ML19261A115

From kanterella
Jump to navigation Jump to search
Contract No. 31310019C0023
ML19261A115
Person / Time
Issue date: 09/18/2019
From: Jennifer Dudek
Acquisition Management Division
To:
References
31310019C0023
Download: ML19261A115 (44)


Text

1. REQUISITION NUMBER PAGE OF SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 RES-19-0318 1 44

2. CONTRACT NO. 3. AWARD/ 4. ORDER NUMBER 5. SOLICITATION NUMBER 6. SOLICITATION 31310019C0023 EFFECTIVE DATE 31310019R0052 ISSUE DATE 09/18/2019 08/22/2019
7. FOR SOLICITATION a. NAME b. TELEPHONE NUMBER (No collect calls) 8. OFFER DUE DATE/LOCAL TIME INFORMATION CALL: JENNIFER DUDEK 301-415-2257 ET
9. ISSUED BY CODE NRCHQ 10. THIS ACQUISITION IS X UNRESTRICTED OR SET ASIDE:  % FOR:

WOMEN-OWNED SMALL BUSINESS US NRC - HQ SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED ACQUISITION MANAGEMENT DIVISION HUBZONE SMALL SMALL BUSINESS PROGRAM NAICS: 541690 BUSINESS EDWOSB MAIL STOP TWFN-07B20M SERVICE-DISABLED 8(A)

WASHINGTON DC 20555-0001 VETERAN-OWNED SIZE STANDARD: $15.00 SMALL BUSINESS

11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERMS 13b. RATING TION UNLESS BLOCK IS 13a. THIS CONTRACT IS A MARKED 30 RATED ORDER UNDER
14. METHOD OF SOLICITATION SEE SCHEDULE DPAS (15 CFR 700)

RFQ IFB X RFP

15. DELIVER TO CODE NRCHQ 16. ADMINISTERED BY CODE NRCHQ NUCLEAR REGULATORY COMMISSION US NRC - HQ NUCLEAR REGULATORY COMMISSION ACQUISITION MANAGEMENT DIVISION WASHINGTON DC 20555-0001 MAIL STOP TWFN-07B20M WASHINGTON DC 20555-0001 17a. CONTRACTOR/ CODE 175795392 FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE NRCPAYMENTS OFFEROR ALDEN RESEARCH LABORATORY INC FISCAL ACCOUNTING PROGRAM ATTN KIMBAL HALL ADMIN TRAINING GROUP AVERY STREET A3-G 30 SHREWSBURY ST BUREAU OF THE FISCAL SERVICE HOLDEN MA 015201843 PO BOX 1328 PARKERSBURG WV 26106-1328 TELEPHONE NO. (508) 829-6000 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM
19. 20. 21. 22. 23. 24.

ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT The contractor shall provide services entitled, "Horizontal Dry Cask Simulator Computational Fluid Dynamics Model Validation, Verification and Uncertainty Quantification," in accordance with the enclosed Statement of Work (see section C).

This is a firm-fixed-price contract.

Total Contract Ceiling: $198,000.00 Total Obligations: $198,000.00 Accounting Info:

(Use Reverse and/or Attach Additional Sheets as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only)

See schedule $198,000.00 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED.

27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED.

X 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 29. AWARD OF CONTRACT: REF. OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DELIVER DATED . YOUR OFFER ON SOLICITATION (BLOCK 5),

ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY ADDITIONAL INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. HEREIN, IS ACCEPTED AS TO ITEMS:

30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (Type or print) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print) 31c. DATE SIGNED JENNIFER A. DUDEK 09/18/2019 AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV. 2/2012)

PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212

2 of 44

19. 20. 21. 22. 23. 24.

ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2019-X0200-FEEBASED-60-60D003-60B306-1147-33-6-199

-252A-33-6-199-1147 Period of Performance: 09/18/2019 to 09/30/2020 32a. QUANTITY IN COLUMN 21 HAS BEEN RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED:

32b. SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE

33. SHIP NUMBER 34. VOUCHER NUMBER 35. AMOUNT VERIFIED 36. PAYMENT 37. CHECK NUMBER CORRECT FOR COMPLETE PARTIAL FINAL PARTIAL FINAL
38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY 41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 42a. RECEIVED BY (Print) 41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE 42b. RECEIVED AT (Location) 42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS STANDARD FORM 1449 (REV. 2/2012) BACK

31310019C0023 SECTION A - Supplies or Services/Prices...........................................................................................................4 A.1 BRIEF PROJECT TITLE AND WORK DESCRIPTION .............................................................................4 A.2 CONSIDERATION AND OBLIGATION-FIRM-FIXED-PRICE ...................................................................4 A.3 PRICE/COST SCHEDULE.........................................................................................................................4 SECTION B - Contract Clauses and Administrative Data....................................................................................5 B.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE. (FEB 1998) ...................................................5 B.2 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS. (OCT 2018) .....................5 B.3 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS. (MAY 2019) ......................................................................10 B.4 52.217-8 OPTION TO EXTEND SERVICES. (NOV 1999) ......................................................................17 B.5 2052.209-72 CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST. (JAN 1993) ..............17 B.6 2052.215-70 KEY PERSONNEL. (JAN 1993) .........................................................................................20 B.7 2052.215-71 CONTRACTING OFFICERS REPRESENTATIVE AUTHORITY. (OCT 1999) .................20 B.8 2052.227-70 DRAWINGS, DESIGNS, SPECIFICATIONS, AND OTHER DATA. (JAN 1993) ...............22 B.9 BRANDING .............................................................................................................................................. 22 B.10 PACKAGING AND MARKING...............................................................................................................22 B.11 INSPECTION AND ACCEPTANCE BY THE NRC (SEP 2013) ............................................................22 B.12 PERIOD OF PERFORMANCE...............................................................................................................23 B.13 PLACE OF DELIVERY-REPORTS........................................................................................................23 B.14 REGISTRATION IN FEDCONNECT (JULY 2014) .............................................................................23 B.15 ELECTRONIC PAYMENT (DEC 2017)..................................................................................................23 B.16 GREEN PURCHASING (SEP 2015 ) .....................................................................................................23 B.17 WHISTLEBLOWER PROTECTION FOR NRC CONTRACTOR AND SUBCONTRACTOR EMPLOYEES.................................................................................................................................................. 24 B.18 COMPLIANCE WITH U.S. IMMIGRATION LAWS AND REGULATIONS ............................................24 B.19 ANNUAL AND FINAL CONTRACTOR PERFORMANCE EVALUATIONS .........................................25 B.20 RECORDS MANAGEMENT (AUG 2011) ..............................................................................................25 SECTION C - Description/Specifications ............................................................................................................27 SECTION D - List of Documents, Exhibits and Other Attachments....................................................................38 3

31310019C0023 SECTION A - Supplies or Services/Prices A.1 BRIEF PROJECT TITLE AND WORK DESCRIPTION (a) The title of this project is:

Horizontal Dry Cask Simulator (DCS) Computational Fluid Dynamics (CFD) Model Validation, Verification and Uncertainty Quantification (VVUQ)

(b) Summary work description:

The purpose and objective of this acquisition is to 1) use the experimental data from the Department of Energys (DOEs) horizontal dry cask simulator to validate the analytical methods that predict peak cladding temperatures for dry casks; and 2) realistically model the thermal behavior of fuel in horizontal dry cask storage systems. The analytical model shall provide three dimensional estimates of the spatial and temporal temperature distributions from the center of the cask to the outside surface of the cask.

The methodology shall be documented in such a way so that additional cases covering other dry cask storage system (DCSS) designs can be developed in a consistent manner. Thermal data is expected to be available for model benchmarking in October 2019.

This work will allow the NRC to effectively review dry cask designs that are expected to increase both in technical complexity and heat load. This activity will continue to enhance NRCs technical understanding and analysis capabilities by providing high-quality data and validation of analytical tools that are commonly used in the design and analysis of dry casks.

(End of Clause)

A.2 CONSIDERATION AND OBLIGATION-FIRM-FIXED-PRICE The total amount of the Firm-Fixed-Price portion of this contract is $198,000.00, and this amount is fully-funded.

