ML19225B207
| ML19225B207 | |
| Person / Time | |
|---|---|
| Issue date: | 06/06/1979 |
| From: | Dougherty D NRC OFFICE OF ADMINISTRATION (ADM), WASHINGTON UNIV., ST. LOUIS, MO |
| To: | |
| Shared Package | |
| ML19225B204 | List: |
| References | |
| CON-FIN-B-6571, CON-NRC-03-79-134, CON-NRC-3-79-134 NUDOCS 7907240286 | |
| Download: ML19225B207 (15) | |
Text
-
4
.,.s s
..e
...,.,,e.
t
- c..
4 (1818'.t D # 0a N 4? ION at L L' t N5 t Lt it. #
~
I CONTRAqt ( Pr l
.#. 14,.s / NO 2 (pr est tav palt 2 atoviPsON/PUSCMA58 ElOVt hf tP80JtCT ho "e ss no ~o'o' c~ 5 " o '-
o2A
. N PC-0 3-79-134
(- / e 1(
e n.,,,,,
--q a i,.a..... w,,
U ~ * ""
U.S. 'uclear re e.;1 e t e r. Cc ission 0..i',icn of Caira ns ~
l c.
- D
'.5 s hi nc ton, D. C. 2C55 5 1
I l
- 9. c 5c Ov~1 een ra:.*i
-i~i r.4ciurv cour
. co~t Acton Cour #
w w.
Aso Ac::Ess E
-l e s,,,,a.,,,,.
.' *. i n r '..< >
Washington University in St. Louis
~a 5 ~.
' - ""'""5
" ' * ' ' " ~ ~ ' ' " ' ' ' " '
St* Louis 8 MO 63130 7,,.* t/s TO ACDEt$$ $NQWN IN t.OCE -
l Article XI CODE
' 12 P AYMENT WILL BE MADE CY II. sMIP TO/MAnt roa CODE U.S. fluclear Regulatory Commission U.S. tiuclear Regulatary Comissian Division of Systems Safety Office of the Controller ATTil: 'Mr. S.S. Pawlicki Washington, D.C. 20555
.Was h i n gtn n. n_r_ 70955
[] io u s c. 22o i.x 12 TuS PeOCuttmiNT was ADvtaf15ED h htGOflATIO. PUR5UANT 10: [ 2 n u.s c. 232 c.x10 1.
ACCOUhTP*G AJ10 APPROrt1A110N DA1A 20-19-03-06-2 B-/,571 31X0200.209 OBLIGATE:
535,000 00 17.
18 19.
20.
te.
IS c u A NiiT Y LN#1 UNat *2tCE A mouMT if f = NO SUPPtif S / Sg ay. cts I
Technical Asaistance in Tearing Stability Analyses for Light Water Reactor Piping Cost Reimbursement Contract:
Incrementally l
Funded 41 5 205 790724mm L
TOTAL ESTI"ATED COST _ 57C99E00]
CONTR.4CTING OFFICER n'lLL Co.MPLETE BLOCK 22 OR 26.45.4!.[UC.4BLE
-, / f. sig. Jhis do,..,.f. )
T.w.
- 4. '
26.
A W ARD [(..f r..f.F is..f r,
@ cc~tsac:On s Ne cOtiatto Acstf uf NT (C..tr..t.r is r,psr,/ J. s,gs 2
.~ i- * - e **
3
, A,. 4.,. t.. s,,,,,
,,p,,,,, i... i., f.fi.,. j c....o...,,
.. s.r....... N b.,
...o.......,<*..a.........e-.8.
..e s.i......i.......,.....
.n.........,.. <,.,.,,.....
........,,...,....6,,.s s.b.........~~e..w.
..ar.e.b..,...,.........,,i.,.......
.......4s...
..,.....w,..,..,......,
......... '.. s. r e -.a s e.. -. a'. i, i...........,.....%..,...
t o... s -. 4.b;.,..... e.
p.
.o... r c,, a, c....., p c.....,,,........
..s
.a.,
..e ibi... -.. d e e r~..' *
. d, i.n
..,..,.... i. ;,..... 3,..~..o. g ra,,, i..
... i.,.
v.,,,,........,,........-
..eto..,..........................r,......,...:....r.,..........
....*...,.~..p.7,ae,..........,.
t. <,:, 4,....., /,.,, s t,,,,. 3
-J 1..-.--.._
u iM.Djia!!5 v Auf rca s
- 3--
C0%is.c ce
)
27 N ova 08
<e l
% / p y~
- g.
_ /s/'L,'
- /
- ,, x
- __..':-
~ _, -
.-.,c._..
,e s... m.. n.....--.. -
a r e-
.r.
