provisions as codified at 42 U.S.C. 5851. NRC contractor(s) and subcontractor(s) shall comply with the requirements of this Whistleblower Employee Protection law, and the implementing regulations of the NRC and the Department of Labor (DOL). See, for example, DOL Procedures on Handling Complaints at 29 C.F.R. Part 24 concerning the employer obligations, prohibited acts, DOL procedures and the requirement for prominent posting of notice of Employee Rights at Appendix A to Part 24 entitled: Your Rights Under the Energy Reorganization Act.
(b) Under this Whistleblower Employee Protection law, as implemented by regulations, NRC contractor and subcontractor employees are protected from discharge, reprisal, threats, intimidation, coercion, blacklisting or other employment discrimination practices with respect to compensation, terms, conditions or privileges of their employment because the contractor or subcontractor employee(s) has provided notice to the employer, refused to engage in unlawful practices, assisted in proceedings or testified on activities concerning alleged violations of the Atomic Energy Act of 1954 (as amended) and the Energy Reorganization Act of 1974 (as amended).
(c) The contractor shall insert this or the substance of this clause in any subcontracts involving work performed under this contract.
(End of Clause)
H.4 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS NRC contractors are responsible to ensure that their alien personnel are not in violation of United States immigration laws and regulations, including employment authorization documents and visa requirements. Each alien employee of the Contractor must be lawfully admitted for permanent residence as evidenced by Permanent Resident Form I-551 (Green Card), or must present other evidence from the U.S. Department of Homeland Security/U.S. Citizenship and Immigration Services that employment will not affect his/her immigration status. The U.S. Citizenship and Immigration Services provides information to contractors to help them understand the employment eligibility verification process for non-US citizens. This information can be found on their website, http://www.uscis.gov/portal/site/uscis.
31310019P0013 Page 19 The NRC reserves the right to deny or withdraw Contractor use or access to NRC facilities or its equipment/services, and/or take any number of contract administrative actions (e.g., disallow costs, terminate for cause) should the Contractor violate the Contractor's responsibility under this clause.
(End of Clause)
H.5 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS Annual and final evaluations of contractor performance under this contract will be prepared in accordance with FAR Subpart 42.15, "Contractor Performance Information," normally at or near the time the contractor is notified of the NRC's intent to exercise the contract option. If the multi-year contract does not have option years, then an annual evaluation will be prepared []. Final evaluations of contractor performance will be prepared at the expiration of the contract during the contract closeout process.
The Contracting Officer will transmit the NRC Contracting Officers Representatives (COR) annual and final contractor performance evaluations to the contractor's Project Manager, unless otherwise instructed by the contractor. The contractor will be permitted thirty days to review the document and submit comments, rebutting statements, or additional information.
Where a contractor concurs with, or takes no exception to an annual performance evaluation, the Contracting Officer will consider such evaluation final and releasable for source selection purposes. Disagreements between the parties regarding a performance evaluation will be referred to an individual one level above the Contracting Officer, whose decision will be final.
The Contracting Officer will send a copy of the completed evaluation report, marked "Source Selection Information, to the contractor's Project Manager for their records as soon as practicable after it has been finalized. The completed evaluation report also will be used as a tool to improve communications between the NRC and the contractor and to improve contract performance.
The completed annual performance evaluation will be used to support future award decisions in accordance with FAR 42.1502 and 42.1503. During the period the information is being used to provide source selection information, the completed annual performance evaluation will be released to only two parties - the Federal government personnel performing the source selection evaluation and the contractor under evaluation if the contractor does not have a copy of the report already.
(End of Clause)
31310019P0013 Page 20 SECTION I - Contract Clauses 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE. (OCT 2018) 52.213-4 TERMS AND CONDITIONS - SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS).
(JAN 2019)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference:
(1) The clauses listed below implement provisions of law or Executive order:
(i) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(ii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018)
(Section 1634 of Pub. L. 115-91).
(iii) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).
(iv) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(v) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246).
(vi) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(vii) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(viii) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78 (19 U.S.C. 3805 note).
(2) Listed below are additional clauses that apply:
(i) 52.232-1, Payments (APR 1984).
(ii) 52.232-8, Discounts for Prompt Payment (FEB 2002).
(iii) 52.232-11, Extras (APR 1984).
(iv) 52.232-25, Prompt Payment (JAN 2017)
(v) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013).
(vi) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013).
(vii) 52.233-1, Disputes (MAY 2014).
(viii) 52.244-6, Subcontracts for Commercial Items (JAN 2019).
31310019P0013 Page 21 (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply:
(1) The clauses listed below implement provisions of law or Executive order:
(i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Applies to contracts valued at
$30,000 or more).
(ii) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (E.O.
13126) (Applies to contracts for supplies exceeding the micro-purchase threshold).
(iii) 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding
$15,000 (MAY 2014) (41 U.S.C. chapter 65) (Applies to supply contracts over $15,000 in the United States, Puerto Rico, or the U.S. Virgin Islands).
(iv) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) (applies to contracts of $150,000 or more).
(v) 52.222-36, Equal Employment for Workers with Disabilities (JUL 2014) (29 U.S.C.