(End of Clause)

A.3 PRICE/COST SCHEDULE CLIN DESCRIPTION QTY UNIT TOTAL Task 1: Geometry/Mesh Creation and 00001 1 Job Benchmarking Task 2: Perform Validation Cases for Both Steady 00002 1 Job State and Transient Analysis Task 3: Perform Steady State and Time Dependent 00003 1 Job Uncertainty Analyses 00004 Task 4: Write NUREG/CR Report 1 Job TOTAL CONTRACT CEILING $198,000.00 4

31310019C0023 SECTION B - Contract Clauses and Administrative Data B.1 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): https://www.acquisition.gov/browse/index/far 25T 25T (End of clause) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE. (OCT 2018) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS. (DEC 2014) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS. (AUG 2018) 52.227-14 RIGHTS IN DATA-GENERAL. (MAY 2014) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS. (DEC 2013)

B.2 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS. (OCT 2018)

(a) Inspection/Acceptance. The Contractor shall only tender for acceptance 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.

If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its postacceptance rights (1) within a reasonable 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.

(b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract.

(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.

(d) Disputes. This contract is subject to 41 U.S.C. chapter 71, Contract Disputes. Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract.

(e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference.

(f) 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, 5

31310019C0023 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.

(g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include-(i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.

(x) Electronic funds transfer (EFT) banking information.

(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.

(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management), or applicable agency procedures.

(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.

(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.

(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings.

6

31310019C0023 (i) Payment- (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.

(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315.

(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.

(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.

(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall-(i) Remit the overpayment amount to the payment office cited in the contract along with a description of the overpayment including the-(A) Circumstances of the overpayment (e.g., duplicate payment, erroneous payment, liquidation errors, date(s) of overpayment);

(B) Affected contract number and delivery order number, if applicable; (C) Affected line item or subline item, if applicable; and (D) Contractor point of contact.

(ii) Provide a copy of the remittance and supporting documentation to the Contracting Officer.

(6) Interest. (i) All amounts that become payable by the Contractor to the Government under this contract shall bear simple interest from the date due until paid unless paid within 30 days of becoming due. The interest rate shall be the interest rate established by the Secretary of the Treasury as provided in 41 U.S.C. 7109, which is applicable to the period in which the amount becomes due, as provided in (i)(6)(v) of this clause, and then at the rate applicable for each six-month period as fixed by the Secretary until the amount is paid.

(ii) The Government may issue a demand for payment to the Contractor upon finding a debt is due under the contract.

(iii) Final decisions. The Contracting Officer will issue a final decision as required by 33.211 if-(A) The Contracting Officer and the Contractor are unable to reach agreement on the existence or amount of a debt within 30 days; (B) The Contractor fails to liquidate a debt previously demanded by the Contracting Officer within the timeline specified in the demand for payment unless the amounts were not repaid because the Contractor has requested an installment payment agreement; or 7

31310019C0023 (C) The Contractor requests a deferment of collection on a debt previously demanded by the Contracting Officer (see 32.607-2).

(iv) If a demand for payment was previously issued for the debt, the demand for payment included in the final decision shall identify the same due date as the original demand for payment.

(v) Amounts shall be due at the earliest of the following dates:

(A) The date fixed under this contract.

(B) The date of the first written demand for payment, including any demand for payment resulting from a default termination.

(vi) The interest charge shall be computed for the actual number of calendar days involved beginning on the due date and ending on-(A) The date on which the designated office receives payment from the Contractor; (B) The date of issuance of a Government check to the Contractor from which an amount otherwise payable has been withheld as a credit against the contract debt; or (C) The date on which an amount withheld and applied to the contract debt would otherwise have become payable to the Contractor.

(vii) The interest charge made under this clause may be reduced under the procedures prescribed in 32.608-2 of the Federal Acquisition Regulation in effect on the date of this contract.

(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:

(1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination.

(k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.

(l) 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 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 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 which reasonably could have been avoided.

8

31310019C0023 (m) 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.

(n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession.

(o) 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.

(p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.

(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract.

(r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. chapter 37, Contract Work Hours and Safety Standards; 41 U.S.C. chapter 87, Kickbacks; 41 U.S.C. 4712 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. chapter 21 relating to procurement integrity.

(s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) the schedule of supplies/services; (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance with Laws Unique to Government Contracts, and Unauthorized Obligations paragraphs of this clause; (3) the clause at 52.212-5; (4) addenda to this solicitation or contract, including any license agreements for computer software; (5) solicitation provisions if this is a solicitation; (6) other paragraphs of this clause; (7) the Standard Form 1449; (8) other documents, exhibits, and attachments; and (9) the specification.

(t) Removed and reserved.

(u) Unauthorized Obligations. (1) Except as stated in paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern:

(i) Any such clause is unenforceable against the Government.

(ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an "I agree" click box or other comparable mechanism (e.g., "click-9

31310019C0023 wrap" or "browse-wrap" agreements), execution does not bind the Government or any Government authorized end user to such clause.

(iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement.

(2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulations and procedures.

(v) Incorporation by reference. The Contractor's representations and certifications, including those completed electronically via the System for Award Management (SAM), are incorporated by reference into the contract.

(End of clause)

B.3 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS. (MAY 2019)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(1) 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)).

(2) 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).

(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).

(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

(5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)

[X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).

[X] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C.

3509).

[ ] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)

10

31310019C0023

[ ] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).

(5) (Reserved)

[ ] (6) 52.204-14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111-117, section 743 of Div. C).

[ ] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (Pub. L. 111-117, section 743 of Div. C).

[X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note).

[ ] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313).

[ ] (10) (Reserved)

[ ] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C.

657a).

[ ] (ii) Alternate I (NOV 2011) of 52.219-3.

[ ] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

[ ] (ii) Alternate I (JAN 2011) of 52.219-4.

[ ] (13) (Reserved)

[ ] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).

[ ] (ii) Alternate I (NOV 2011).

[ ] (iii) Alternate II (NOV 2011).

[ ] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUN 2003) (15 U.S.C. 644).

[ ] (ii) Alternate I (OCT 1995) of 52.219-7.

[ ] (iii) Alternate II (MAR 2004) of 52.219-7.

[ ] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)).

[ ] (17)(i) 52.219-9, Small Business Subcontracting Plan (AUG 2018) (15 U.S.C. 637(d)(4)).

[ ] (ii) Alternate I (NOV 2016) of 52.219-9.

[ ] (iii) Alternate II (NOV 2016) of 52.219-9.

[ ] (iv) Alternate III (NOV 2016) of 52.219-9.

11

31310019C0023

[ ] (v) Alternate IV (AUG 2018) of 52.219-9.

[ ] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)).

[ ] (19) 52.219-14, Limitations on Subcontracting (JAN 2017) (15 U.S.C. 637(a)(14)).

[ ] (20) 52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) (15 U.S.C.

637(d)(4)(F)(i)).

[ ] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f).

[ ] (22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)).

[ ] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEC 2015) (15 U.S.C. 637(m)).

[ ] (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEC 2015) (15 U.S.C. 637(m)).

[X] (25) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).

[X] (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (E.O.

13126).

[X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).

[X] (28)(i) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246).

[ ] (ii) Alternate I (FEB 1999) of 52.222-26.

[X] (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).

[ ] (ii) Alternate I (JUL 2014) of 52.222-35.

[X] (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C.

793).

[ ] (ii) Alternate I (JUL 2014) of 52.222-36.

[ ] (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

[ ] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).

[X] (33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).

[ ] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).

[ ] (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)

12

31310019C0023

[ ] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

[ ] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)

[ ](36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693).

[ ](37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693).

[ ] (38)(i) 52.223-13, Acquisition of EPEAT-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514).

[ ] (ii) Alternate I (OCT 2015) of 52.223-13.

[ ] (39)(i) 52.223-14, Acquisition of EPEAT-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514).

(ii) Alternate I (JUN 2014) of 52.223-14.

[ ] (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C.

8259b).

[ ] (41)(i) 52.223-16, Acquisition of EPEAT-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).

[ ](ii) Alternate I (JUN 2014) of 52.223-16.

[X] (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)

[ ] (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693).

[ ] (44) 52.223-21, Foams (JUN 2016) (E.O. 13693).

[ ] (45)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

[ ] (ii) Alternate I (JAN 2017) of 52.224-3.

[ ] (46) 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83).

[ ] (47)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C.

4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.

[ ] (ii) Alternate I (MAY 2014) of 52.225-3.