J_.
- g y.o g r3 plg3.,wra i7.;.... p..,.
7
- c.:t si r.,,. :
2 e... -3 a cor. e a:T%:, c.N1:
,,,.i, Contract & Grant Adminis;rc tc:
6/1/ M D.J. C:uanerty b.e
- ~ - - ~
m
Page 2 of 15
~
TABLE OF COllTENTS This Contract _ Ccasis ts Of:'
1.
Cover Page
- 2.
Table of Centents
~
~3.
Schedule Article I Description of Work Article II Period of Performance Article III Government Furnished Material Article IV Consideration Article V Provisions Applicable to Direct Costs Article VI Authorized Representative Article VII Technical Direction Article VIII Key Personnel Article IX Order of Precedence Article X General Provisions / Alterations Article XI Billing Instructions for Cost-Type Contracts i
4.
Appendix A - General Provisions (2/15/78) 5.
Appendix 8 - liRC Manual Chapter 3202 l
6.
Representations and Certifications 5
e I
415 206
~
Page 3 of 15 S CHE D:r! E AE1]CLE I - DESCRIPT]O." 0F WORK A. Objective The objective of this program is to provide the Nuclear Regulatory Commission's (NRC) Division of Systems Safety (DSS) with technical assistance ir, performing clastic-plastic tearing stability analyses for LWR piping sizes and stress conditions.
using various anticipated and postulated flaw The NRC will use the results of this program to determine if unstable ductile crack extension will occur for the anticipated and postulated flaw and stress conditions in LWR piping.
The completion of this program will allow the NRC to prepare improved licensing criteria and b~ases for licensing actions to ensure that adequate safety margins are maintained for LWR piping systems during normal operation, including anticipated operational occur-rences, and postulated transients.
B. Work Required l
The contractor shall provide all necessary personnel to accomplish the following tasks:
Task I
, Elastic-Plastic Tearing Stability Analyses The contractor will perform elastic-plastic tearing stability analyses for various anticipated and postulated 'part through and through wall cracks in Solutions should be obtained for (a) finite length, through LWR piping.
wall circumferential and longitudinal flaws, (b) finite length, part through circumferential and longitudinal flaws, and (c) continucus, part tnrough The solutions shall includa the effects of material _
circumferential flaws.
work hardening.
07
The contractor will fomulate the elastic-plastic tearing stau..
v solutions for the membrane and ber. ding stress conditions corresponding to FWR ond SWR These wii! include loading concitions associc hd witn r.ormal piping systems.
operation, including anticipated operational occurrences, and postulated transients. A maximum of 20 solutions will be required for various flaw and stress conditions.
Task II - Provide Hasidbook Format Tearing Stability Solutions The contractor will pr ent the solutions obtained from the results of Task I in a simplified parametric or handbook form for general application in the development of licensing cr teria and subsequent plant specific reviews.
The work called for above shall be conducted in accordance with the Contractor's undated technical proposal entitled, "Tearicq Stability Analysis for Light Water Reactor Piping," as modified by the Contractor's revised technical proposal dated i
May 3,1979, both of which by this reference cre hereby incorporatg[d into and a part of this contract.
a p r' Q~ M t rY ' G ;
-4 9
,v'a,
.s m ti j
,) d ' '
.i C. Reporting Requirements at y. t,. md The contractor shall prepare Nnd d 1Ner the reports delineated below:
i.
The contractor shall submit, to the Contracting Officer's Authorized Represeritative (COAR) with a copy to the Contracting Officer (CO), a P an of work and methodology withir three weeks after the first briefing.
l This plan shall establish and identify a set of project milestones and shall be accompanied by a brief narrative description.
2.
A quarterly letter type progress report shall be submitted within fif teen (15) days after the quarter being ren -ted on in three (3) copies to the Contracting Officer's Authori:e _ 7epresentative (COAR) with one (1) ccpy to Mr. D.J. Dougherty, Contracting 'fficer (CO) and cne (1) c:oj to the Director, Division of Systrs Safety, ATTN:
Mr. I;e rna r. L. Grenie..
This report shall ir.c~.f e but not be limited to tne ecuc,ing:
415 208
Page 5 of 15 (a) Description of the work accomplished during the reporting period; milestones reached or, if missed, an explanation.
Funds cor.mitted during the reporting period and the cumulative funds (b) comi tted.
(c) Plans for the next period.
(d) Preliminary or interim results, conclusion, trends or other items felt to be of interest to the Nuclear Regulatory Comission.
(e) Problems or delays that may have been experienced, or can be foreseen and specific recomendations for action to facilitate the execution of the contract work.
l The contractor shall submit a brief sumary technical letter report of 3.
i the results and conclusions at the completion of Task I to the COAR with a copy to the CO.