793) (Applies to contracts over $15,000, unless the work is to be performed outside the United States by employees recruited outside the United States). (For purposes of this clause, "United States" includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.)
(vi) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) (Applies to contracts of $150,000 or more).
(vii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67)
(Applies to service contracts over $2,500 that are subject to the Service Contract Labor Standards statute and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer Continental Shelf).
(viii)(A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O 13627) (Applies to all solicitations and contracts).
(B) Alternate I (MAR 2015) (Applies if the Contracting Officer has filled in the following information with regard to applicable directives or notices: Document title(s), source for obtaining document(s), and contract performance location outside the United States to which the document applies).
(ix) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) (Applies when 52.222-6 or 52.222-41 are in the contract and performance in whole or in part is in the United States (the 50 States and the District of Columbia)).
(x) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706)
(Applies when 52.222-6 or 52.222-41 are in the contract and performance in whole or in part is in the United States (the 50 States and the District of Columbia.))
(xi) 52.223-5, Pollution Prevention and Right-to-Know Information (MAY 2011) (E.O.
13423) (Applies to services performed on Federal facilities).
31310019P0013 Page 22 (xii) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693)(applies to contracts for products as prescribed at FAR 23.804(a)(1)).
(xiii) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693) (Applies to maintenance, service, repair, or disposal of refrigeration equipment and air conditioners).
(xiv) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR Program or Federal Energy Management Program (FEMP) will be-(A) Delivered; (B) Acquired by the Contractor for use in performing services at a Federally-controlled facility; (C) Furnished by the Contractor for use by the Government; or (D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance).
(xv) 52.223-20, Aerosols (JUN 2016) (E.O. 13693) (Applies to contracts for products that may contain high global warming potential hydrofluorocarbons as a propellant or as a solvent; or contracts for maintenance or repair of electronic or mechanical devices).
(xvi) 52.223-21, Foams (JUN 2016) (E.O. 13693) (Applies to contracts for products that may contain high global warming potential hydrofluorocarbons or refrigerant blends containing hydrofluorocarbons as a foam blowing agent; or contracts for construction of buildings or facilities.
(xvii) 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 67) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition-(A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000).
(xviii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792) (Applies to contracts greater than $25,000 that provide for the provision, the service, or the sale of food in the United States).
(xix) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the System for Award Management (SAM) as its source of EFT information).
31310019P0013 Page 23 (xx) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013) (Applies when the payment will be made by EFT and the payment office does not use the SAM database as its source of EFT information.)
(xxi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. App. 1241) (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).)
(2) Listed below are additional clauses that may apply:
(i) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (JUN 2016) (Applies to contracts when the contractor or a subcontractor at any tier may have Federal contract information residing in or transiting through its information system.
(ii) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (Applies to contracts over $35,000).
(iii) 52.211-17, Delivery of Excess Quantities (SEP 1989) (Applies to fixed-price supplies).
(iv) 52.247-29, F.o.b. Origin (FEB 2006) (Applies to supplies if delivery is f.o.b. origin).
(v) 52.247-34, F.o.b. Destination (NOV 1991) (Applies to supplies if delivery is f.o.b.
destination).
(c) FAR 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 address(es): [Insert one or more Internet addresses]
(d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price.
The Government must exercise its postacceptance rights-(1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.
(e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.
(f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor
31310019P0013 Page 24 shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided.
(g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience.
(h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.
(End of clause)
I.1 52.217-8 OPTION TO EXTEND SERVICES. (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration.
(End of clause)
I.2 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT. (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
(End of clause) 52.222-50 COMBATING TRAFFICKING IN PERSONS. (JAN 2019) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING.
(AUG 2011)
31310019P0013 Page 25 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES. (JUN 2008) 52.232-1 PAYMENTS. (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS. (JUN 2013) 52.233-3 PROTEST AFTER AWARD. (AUG 1996) 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM. (OCT 2004) 52.243-1 CHANGES - FIXED-PRICE. (AUG 1987) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS. (JAN 2019) 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM).
(APR 1984)
31310019P0013 Page 26 SECTION J - List of Documents, Exhibits and Other Attachments Attachment Number Title 1
BILLING INSTRUCTIONS FOR FIXED-PRICE TYPE CONTRACTS (JULY 2017)
31310019P0013 Version Control Date: July 5, 2017 ATTACHMENT 1 BILLING INSTRUCTIONS FOR FIXED-PRICE TYPE CONTRACTS (JULY 2017)
Page 27 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 24Twww.ipp.gov24T.
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 24TManagement Directive (MD) 11.124T, 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.
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).
31310019P0013 Page 28 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, 24TSTLS.IPPHELPDESK@stls.frb.org24T.
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 (24TSTLS.IPPHELPDESK@stls.frb.org 24T) 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 24Tquick reference guide24T, and 24Tfrequently asked questions24T are available on Treasurys IPP 24Twebsite.24T 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 24TIPPCustomerSupport@fiscal.treasury.gov24T.
Specific questions regarding your contract or task order should be directed to the appropriate NRC Contracting Officer.