[ ] (iii) Alternate II (MAY 2014) of 52.225-3.

[ ] (iv) Alternate III (MAY 2014) of 52.225-3.

13

31310019C0023

[ ] (48) 52.225-5, Trade Agreements (AUG 2018) 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).

[ ] (49) 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).

[ ] (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

[ ] (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007) (42 U.S.C.

5150).

[ ] (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150).

[ ] (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

[ ] (54) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).

[X] (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) (31 U.S.C. 3332).

[ ] (56) 52.232-34, Payment by Electronic Funds Transfer - Other than System for Award Management (JUL 2013) (31 U.S.C. 3332).

[ ] (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).

[ ] (58) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a).

[ ] (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C.

637(d)(13)).

[ ] (60)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006)

(46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).

[ ] (ii) Alternate I (APR 2003) of 52.247-64.

[ ] (iii) Alternate II (FEB 2006) of 52.247-64.

(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

(Contracting Officer check as appropriate.)

[ ] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495).

[ ] (2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).

[ ] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

14

31310019C0023

[ ] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C.

chapter 67).

[ ] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67).

[ ] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67).

[ ] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67).

[ ] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).

[ ] (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).

[ ] (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792).

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records - Negotiation.

(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.

(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.

(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-(i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C.

3509).

(ii) 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 15

31310019C0023 provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(iii) 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).

(iv) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.

(v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.

(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015).

(vii) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246).

(viii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).

(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C.

793).

(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).

(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.

(xii) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).

(xiii) [X] (A) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).

[ ] (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O.

13627).

(xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67).

(xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67).

(xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989).

(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).

(xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O.

13706).

(xix)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).

16

31310019C0023 (B) Alternate I (JAN 2017) of 52.224-3.

(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).

(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014)

(42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.

(xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.

(2) While not required, the Contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.

(End of clause)

B.4 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 the contract expiration.

(End of clause)

B.5 2052.209-72 CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST. (JAN 1993)

(a) Purpose. The primary purpose of this clause is to aid in ensuring that the contractor:

(1) Is not placed in a conflicting role because of current or planned interests (financial, contractual, organizational, or otherwise) which relate to the work under this contract; and (2) Does not obtain an unfair competitive advantage over other parties by virtue of its performance of this contract.

(b) Scope. The restrictions described apply to performance or participation by the contractor, as defined in 48 CFR 2009.570-2 in the activities covered by this clause.

(c) Work for others.

(1) Notwithstanding any other provision of this contract, during the term of this contract, the contractor agrees to forego entering into consulting or other contractual arrangements with any firm or organization the result of which may give rise to a conflict of interest with respect to the work being performed under this contract. The contractor shall ensure that all employees under this contract abide by the provision of this clause. If the contractor has reason to believe, with respect to itself or any employee, that any proposed consultant or other contractual arrangement with any firm or organization may involve a potential conflict of interest, the contractor shall obtain the written approval of the contracting officer before the execution of such contractual arrangement.

17

31310019C0023 (2) The contractor may not represent, assist, or otherwise support an NRC licensee or applicant undergoing an NRC audit, inspection, or review where the activities that are the subject of the audit, inspection, or review are the same as or substantially similar to the services within the scope of this contract (or task order as appropriate) except where the NRC licensee or applicant requires the contractor's support to explain or defend the contractor's prior work for the utility or other entity which NRC questions.

(3) When the contractor performs work for the NRC under this contract at any NRC licensee or applicant site, the contractor shall neither solicit nor perform work in the same or similar technical area for that licensee or applicant organization for a period commencing with the award of the task order or beginning of work on the site (if not a task order contract) and ending one year after completion of all work under the associated task order, or last time at the site (if not a task order contract).

(4) When the contractor performs work for the NRC under this contract at any NRC licensee or applicant site, (i) The contractor may not solicit work at that site for that licensee or applicant during the period of performance of the task order or the contract, as appropriate.

(ii) The contractor may not perform work at that site for that licensee or applicant during the period of performance of the task order or the contract, as appropriate, and for one year thereafter.

(iii) Notwithstanding the foregoing, the contracting officer may authorize the contractor to solicit or perform this type of work (except work in the same or similar technical area) if the contracting officer determines that the situation will not pose a potential for technical bias or unfair competitive advantage.

(d) Disclosure after award.

(1) The contractor warrants that to the best of its knowledge and belief, and except as otherwise set forth in this contract, that it does not have any organizational conflicts of interest as defined in 48 CFR 2009.570-2.

(2) The contractor agrees that if, after award, it discovers organizational conflicts of interest with respect to this contract, it shall make an immediate and full disclosure in writing to the contracting officer. This statement must include a description of the action which the contractor has taken or proposes to take to avoid or mitigate such conflicts. The NRC may, however, terminate the contract if termination is in the best interest of the Government.

(3) It is recognized that the scope of work of a task-order-type contract necessarily encompasses a broad spectrum of activities. Consequently, if this is a task-order-type contract, the contractor agrees that it will disclose all proposed new work involving NRC licensees or applicants which comes within the scope of work of the underlying contract. Further, if this contract involves work at a licensee or applicant site, the contractor agrees to exercise diligence to discover and disclose any new work at that licensee or applicant site. This disclosure must be made before the submission of a bid or proposal to the utility or other regulated entity and must be received by the NRC at least 15 days before the proposed award date in any event, unless a written justification demonstrating urgency and due diligence to discover and disclose is provided by the contractor and approved by the contracting officer. The disclosure must include the statement of work, the dollar value of the proposed contract, and any other documents that are needed to fully describe the proposed work for the regulated utility or other regulated entity. NRC may deny approval of the disclosed work only when the NRC has issued a task order which includes the technical area and, if site-specific, the site, or has plans to issue a task order which includes the technical area and, if site-specific, the site, or when the work violates paragraphs (c)(2), (c)(3) or (c)(4) of this section.

(e) Access to and use of information.

18

31310019C0023 (1) If, in the performance of this contract, the contractor obtains access to information, such as NRC plans, policies, reports, studies, financial plans, internal data protected by the Privacy Act of 1974 (5 U.S.C. Section 552a (1988)), or the Freedom of Information Act (5 U.S.C. Section 552 (1986)), the contractor agrees not to:

(i) Use this information for any private purpose until the information has been released to the public; (ii) Compete for work for the Commission based on the information for a period of six months after either the completion of this contract or the release of the information to the public, whichever is first; (iii) Submit an unsolicited proposal to the Government based on the information until one year after the release of the information to the public; or (iv) Release the information without prior written approval by the contracting officer unless the information has previously been released to the public by the NRC.

(2) In addition, the contractor agrees that, to the extent it receives or is given access to proprietary data, data protected by the Privacy Act of 1974 (5 U.S.C. Section 552a (1988)), or the Freedom of Information Act (5 U.S.C. Section 552 (1986)), or other confidential or privileged technical, business, or financial information under this contract, the contractor shall treat the information in accordance with restrictions placed on use of the information.

(3) Subject to patent and security provisions of this contract, the contractor shall have the right to use technical data it produces under this contract for private purposes provided that all requirements of this contract have been met.

(f) Subcontracts. Except as provided in 48 CFR 2009.570-2, the contractor shall include this clause, including this paragraph, in subcontracts of any tier. The terms contract, contractor, and contracting officer, must be appropriately modified to preserve the Government's rights.

(g) Remedies. For breach of any of the above restrictions, or for intentional nondisclosure or misrepresentation of any relevant interest required to be disclosed concerning this contract or for such erroneous representations that necessarily imply bad faith, the Government may terminate the contract for default, disqualify the contractor from subsequent contractual efforts, and pursue other remedies permitted by law or this contract.

(h) Waiver. A request for waiver under this clause must be directed in writing to the contracting officer in accordance with the procedures outlined in 48 CFR 2009.570-9.

(i) Follow-on effort. The contractor shall be ineligible to participate in NRC contracts, subcontracts, or proposals therefor (solicited or unsolicited) which stem directly from the contractor's performance of work under this contract. Furthermore, unless so directed in writing by the contracting officer, the contractor may not perform any technical consulting or management support services work or evaluation activities under this contract on any of its products or services or the products or services of another firm if the contractor has been substantially involved in the development or marketing of the products or services.