The contractor shall submit one (1) reproducible and four (4) reprodt,ced 4.
copies of a final report at the completion of Tasks I and II to the C0AR.
~
A copy shall also be submitted to the CO.
The report shall contain a detailed description of methodology and the analyses performed under Task I and the analytical results in the simplified parametric or hand-book format performed under Task II.
415 209 Repcris shall be prepared-in accorcance with' NRC Manual Chapte: 3202,
" Publication of Unclassified Regulatory and Technical e cuments Prepared by N..: Contractors, Including Reports Prepared under or Pursuant tc Interigency Agreements," dated January 25, 1978.
Organizations desiring ~
of this document prior to submitting a proposal should request a cc:-
such in writing to the address specified on the cover letter of this RFP.
%: c ct 15 D. priefings 1.
Within two (2) weeks after the contract award date, key contractor personnel will meet with the C0AR in Commission facilities in Bethesca, Maryland to discuss specific approaches to be undertaxen by the contractor.
2.
In addition to the above briefing called for, the contractor shall conduct semi-annual briefings on the work accomplished, problems encountered and future work projected.
These briefings will take place in Bethesda at t
a..utually agreed upon time.
E. Performance Review Period It is hereby understood and agreed that upor. receipt of the Contractor's progress reports as required by paragraph C' above, the overali perfor-mance shall be reviewed and evaluated to assure that the Contractor's progress is satisfactory and that the contract as it proceeds from such point reflects i.he current needs and attainable results as originally defined at the time of contract inception.
At the time of each periodic performance Review Period, the Contractor shall report any current or anticipated difficulties in complying with l
the Description of Work or attaining' the ultimate objectives set forth therein.
Tne Perfannance' Review Period described herein is intended to facilitate -
mutual understanding and continued agreement between the Government and the Contractor with regard to the stated. objectives of the contract as originally defined.
ARTICLE II - PERIOD OF PERF0FJ4ANCE Perfornance under this contract shall. connence cn the effective date of contract and shall continue for a period of cre and one-half (1)/2, years thereaf ter, at which tice all reports shall have bee, submitteo and all work under the contract shall have been complet?d.
415 210
Page 7 of 15 ARTICLE III - r,E R:,MEr'T FUR USHED !%T E T.: .
The C0AR will furnish to the contractor the stress conditions and pipe sizes required to complete Task I and Task II within two (2) weeks after the effective date of the contract.
If the Government-furnished property, suitable for its inte ided use, is not so delivered to the ccntractor, the Contracting Officar shall, upon timely written request,made by the con-tractor, and if the facts warrant such action, equitable adjust any affe:ted prov# ; ion of this contract pursuant to the pro-cedures of the "Chonges" clause hera-f.
ARTICLE Iy - CONSIDERATION A.
Estima ted Cost, Obliga tion of Funds:
1.
It is estimated' that the total cost to the covernment for full performance of this contract sill be $74,998.00.
2.
Tcta'l funds curre.ntly a /a.ilable for payment, and allotted to thi contract is $35,000.00.
3).
It is estimated that the amount currently allotted in paragraph 2 above will cover perforr.ar,ce of the contract through November.15, The Contracting Of ficer may uni)aterally allot additional
'l979.
funds to the contract at any time.
415 211
Page 8 of 15 ARTICLE V - PROVISIO"5 APPLICABLE TO DIRECT COSTS A.
Items Unallowable Unless Othenvise Provided Notwithsta'nding Clause No. 5 -- ALLOh'ABLE PAW:ENT, and Clause No.10 --
SU3 CONTRACT, of the General Provisions of this contract, onless authorize in writing by the Contracting Officer, the costs of the following items or activities shall be unallowable as direct costs l 1.
Fees for Consultants.
' 2.
Overtime; shift or incentive payments.
3.
All travel;outside the United. States.
Rental agreements, service contracts, or maintenance of Government
. 4.
equipment.
iD f) 5O "i
Insert the date the voucher is prepared.
(c)
Date of Vcucher.
Insert-the contract ned er end the G ie (d)
Contract Number and Date.
of the contract.
Shcw the name of the contractor as it Pavee's Name and Address.
(e) appears in the contract and its correct address; except when an approvec assignment has been made by the contractor, or a different payee has been designated, then insert the name and address of the payee.
Insert the total estimated cost of the contract, (f)
Contract Arount.
exclusive of fixed-fee.. For incrementally funded contracts enter the amount current'ly obligated and avai1able for payment.
Insert total fixed-fee (where applicable).
(g)
Fixed Fee.