(1) If the contractor under this contract, prepares a complete or essentially complete statement of work or specifications, the contractor is not eligible to perform or participate in the initial contractual effort which is based on the statement of work or specifications. The contractor may not incorporate its products or services in the statement of work or specifications unless so directed in writing by the contracting officer, in which case the restrictions in this paragraph do not apply.

(2) Nothing in this paragraph precludes the contractor from offering or selling its standard commercial items to the Government.

(End of Clause) 19

31310019C0023 B.6 2052.215-70 KEY PERSONNEL. (JAN 1993)

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

Project Manager (PM) & Subject Matter Expert (SME):

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

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

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

(d) If the contracting officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated, or have otherwise become unavailable for the contract work is not reasonably forthcoming, or that the resultant reduction of productive effort would be so substantial as to impair the successful completion of the contract or the service order, the contract may be terminated by the contracting officer for default or for the convenience of the Government, as appropriate. If the contracting officer finds the contractor at fault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, or damage.

(End of Clause)

B.7 2052.215-71 CONTRACTING OFFICERS REPRESENTATIVE AUTHORITY. (OCT 1999)

(a) The contracting officer's authorized representative hereinafter referred to as the COR for this contract is:

Name: Sergio Gonzalez Address: U.S. Nuclear Regulatory Commission Office of Nuclear Regulatory Research Mail Stop: T-10B58 Washington, DC 20555-0001 Telephone Number: (301) 415-2438 Email: Sergio.Gonzalez@nrc.gov The Alternate COR for this contract is:

Name: Don Algama Address: U.S. Nuclear Regulatory Commission Office of Nuclear Regulatory Research Mail Stop: T-10B58 Washington, DC 20555-0001 Telephone Number: (301) 415-1940 Email: Don.Algama@nrc.gov 20

31310019C0023 (b) Performance of the work under this contract is subject to the technical direction of the NRC COR. The term technical direction is defined to include the following:

(1) Technical direction to the contractor which shifts work emphasis between areas of work or tasks, authorizes travel which was unanticipated in the Schedule (i.e., travel not contemplated in the Statement of Work or changes to specific travel identified in the Statement of Work), fills in details, or otherwise serves to accomplish the contractual statement of work.

(2) Provide advice and guidance to the contractor in the preparation of drawings, specifications, or technical portions of the work description.

(3) Review and, where required by the contract, approve technical reports, drawings, specifications, and technical information to be delivered by the contractor to the Government under the contract.

(c) Technical direction must be within the general statement of work stated in the contract. The COR does not have the authority to and may not issue any technical direction which:

(1) Constitutes an assignment of work outside the general scope of the contract.

(2) Constitutes a change as defined in the "Changes" clause of this contract.

(3) In any way causes an increase or decrease in the total estimated contract cost, the fixed fee, if any, or the time required for contract performance.

(4) Changes any of the expressed terms, conditions, or specifications of the contract.

(5) Terminates the contract, settles any claim or dispute arising under the contract, or issues any unilateral directive whatever.

(d) All technical directions must be issued in writing by the COR or must be confirmed by the 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 COR's authority under the provisions of this clause.

(f) If, in the opinion of the contractor, any instruction or direction issued by the COR is within one of the categories defined in paragraph (c) of this section, the contractor may not proceed but shall notify the contracting officer in writing within five (5) working days after the receipt of any instruction or direction and shall request that contracting officer to modify the contract accordingly. Upon receiving the notification from the contractor, the contracting officer shall issue an appropriate contract modification or advise the contractor in writing that, in the contracting officer's opinion, the technical direction is within the scope of this article and does not constitute a change under the "Changes" clause.

(g) Any unauthorized commitment or direction issued by the COR may result in an unnecessary delay in the contractor's performance and may even result in the contractor expending funds for unallowable costs under the contract.

(h) A failure of the parties to agree upon the nature of the instruction or direction or upon the contract action to be taken with respect to the instruction or direction is subject to 52.233 Disputes.

(i) In addition to providing technical direction as defined in paragraph (b) of the section, the COR shall:

21

31310019C0023 (1) Monitor the contractor's technical progress, including surveillance and assessment of performance, and recommend to the contracting officer changes in requirements.

(2) Assist the contractor in the resolution of technical problems encountered during performance.

(3) Review all costs requested for reimbursement by the contractor and submit to the contracting officer recommendations for approval, disapproval, or suspension of payment for supplies and services required under this contract.

(End of Clause)

B.8 2052.227-70 DRAWINGS, DESIGNS, SPECIFICATIONS, AND OTHER DATA. (JAN 1993)

All drawings, sketches, designs, design data, specifications, notebooks, technical and scientific data, and all photographs, negatives, reports, findings, recommendations, other data and memoranda of every description relating thereto, as well as all copies of the foregoing relating to the work or any part thereto, are subject to inspection by the Commission at all reasonable times. Inspection of the proper facilities must be afforded the Commission by the contractor and its subcontractors. These data are the property of the Government and may be used by the Government for any purpose whatsoever without any claim on the part of the contractor and its subcontractors and vendors for additional compensation and must, subject to the right of the contractor to retain a copy of the material for its own use, be delivered to the Government, or otherwise disposed of by the contractor as the contracting officer may direct during the progress of the work or upon completion or termination of this contract. The contractor's right of retention and use is subject to the security, patent, and use of information provisions, if any, of this contract.

(End of Clause)

B.9 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 31310019C0023.

(End of Clause)

B.10 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: N/A.

(End of Clause)

B.11 INSPECTION AND ACCEPTANCE BY THE NRC (SEP 2013) 22

31310019C0023 Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the NRC Contracting Officers Representative (COR) at the destination, accordance with FAR 52.247 F.o.b.

Destination.

(End of Clause)

B.12 PERIOD OF PERFORMANCE This contract shall commence on Date of Award and will expire on September 30, 2020.

(End of Clause)

B.13 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):

See B.7 2052.215-71 CONTRACTING OFFICERS REPRESENTATIVE AUTHORITY

b. Contracting Officer (CO):

Jennifer A. Dudek U.S. Nuclear Regulatory Commission Office of Administration Mail Stop: T-7B20 Washington, DC 20555-0001 (End of Clause)

B.14 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.

B.15 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) (https://www.ipp.gov/). Back up documentation shall be included as required by the NRCs Billing Instructions.

(End of Clause)

B.16 GREEN PURCHASING (SEP 2015 )

23

31310019C0023 (a) In furtherance of the sustainable acquisition goals of Executive Order (EO) 13693, "Planning for Federal Sustainability in the Next Decade," products and services provided under this contract/order shall be energy efficient (EnergyStar or Federal Energy Management Program - FEMP-designated products), water efficient, biobased, environmentally preferable (excluding EPEAT-registered products), non-ozone depleting, contain recycled content, or are non- or low toxic alternatives or hazardous constituents (e.g., non-VOC paint), where such products and services meet agency performance requirements. See: Executive Order (EO) 13693, "Planning for Federal Sustainability in the Next Decade."

(b) The NRC and contractor may negotiate during the contract term to permit the substitution or addition of designated recycled content products (i.e., Comprehensive Procurement Guidelines - CPG), EPEAT-registered products, EnergyStar- and FEMP designated energy efficient products and appliances, USDA designated biobased products (Biopreferred program), environmentally preferable products, WaterSense and other water efficient products, products containing non- or lower-ozone depleting substances (i.e., SNAP), and products containing non- or low-toxic or hazardous constituents (e.g., non-VOC paint), when such products and services are readily available at a competitive cost and satisfy the NRCs performance needs.

(c) The contractor shall flow down this clause into all subcontracts and other agreements that relate to performance of this contract/order.

(End of Clause)

B.17 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)

B.18 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 24

31310019C0023 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.

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)

B.19 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 annually. 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)

B.20 RECORDS MANAGEMENT (AUG 2011)

1. Definitions. As used in this clause-

"Alienation" means the unauthorized removal of Federal records from the care and control of the Government.

"Disposition" means actions taken regarding Federal records after they are no longer needed to conduct current Agency business; in other words, either the destruction or transfer of the records by the Contractor under the written direction of the Contracting Officer.

"Records" means books, papers, maps, photographs, machine readable materials, emails, web/portal documents, backup data used to create deliverables, or other documentary or electronic materials, regardless of physical form or characteristics, made or received by an agency of the United States Government under Federal Law in connection with a government contract and preserved or appropriate for preservation by that 25

31310019C0023 agency as evidence of the organization, functions, policies, decisions, procedures, operations, or other activities of the Government or because of their informational value.

"Records management" means the planning, controlling, directing, organizing, training, and other managerial activities involved with respect to records creation, records maintenance and use, and records disposition in order to achieve adequate and proper documentation of all activities performed under the contract.

"Records management system" means a manual or automated system in which records are collected, organized, and categorized to facilitate preservation, retrieval, use, and disposition.

2. All records and data created or received while performing work on behalf of NRC are Federal records subject to the provisions of 44 U.S.C. Chapters 21, 29, 31, and 33, C.F.R. Parts 1222 and 1224, and must be managed and disposed of accordingly. Ownership of the records resides with the NRC, which will provide instructions regarding creation, management, and access to the records. These records are also subject to the requirements set forth in the Freedom of Information Act (5 U.S.C. §552) and Privacy Act (5 U.S.C. §552a).

Records not covered by this clause are:

a. Employment-related records except for those records subject to the requirements of the Privacy Act (5 U.S.C. §552a);
b. Confidential contractor financial information; and
c. Legal records covered by the attorney-client and attorney work product privileges
3. Throughout the period of performance of the contract, the Contractor shall implement a records management system that collects, organizes, and categorizes Federal records to facilitate their preservation, retrieval, use and disposition.
4. Records created under this contract should be complete and accurate to the extent required to document the essential transactions and activities undertaken in the performance of the contract.
5. Upon request, the Contractor shall, as directed by the Contracting Officer, make records available to authorized individuals for inspection, copying, and audit.
6. Protection and Disposal of Records-
a. Records should be protected in accordance with applicable Federal laws, as appropriate. Inactive hardcopy records should be stored in designated storage area units in accordance with the standards specified in 36 CFR Part 1234;
b. Records are not to be alienated or destroyed except in accordance with all applicable Federal laws and regulations and will be subject to the penalties provided by law for the unlawful removal or destruction of records;
c. The Contractor shall preserve records generated in performance of work under a contract until disposal is authorized in writing by the NRC Contracting Officer, or they are delivered to NRC upon completion or termination of the contract.
d. The Contractor shall document the destruction of temporary records and any transfer of records to the NRC.

(End of Clause) 26

31310019C0023 SECTION C - Description/Specifications STATEMENT OF WORK

1. PROJECT TITLE Horizontal Dry Cask Simulator (DCS) Computational Fluid Dynamics (CFD) Model Validation, Verification and Uncertainty Quantification (VVUQ)
2. BACKGROUND The U.S. nuclear industry continues to request currently approved dry casks for higher heat loads and high burnup fuel, as such, the predicted peak cladding temperatures are reaching the allowable limits. In cases when experimental data has become available, the U.S. Nuclear Regulatory Commission (NRC) staff has found that errors as large as 25 percent were associated with analytical results. Because of these errors, NRC needs to validate the analytical methods supporting these requests using data obtained for similar geometries and operating conditions.

Under contract number NRC-HQ-13-C-04-0026, Alden Research Laboratory, Inc. created the geometry, mesh, and computational fluid dynamics model for the TN-32 dry cask storage systems held at the North Anna power plant for validation purposes. Uncertainty quantification was also performed under the previous contract. These same validation methods and uncertainty quantification must be applied to the horizontal dry cask simulator.

This contract involves state-of-the-art modeling and predictions of the thermal behavior of fuel in dry cask storage systems.

3. PROJECT DESCRIPTION AND OBJECTIVES The purpose and objective of this acquisition is to 1) use the experimental data from the Department of Energys (DOEs) horizontal dry cask simulator to validate the analytical methods that predict peak cladding temperatures for dry casks; and 2) realistically model the thermal behavior of fuel in horizontal dry cask storage systems. The analytical model shall provide three dimensional estimates of the spatial and temporal temperature distributions from the center of the cask to the outside surface of the cask. The methodology shall be documented in such a way so that additional cases covering other dry cask storage system (DCSS) designs can be developed in a consistent manner. Thermal data is expected to be available for model benchmarking in October 2019.

This work will allow the NRC to effectively review dry cask designs that are expected to increase both in technical complexity and heat load. This activity will continue to enhance NRCs technical understanding and analysis capabilities by providing high-quality data and validation of analytical tools that are commonly used in the design and analysis of dry casks.

4. SCOPE OF WORK/TASKS The contractor shall create a CFD model based on a currently developed horizontal DCSS containing one BWR assembly as stated in reference 4. The CFD model shall be benchmarked against observed thermal data that NRC staff expects to be available October 2019, and the contractor shall conduct steady and time-dependent uncertainty quantification analyses of the resulting benchmarked model. The thermal data indicative of the conditions of a DCSS at DOEs Sandia National Lab (SNL) facility, which is needed for model benchmarking, will be provided by the NRC Contracting Officers Representative (COR) and/or Technical 27

31310019C0023 Monitor (TM). Modeling target parameters consist of peak cladding temperature (PCT), location of PCT, cask walls heat transfer, structural temperature profiles, maximum axial temperature profile, at least 2 radial profiles and air cooling mass flow rate. Uncertainty quantification shall be performed for all these target variables.

The latest version of ANSYS Fluent using CFD modeling shall be the tool required to perform this task.

Predictions shall include both the minimum and the maximum fuel temperature as function of time. Obtained predictions shall include uncertainty quantifications in the results. Uncertainty of the results shall be calculated using methods available in ASME V&V 20-2009 (reference 1), including numerical error (grid convergence index (GCI)), modeling input error, and experimental error.

A three-dimensional (3-D) CFD model is required to perform the analysis. Similar analyses can be found in references 2 and 3. The fuel rods in the assemblies are not modeled explicitly; instead, a 3-D array of square-shaped cells shall be used to represent the fuel assemblies inside storage cells. The storage cells are inside a cylindrical shell that represents the cask canister. The geometrical intricacies at the bottom and top of the fuel basket shall be explicitly modeled. All surfaces and materials shall be represented in the model using temperature dependent thermo-physical properties. Any assumptions to simplify the model must be communicated and approved by the NRC COR/TM before implementation. The fuel rods inside each assembly shall be replaced by porous media with equivalent frictional and inertial flow resistance. The air gaps surrounding the canister, the irregular down-comer inside the canister, and the gas plenum inside the canister shall explicitly modeled.

The porous media hydraulic resistance of the fuel assemblies stored within the canister shall be obtained using 3-D CFD models of design-basis corresponding assemblies. The in-plane effective thermal conductivity of fuel assemblies shall be obtained using two-dimensional (2-D) CFD analysis of an array of fuel rods enclosed by a square box. The energy conservation equation to calculate the effective thermal conductivity shall include radiation and conduction heat transfer for a given fuel rod heat source and isothermal boundary conditions.

The axial conduction heat transfer in the fuel pellets shall be included to calculate the effective axial heat conductivity. The final thermal conductivities of regions populated by fuel rods, like the porous media simulation for helium flow, shall be represented by a 3-D continuum having effective planar and axial conductivities. The contractor shall ensure close collaboration with NRC COR/TM to reach agreement on geometry, mesh and modeling input manipulation related to the CFD model.

The air gap around the canister and helium flow inside the canister shall be simulated using the appropriate turbulence model. Discussion and approval of the NRC COR/TM is required before implementing any turbulence modeling.

Symmetry can be used to minimize central processing unit time and effort to analyze dry cask normal storage conditions. The Discrete Ordinate (DO) radiation model shall be used to model the radiative transfer equation.

Temperature dependent thermo-physical properties shall be used for dry cask solid and wall materials.

Thermal radiation properties including angles, pixels, and resolution of the DO radiation model shall be evaluated through sensitivity calculations. The rest of the specified boundary conditions are summarized below:

Ambient conditions at the cask location will be provided by the COR/TM, and shall be used in the analysis (sensitivity of the variation in ambient conditions throughout the year should be considered)

Solar insolation loading will not be considered Symmetry shall be used when necessary Appropriate surface emissivities shall be set for all the DCSS surfaces A sensitivity of surface emissivities shall be performed Air humidity shall be considered 28

31310019C0023 The porous media model requires the input of effective conductivities and flow resistances. The values for effective conductivities and flow resistances for the CFD model shall be calculated using the methods described in Reference 2.