Insert the beginning and ending date's (day, month, Billing Feriod.
(h) and year) of the period in which costs were incurred and for which reimbursement is claimed.
(i)
Direct Costs _.
Insert the major cost elements This consists of salaries and wages paid (or (i)(1) Dir~ect Labor.
accrued) for direct performance of the contract.This represents fringe be (i)(2) Frince Benefits.
to direct labor and billed as a direct cost.
Fringe benefits included in direct costs should not be identified here.For educationa (i)(3) Capi talized Nonexpendable Eauipment.
list each item costing 51,000. or more; for contrsctors other than educational institutions list each item costing #200. or more and List only those having a life expectancy of more than one year.
A reference items of equipment for which reimbursement is requested.
(1) the item shall be made to the following (as applicable):
number for the specific piece of equipment listed in the Property (2) the Contracting Officer's Approval Letter, if the Schedule; covered by the Property Schedule; or (3) be preceded equipment by an asterisk (*) if the equipment is below the approval level.
Further itenization of vouchers shall only be required for items having specific limitations set forth in the contract.
This is (i)(4) Materials, Supplies, and Noncacitalized Eouipment.
consumable materials and supplies and equipment other than that described " (i)(3) above.
(i)(5) Prer t u.n Pay.
This is remuneration in excess of the basic hourly rate.
(i)(6) Cont :l tants ' Fee.
These are fees paid to consultants.
(i).(7) Travel.
Domestic travel is travel within the United States, its territories, possessions, and Canada; it should be billed
^
- m ~.r v O bD
/~*\\ Q.3% A p 217 4 B. r
/
'\\
/'i'
,A l'9 g9 f \\ {;, ;
t, 7
v f
' j
- I8 a
j
Eage i4 of 15 separately f.rcm fareign travel.
in total u11ess sicnifican (i)(8) Other.
List all other direct cost:
If significant, list cost elements and dc11ar amount in amount.
separately, e.g., subcontracts.
Indirect Costs--Overhead.
Cite the fannula (rate and base) in (j) effect during the time the cost was incurred and for which reimburse-ment is claimed.
If the contract provides for a fixed-fee, it must be (k)
Fixed-Fee.
claimed as provided for by the contract.
Cite the formula or method of computation.
Amount Billed for Current Period.
Insert the amount billed for the (1) major cost elements, adjustment, and adjur.ted amounts for the period.
Insert Cumulative amount from Inception to Date of this Billing.
(m) the cumulative amounts billed for the major cost elements and adjusted amounts claimed during this contract.
(n) Total Amounts Claimed.
Insert the total amounts claimed for* the current and c mulative periods.
Adjus tmen ts.
This includes. amounts conceded by the contractor,
~
(o) outstanding suspensions, and disapprovals subject to appeal.
(p) Grand Totals.
~
415 218
=
e o
e
~'
m-m-e
Page 15 of 15 r--
SAM?LE 70UCE 2 (b)
Voucher No.
(a) Payor's Nace and Address,
The U..S. Nuclear Regulatory Commission (c)
Date voucher Prepared
. Division of Acccunting, CON Attention: Gov /Com Accts Section contract No. and Date (d)
Washington, DC 20555 (f) Total Estimated Cost of Contract (e) Payee's Name and Address 13C CORPORATION 100 Main Street knywhere, U.S.L.
" ora
- The National Bank, argvhere, U.S. A.
(g)' Total Fixed-Fee Assi nee for ABC Corporation 6
laywhere, U.S.A.
(Vhen Paveents are Assicned) 1, 1477 throu6n July 31,
_,(h)
This voucher represents reimburseable costs from July 1978 (1) Amount Billed (c)C" lative for Current 1 count From Period Inception to Date of this Billine (i) Direct Costa i 1 Direct Labor
$ 3,h00
$ 6,500 3
600 1,200 1 2 Fringe 3ccefita i 3 Capitalized Nonexpendable Equipment 8,000
$,000 f
(i)(I) Materials, Supplies and Noncapitalized Equip =ent
~2,000 12,000 4
100 130 i $
Prestium Pay 100 100 1 6 Consultant's Fee 200 l
200 1 7 Travel - Demestic 200 200 Toreign (i)(8) Other Total Direct Costs
$11,600
$20,650
.(.1) INDT M T COSTS
% of Direct I. abor or.Other 3ase (Tor =ula) 14,000 6,CCO 1.LCO (k) FIIED-7EE F_GNED (Formula) 700_
(n) Total accunte Citi=ed
$ 16,300
$26,C$O (0) ACustcente (1.7 Col Outstar.dir_g Suupensions
~
$_25. 'So
$16. 00 (p) Grand Tctals O
415 219
-