The flow regimes for the air gap surrounding the canister and helium flow within the canister are important factors that can affect the outcome of an analysis. Careful and correct characterization of the flow regime is required to avoid misprediction of the flow variables. In previous analysis, the flow inside the canister was found to be laminar while convection inside the air gaps was assumed stagnant and neglected. Careful meshing of any gas gaps close to the walls is required. Discussion and approval of the NRC COR/TM is required to choose the right flow regime model and quality of the mesh.

To validate the flow inside and outside the canister, experimental data for a vertical cask will be provided by the NRC COR/TM from SNL. Models to perform sensitivity on in this validation include, but are not limited to, the following:

Turbulence Model: in addition to laminar option numerous turbulence models exist in CFD commercially available software such as ANSYS-Fluent Running fluid (i.e. air and helium) equation of state: compressible (ideal gas) vs. incompressible ideal gas Radiation Model: numerous radiation models exist in CFD software. The applicability of these models depends on the geometry, opacity, and wave length.

Porous media input for inertial and frictional losses The effective thermal conductivity to be used in porous media model to account for radiation and conduction of the fuel rods and the surfaces that will be omitted from the real configuration (i.e. fuel rods, and other walls)

Material properties Surface emissivity Simplifications to the real geometry Sensitivity to the environmental conditions The most general method for estimating the discretization error is the Richardson extrapolation. This method is used in code verification and solution verification. The application of Richardson extrapolation method to quantify the discretization error is named GCI. Details of the GCI method can be found in ASME V&V 20-2009.

According to the ASME V&V 20-2009, GCI can be understood as:

Uncertainty of the solutions derived from discretized equations by a numerical and analytical approach.

Its uncertainty is at 95% confidence level, and that is consistent with the 1.96 sigma range for a Gaussian distribution Numerical uncertainty is evaluated using GCI, which is defined as an ~95% confidence interval for the numerical error.

For the purpose of combining with other uncertainties (i.e., coverage factors for converting expanded uncertainty to standard uncertainty), the GCI is assumed to be a normal Gaussian distribution (i.e., 95%

coverage = 1.96).

Four different meshes are required to evaluate the solution uncertainty.

Target variables to obtain the uncertainty consist of PCT, cask walls heat transfer, and air cooling mass flow rate.

Tasks:

Consistent with the discussion above, the following tasks are required. The contractor shall ensure continuous collaboration with the NRC COR/TM throughout each task to agree on the method and quality of results.

29

31310019C0023 Task 1: Geometry/Mesh Creation and Benchmarking The contractor shall:

Create geometry for the horizontal DCS cask as described in reference 4. Additional geometry input will be provided by NRC COR/TM.

Create mesh for the created geometry. Three meshes (i.e. fine, medium and coarse) shall be created to perform the discretization uncertainty. The extrapolated error shall be based on the finest mesh (i.e. base case should be based on the fine mesh).

Create an uncertainty quantification due to the input data arising from turbulence, boundary conditions, porous media, effective conduction-radiation thermal conductivities, fluid and solids thermophysical properties and other modeling assumptions to evaluate uncertainty quantification based on the input data.

In this part, also experimental uncertainty shall be assessed to evaluate validation and simulation uncertainty as explained in reference 1 and similar calculations were performed in reference 5.

Measure experimental test data (NRC COR will provide).

Document the findings of this Task (see Task 4 below).

Estimated Level of Effort: 200 staff-hours Estimated Completion Date: 2 months from work authorization issued by the NRC COR/TM Task 2: Perform Validation cases for both Steady State and Transient Analysis The contractor shall perform validation of the DCS horizontal cask using both the steady state and transient experimental data. Ten (10) cases from the test matrix in reference 4 shall be validated. Six cases using helium as a cooling gas inside the cask, the other 4 cases shall use air as a cooling gas. From the test matrix in the reference 4, these cases correspond to all the 4 cases using 1 bar helium pressure inside the canister, one case using 5 kw heat and 8 bar helium pressure and one more case for 0.5 kw heat and 8 bar helium pressure inside the canister. The 4 cases using air as a cooling gas, corresponds to all the cases using 1 bar air pressure as shown in reference 4. Careful considerations shall be made to include the following:

The extent of the domain including the horizontal dry cask simulator Choose mode of analysis (steady and/or transient)

Choose fluid constituents (dry air or humid air)

Perform the analysis using multiple steady cases. These steady cases shall use decay heat, different cooling gas inside the canister and gas pressure inside the canister.

Target variables to perform the uncertainty quantification.

The contractor shall document the findings of this Task (see Task 4 below).

Estimated Level of Effort: 250 staff-hours Estimated Completion Date: 2 months from work authorization issued by the NRC COR/TM Task 3: Perform Steady State and Time Dependent Uncertainty Analyses The contractor shall perform spatial and temporal uncertainty calculation using GCI methods available in ASME V&V 20-2009. This method was also used in reference 5. The uncertainty quantification for all type of errors shall be performed for the target variables mentioned above. The target variables include, PCT, PCT 30

31310019C0023 location, air mass flow rate, axial temperature profiles along the cask at different fuel location and structural walls in the cask, at least 2 radial profiles. This task shall include the following:

Create case files for each of the 3 grids generated in prior task for the steady and transient cases agreed up-on with NRC COR/TM.

Perform numerical uncertainty, discretization uncertainty, and uncertainty due to input data to the model.

Obtain Simulation and validation uncertainty as explained in reference 1 and performed in reference 5 for all the steady and transient cases.

The contractor shall document the findings of this Task (See Task 4 below).

Estimated Level of Effort: 300 staff-hours Estimated Completion Date: 3 months from work authorization issued by the NRC COR/TM Task 4: Write NUREG/CR report The contractor shall write a final comprehensive NUREG/CR report detailing all work performed. A draft of the NUREG/CR report shall be submitted to the NRC COR and TM for review and comments. The NRC will provide comments to be addressed by the contractor. The contractor shall address all comments and submit a revised final NUREG/CR report within three weeks receipt of NRCs comments. The contractor shall follow all guidance provided by the NRC COR/TM and shall put all units in SI with English units in parentheses.

NUREG/CR must include the following subjects:

  • Detailed pictures and descriptions of each computational mesh used.
  • All boundary conditions used for the baseline solution.
  • All material properties used.
  • All relevant solver settings used to achieve the solution
  • The sensitivity of the solution to each of the input variables examined.
  • Contour plots of key thermal and flow patterns.
  • Plots and tables comparing the simulation result to available experimental data.
  • Discussion of findings that are deemed to be important to achieving an accurate solution.
  • Discussion of challenges in accurately simulating the problem with CFD, including unavailable boundary condition data, insufficient problem description, excessively high input uncertainty, or deficient capabilities of the commercial CFD code.

Estimated Level of Effort: 350 staff-hours Estimated Completion Date: 4 months from work authorization issued by the NRC COR/TM

5. DELIVERABLES AND DELIVERY SCHEDULE/REPORTING REQUIREMENTS The contractor shall provide the following deliverables to the NRC COR, TM, and Contracting Officer (CO) on or before the stated due-date in electronic format. Unless otherwise directed by the COR or the CO, the contractor must provide all deliverables except the Monthly Letter Status Reports (MLSR) as draft products.

The COR will review all draft deliverables (and coordinate any internal NRC staff review, if needed) and provide comments back to the contractor. The contractor shall revise the draft deliverable based on the comments provided by the COR and then deliver a revised version of the deliverable, which will then be considered the Final Version. When mutually-agreed upon between the contractor and the COR, the contractor may submit preliminary or partial drafts to help gauge the contractors understanding of the particular work requirement. More than one round of drafts may be needed if the contractor does not successfully incorporate the CORs comments on the previous draft. The NRC COR and TM expects to be working closely with the 31

31310019C0023 contractor and expects the contractor to maintaining frequent communication as needed, to ensure completion of the work by these dates.

5.1 Deliverable Schedule TASKS DELIVERABLE & ACCEPTANCE DUE DATES CRITERIA 1 Geometry and mesh files 2 months from work authorization

(.dbs, .msh, .cas and .dat electronic files issued by the NRC COR/TM from Fluent).

(Note: Documentation of Task findings shall be provided in deliverables for Task 4).

2 Fluent case and data files (.dbs, .msh, .cas 2 months from work authorization and .dat electronic files from Fluent). issued by the NRC COR/TM (Note: Documentation of Task findings shall be provided in deliverables for Task 4).

3 Fluent case and data files 3 months from work authorization

(.dbs, .msh, .cas and .dat electronic files issued by the NRC COR/TM from Fluent).

(Note: Documentation of Task findings shall be provided in deliverables for Task 4).

4 Draft NUREG report describing all Tasks 3 months from work authorization issued by the NRC COR/TM 4 Final NUREG report describing all Tasks 3 weeks of receipt of NRC comments on the draft 5.2 Monthly Letter Status Report (MLSR)

The contractor will provide an electronic version of the MLSR to the COR, TM, and CO by the 15th of each month. This report will be used by the Government to assess the adequacy of the resources proposed by the contractor to accomplish the work contained in this SOW and provide status of contractor progress in achieving tasks and producing deliverables. The report will provide the technical and financial status of the effort.

The technical status section of the MLSR will contain a summary of the work performed during the reporting period, and milestones reached, or if missed, an explanation of why; any problems or delays encountered or anticipated with recommendations for resolution; and plans for the next reporting period. The status will include information on travel during the period to include trip start and end dates, destination, and travelers for each trip.

The financial status section of the MLSR will include the following information: the total task order ceiling amount; funds obligated to-date; total costs incurred in the reporting period, broken down costs; and total cumulative costs incurred-to date. The MLSR will also contain the balance of obligated funding remaining at the end of the reporting period, and the balance of funds required to complete the contract. Additionally, if applicable, the MLSR will address the status of the Contractor Spending Plan (CSP), showing the percentage of project completion and any significant changes in either projected expenditures or percentage of completion.

The MLSR should also identify the acquisition cost, description (model number, manufacturer) and acquisition 32

31310019C0023 date of any property/equipment acquired for the project during the month. In addition, it should include any receipts related to travel expenses.

In the event that the data in the MLSR indicates a need for additional funding beyond that already obligated to the task order for that reporting period, this information may only be used as support to the official request for funding required in accordance with the Limitation of Cost (LOC) Clause (FAR 52.232-20) or the Limitation of Funds (LOF) Clause (FAR 52.232-22).

5.3 New Standards for Contractors Who Prepare NUREG-Series Manuscripts The NRC will capture each final NUREG-series publication in its native application. Therefore, please submit your final manuscript that has been approved by your NRC COR in both electronic and camera-ready formats.

All format guidance, as specified in NUREG-0650, Revision 2, will remain the same with one exception. You will no longer be required to include the NUREG-series designator on the bottom of each page of the manuscript. The NRC will assign this designator when we send the camera-ready copy to the printer and will place the designator on the cover, title page, and spine. The designator for each report will no longer be assigned when the decision to prepare a publication is made. The NRC's Publishing Services Branch will inform the NRC COR of the assigned designator when the final manuscript is sent to the printer.

For the electronic manuscript, the contractor will prepare the text in Microsoft Word, and use any of the following file types for charts, spreadsheets, and the like.

File Types to be Used File Type File Extension Microsoft Word .doc Microsoft PowerPoint .ppt Microsoft Excel .xls Mircosoft Access .mdb Portable Document Format .pdf This list is subject to change if new software packages come into common use at the NRC or by our licensees or other stakeholders that participate in the electronic submission process. If a portion of your manuscript is from another source and you cannot obtain an acceptable electronic file type for this portion (e.g., an appendix from an old publication), the NRC can, if necessary, create a tagged image file format (file extension .tif) for that portion of your report. Note that you should continue to submit original photographs, which will be scanned, since digitized photographs do not print well.

If you choose to publish a compact disk (CD) of your publication, place on the CD copies of the manuscript in (1) a portable document format (PDF) and (2) a Microsoft Word file format.

6. GOVERNMENT-FURNISHED PROPERTY The following data and information will be provided:
1. Drawings for the horizontal cask to be analyzed.
2. Thermal data indicative of a horizontal DCS cask at SNL benchmarking.
3. NRC Guidelines to prepare a NUREG/CR.
7. PLACE OF PERFORMANCE 33

31310019C0023 All work will be performed at the contractors site.

8. PUBLICATION Any reports generated by the contractor under this contract shall not be released for publication or dissemination without CO and COR written approval.

All information and data related to this project that the contractor gathers or obtains shall be both protected from unauthorized release and considered the property of the Government. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this contract. Press releases, marketing material, or any other printed or electronic documentation related to this project, must not be publicized without the written approval of the CO. (See NRCAR §2052.235-70, Publication of research results).

9. CONTRACTING OFFICERS REPRESENTATIVE/TECHNICAL MONITOR The COR in conjunction with the TM monitors all technical aspects of the contract and assists in its administration. The COR is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the contractor concerning technical aspects of the contract; issue written interpretations of technical requirements; monitor the contractors performance and notify the contractor of any deficiencies; coordinate availability of NRC-furnished material; and provide site entry of the contractor personnel.

Contracting Officers Representative See Section B.7 2052.215-71 CONTRACTING OFFICERS REPRESENTATIVE AUTHORITY.

Alternate Contracting Officers Representative See Section B.7 2052.215-71 CONTRACTING OFFICERS REPRESENTATIVE AUTHORITY.

Technical Monitor Name: Ghani Zigh Address: U.S. Nuclear Regulatory Commission Office of Nuclear Regulatory Research Mail Stop: T-10B58 Washington, DC 20555-0001 Telephone Number: (301) 415-2479 Email: Ghani.Zigh@nrc.gov

10. LICENSE FEE RECOVERY All work under this contract is not license fee recoverable.
11. DATA RIGHTS The NRC shall have unlimited rights to and ownership of all deliverables provided under this contract, including reports, recommendations, briefings, work plans and all other deliverables. All documents and materials, to include the source codes of any software, produced under this contract are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without prior written authorization from the 34

31310019C0023 CO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.

12. SECTION 508 - INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY 12.1 Introduction In December 2000, the Architectural and Transportation Barriers Compliance Board (Access Board) pursuant to Section 508(2)(A) of the Rehabilitation Act Amendments of 1998, established electronic and information technology (EIT) accessibility standards for the federal government.

The Standards for Section 508 of the Rehabilitation Act (codified at 36 CFR § 1194) were revised by the Access Board, published on January 18, 2017 and minor corrections were made on January 22, 2018, effective March 23, 2018.

The Revised 508 Standards have replaced the term EIT with information and communication technology (ICT). ICT is information technology (as defined in 40 U.S.C. 11101(6)) and other equipment, systems, technologies, or processes, for which the principal function is the creation, manipulation, storage, display, receipt, or transmission of electronic data and information, as well as any associated content. Examples of ICT include, but are not limited to: Computers and peripheral equipment; information kiosks and transaction machines; telecommunications equipment; customer premises equipment; multifunction office machines; software; applications; Web sites; videos; and, electronic documents.

The text of the Revised 508 Standards can be found in 36 CFR § 1194.1 and in Appendices A, C and D of 36 CFR § 1194 (at https://www.ecfr.gov/cgi-bin/text-idx?SID=caeb8ddcea26ba5002c2eea047698e85&mc=true&tpl=/ecfrbrowse/Title36/36cfr1194_main_02.tpl).

12.2 General Requirements In order to help the NRC comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. § 794d)(Section 508), the Contractor shall ensure that its deliverables (both products and services) within the scope of this contract/order are

1. in conformance with, and
2. support the requirements of the Standards for Section 508 of the Rehabilitation Act, as set forth in Appendices A, C and D of 36 CFR § 1194.

12.3 Applicable Provisions of the Revised 508 Standards The following is an outline of the Revised 508 Standards that identifies what provisions are always applicable and which ones may be applicable. If Maybe is stated in the table below, then those provisions are applicable only if they are within the scope of this acquisition.

Applicable to the Provision of 36 CFR Part 1194 Contract/Order?

1. Appendix A to Part 1194 - Section 508 of the Rehabilitation Act:

Yes Application and Scoping Requirements o Section 508 Chapter 1: Application and Administration - sets Yes forth general application and administration provisions o Section 508 Chapter 2: Scoping Requirements - containing Yes scoping requirements (which, in turn, prescribe which ICT - and, in some cases, what categories - must comply with the technical 35

31310019C0023 specifications) - NOTE: This includes requirements for electronic content.

2. Appendix C to Part 1194 - Functional Performance Criteria and Maybe Technical Requirements o Chapter 3: Functional Performance Criteria - applies to ICT where required by 508 Chapter 2 (Scoping Requirements) and Maybe where otherwise referenced in any other chapter of the Revised 508 Standards No o Chapter 4: Hardware No o Chapter 5: Software o Chapter 6: Support Documentation and Services (applicable to, but not limited to, help desks, call centers, training services, and No automated self-service technical support) (Always applies if Chapters 4 or 5 apply)

Yes o Chapter 7: Referenced Standards No 3. Appendix D to Part 1194 - Electronic and Information Technology Accessibility Standards as Originally Published on December 21, 2000 Refer to Chapter 2 (Scoping Requirements) first to confirm what provisions in Appendix C apply in a particular case.

Section E203.2 applies only to the NRC, except as specified below.

12.4 Exceptions For electronic content deliverables that are not Adobe Portable Document Format (PDF) files and are in a format that does not fully support all Revised 508 Standards conformance requirements, the contractor shall maximize conformance to the extent possible.

12.5 Additional Requirements 12.5.1 Notification Due to Impact from NRC Policies, Procedures, Tools and/or ICT Infrastructure If and when 1) the Contractor is dependent upon NRC policies, procedures, tools and/or ICT infrastructure for Revised-508-Standards-conformant delivery of any of the products or services under this acquisition, and 2) the Contractor is aware that conformance of products or services will be negatively impacted by capability gaps in NRC policies, procedures, tools and/or ICT infrastructure, the Contractor shall inform the COR so that the NRC can both be aware and take corrective action.

12.5.2 Accessibility of Electronic Content For electronic content (as defined in section E103 of 36 CFR § 1194) deliverables of this contract/order that are authored by the contractor and in the form of a PDF file:

1. If a deliverable is either Public Facing or Agency Official Communication (as defined in sections E103 and E205.3 of 36 CFR § 1194, respectively) the Contractor shall ensure that it conforms to both section E205.4 of 36 CFR § 1194 and ISO 14289-1 (PDF/UA-1) 12.5.3 Other 36

31310019C0023 It is desirable that the Contractor address the applicable provisions of the Revised 508 Standards throughout product and service lifecycles rather than only performing a conformance check toward the end of a process.

13. REFERENCES
1. American Society of Mechanical Engineers (ASME), Standard for Verification and Validation in Computational Fluid Dynamics and Heat Transfer, V&V 20-2009.
2. Zigh, G., CFD Analysis and Validation for Ventilated Concrete Cask, NMSS [Office of Nuclear Materials Safety and Safeguards] User Need 2004-003, U.S. Nuclear Regulatory Commission, Rockville, MD, June 2007. ML072950547
3. Zigh, G., Solis, J., Computational Fluid Dynamics Best Practice Guidelines for Dry Cask Applications, NUREG-2152, U.S. Nuclear Regulatory Commission, Rockville, MD, March 2013. ML13086A202
4. S.G. Durbin, E.R. Lindgren, R.J.M. Pulido, A. Salazar, Test Plan for the Horizontal Dry Cask Simulator, Sandia National Laboratories, February 2019, SAND2019-2000 R
5. K. Hall, G. Zigh, J. Solis Zigh, CFD Validation of Vertical Dry Cask Storage System, NUREG-CR 7260, U.S. Nuclear Regulatory Commission, Rockville, MD, May 2019 ML19123A127 37

31310019C0023 SECTION D - List of Documents, Exhibits and Other Attachments Attachment Title Date Number BILLING INSTRUCTIONS FOR FIXED-PRICE TYPE 1 JULY 2017 CONTRACTS 2 MONTHLY LETTER STATUS REPORT-TEMPLATE N/A 38

31310019C0023 Version Control Date: July 5, 2017 ATTACHMENT 1 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 .

25T 25T 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 25T Directive (MD) 11.1 , NRC Acquisition of Supplies and Services.

25T 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).

39

31310019C0023 ATTACHMENT 1 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, 25T STLS.IPPHELPDESK@stls.frb.org . 25T 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 25T 25T 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 25T 25T 25T frequently asked questions are available on Treasurys IPP website. Individuals within your company 25T 25T 25T 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 .

25T 25T Specific questions regarding your contract or task order should be directed to the appropriate NRC Contracting Officer.

40

31310019C0023 ATTACHMENT 2 MONTHLY LETTER STATUS REPORT-TEMPLATE Reporting Period Start Date Reporting Period End Date NRC Contract Number Order Number (if applicable)

Contract/Order Title Period of Performance Start Date: Period of Performance End Date:

Contracting Officers Representative COR Telephone COR E-mail (COR)

Contractor Name Contractor Complete Address (Street, City , State, and Zip Code)

Contract Project Manager(s)/Contractor Telephone E-mail Lead Reviewer Provide the information requested in each of the following sections if applicable. (Please insert N/A beside items that are not applicable)

FINANCIAL STATUS A. Overall Funding:

1. Total Ceiling Amount $
2. Total Amount of Funds Obligated to Date $
3. Total Amount Invoiced - This Period $
4. Total Amount Invoiced - Cumulative Amount to Date $
5. Total Amount of Funds Expended to Date (Based on Obligated Funds) $
6. Percentage of Funds Expended to Date (Based on Obligated Funds) ____%
7. Balance of Obligated Funds Remaining (Based on Invoiced Amounts) $
8. Total Amount/Costs Incurred (Invoiced amounts & amounts not yet invoicede.g. pending; outstanding to subcontractor)
9. Balance of Obligated Funds Remaining after Deducting Total Incurred Amounts/Costs
10. Balance of Funds Required for Completion $

41

31310019R0052 ATTACHMENT 2 B. Contractor Acquired Property:

Item* Description Manufacturer Model Serial Acquisition Receipt Property Number Number Cost ($) Date Identification Number

  • Asterisk represents sensitive item C. NRC-Funded Software:

Name* Function Development Computer Operating Location of Date Date of Cost ($) Language System System Software Scheduled Used Completed Replacement/

Useful Life

  • Asterisk represents sensitive software TECHNICAL STATUS A. Deliverables/Milestones Schedule:

(Any variance in schedule shall be identified and discussed in detail. Discussion shall include the cause for the variance, together with any proposed solution to bring the dates within the original planned dates.)

Task/Subtask Description Planned Revised Actual Completion Completion Completion Date Date (if Date applicable)

B. Progress during Reporting Period: ___________________________________________

C. Travel for this Period:

Staff Purpose of Travel NRC Start End Destination/Activity Authorization Date Date Required/

Obtained*

  • Include name of NRC authorizing official and date authorization was obtained.

D. Anticipated and Encountered Problem Areas: __________________________________

42

31310019R0052 ATTACHMENT 2 E. Plans for the Next Reporting Period: ___________________________________________

F. Staff Hours Summary:

Task/Subtask/Phase Staff Hours Hours Total Notes Assigned Budgeted Expended This Cumulative Reporting Hours Period Expended TRAINING (Complete if contract/order includes the clause, NRC INFORMATION TECHNOLOGY SECURITY TRAINING)

Completed Training:

Name of Individual Completing Course Title Course Completion Date the Course During This Period Training To Be Completed:

Name of Individual Who has Course Title Anticipated Course NOT, To Date, Completed the Completion Required Training Date LICENSE FEE RECOVERY COST STATUS Reporting Period Start Date Reporting Period End Date Contract Number Order Number Project Title 43

31310019R0052 ATTACHMENT 2 Licensee Task Facility Fiscal Year Docket CAC Period Cumulative Order Name/Unit Costs to Number Number Costs Costs to Date No. Number Date Important Note - Individual administrative costs (e.g. costs associated with overall project management/coordination, administrative setup/monitoring of the task order/agreement, preparation of the MLSR, etc.) must be included in the current period costs (i.e. these costs should not be noted as separate costs/items). Administrative costs must be proportionately allocated to each line item listed in the summary table above. Any/all non-fee-recoverable costs must be accounted for in the above table with the appropriate non-billable Cost Activity Code (CAC) as provided by the COR. The total Period Costs in the above table shall equal the total amount charged to NRC for this period.

44