ML19308C148

From kanterella
Jump to navigation Jump to search
Request for Procurement RES-79-209 to Execute Mod to Human Factor Evaluation of Control Room Design & Operator Performance at TMI-2. Contractor:Essex Corp
ML19308C148
Person / Time
Site: Crane 
Issue date: 10/04/1979
From: Cornell K
NRC - NRC THREE MILE ISLAND TASK FORCE
To:
References
CON-NRC-04-79-209, CON-NRC-4-79-209, TASK-TF, TASK-TMR RES-79-209-02, RES-79-209-2, NUDOCS 8001210458
Download: ML19308C148 (5)


Text

'

T

.o ym REQUEST FOR PROCUREMENT ACT80N RFPA NUMBER RES-79-209 October 4,1979 MEMORANDUM FOR: Director, Division of Contracts FROM:

(This form is designed to accommodate varying kinds of procurement requests, including small purchases, sole source actions and competitive solicitations.

Inapplicable items or those for which you have not developed information should be left blank.

In such cases, project officer should contact Division of Contracts' personnel for appropriate guidance.).

Part I - Project Data 1.

It is requested that the Division of Contracts take the following action:

6 (Issue a Request for Proposal

[ Execute a Modification to RFP)

Contract No. NRC-04-79-209 with Essex Corocration C Issue a RFP to firms awarded (Name of Person or Firm)

Basic Ordering Agreement (type)

C Award a contract on basis of our acceptance of an Unsolicited 6 Award a Sole Source Contract to Proposal (Name of Person or Firm) 2.

Title of Project and brief description of work: Human Factors Evaluation of Control Room Design and Operator Performance at TMI-2.

If a modification action is requested, briefly describe nature of action:

See attached sheet 0 49M 21 8001 ll

-~

3 Director, Division of Contracts 3.

I request that work pursuant to this award / modification be performed from N/A through Month / Day / Year Montn/ Day / Year 4.

The expiration date for receipt of proposals is N/A days after issuance of RFP.

5.

A preprosposal conference is Q is not G comtemplated.

6.

@ No classified information is anticipated.

C Classified informatbn is anticipated. See NRC Form 187, attached.

7.

The Technical Representative or Project Officer is Gordon Chipman (Name) telephone number 492-8924 Part II - Funds 1.

Estimated Cost:

$20,000 Current FY:

FY80 $20,000 Second FY:

Third FY:

Funds Availability: This certifies that funds in the amount of $

are available for obligation in the current budget for the subject work and/or that estimated funds in the amount $

have been included in next year's budget request for the work (if work is contemplated beyond this Fiscal year).

B and R Number:

FIN Number-Appropriation Symbol:

Signature of Certifying Officer

8 Director, Division of Contracts Part Ill - Duplication of Effort 1.

G I certify that, based on inquiries made with other NRC offices, no unnecessary duplication of effort will result from the conduct of the subject work (less than $100,000.00) 2.

O Attached are the certifications executed by each of the members of the Contract Review Board (more than $100,000.00) 3.

O Contract Review Board cerfication requests hav'e been forwarded to Board members for concurrence and/or comments. Completed certifications will be forwarded.

Part 'IV - Attachments C Statement of Work (Attachment No.

)

O Evaluation criteria and their numerical weights (Attachment No.

)

D List of firms to be invited to submit proposals in addition to general public notifkation (Attachment No.

)

C Copy of letter designating Source Evaluation Panel nembers (Attachment No.

)

G Sole Source Justification, if applicable (Attachment No.

)

C Unsolicited Proposal Justification, if applicable. Approval on execution of a contract with on the basis of an unsolicited proposal is recommended. (Attachment No.

)

C Contract Review Board Certifications (Attachment No.

)

O Special Requirements * (Attachment No.

)

hm Signature E. Kevin Cornell, Staff Director NRC/TMI Special Inquiry Group

  • This pertains to instructions concerning schedules, reports, data, Government-furnished equipment, or other special requirements.

l l

O 2.

Description of requested action A.

tiodify contract as follows:

Section F - description /sp'ecification F.3 Task A4.

Add Para. e.

"In addition to the two plants evaluated under 4.a. through d above, evaluate one additional nuclear plant as in 4a throuqh d.

If appropriate arrangements can be made by the contract manager, this plant shall be a Burns and Roe design contemporary to TMI-2."

This task is estimated to involve one man month of professional effort.

Add the following task

" Task D -- Final Report Clarification 1.

After sut'.nittal of the final report, the contractor shall be available on an as needed basis, to provide clarification of data and findings of the final report. Any work expenditures for this purpose shall have the prior approval of the Contract Manager.

This task will be limited to less than two man-months of professional effort F.4 Deliverables Change as follows 1.a.

Letter report every 2 weeks through completion of the final report and within 30 days of any subsequent approved expenditures.

b.

Preliminary Draft letter report of all findings by October 22, 1979.

c.

t1RC will provide comments by f;ovember 5,1979.

A draft letter report incorporating flRC comments shall be pro-vided to f1RC by flovember 30, 1979 with a final letter report due before December 24, 1979.

These changes are at no additional cost to the government.

2.

Contractor may be required to deliver the CR mock-up to the Washington, D.C. metropolitan area.

If the mock-up is not requested by the f1RC by December 15, 1979,

2 tiie contractor may dispose of the mock-up 'for cost pro-posal purposes, assume that the CR mock-up will have to be delivered to NRC, Washington, D.C.)

Storage through December 15, 1979 would cost the government $2000. ($1,000 per month) 3.

The contractor shall be available to brief NRC Commissioners and other groups (not to exceed 10 briefings or hearings) regarding their work and findings on an as needed basis from completion of the final report to termination of the contract.

No additional cost to the government.

Section H - Deliveries or Performance H.1 Period of Performance The period of performance for the work required hereunder shall commence as of the effective date of the contract and shall expire on December 31, 1980. After December 31,1979, all expenditures by the contractor must have prior approval by the Contract Manager.

This change is at no additional cost to the government.

B.

Discussion In evaluating the two plants identified in F.3 Task A4.a., it has been determined that a significantly different CR design process was used from that at TMI-2.

It is necessary that another Burns and Roe plant (besides TMI-2) be evaluated in order to have a meaningful comparison.

Because of public interest in the CR mock-up and the extension of the contract termination to December 80, it is necessary to transfer responsibility to the NRC before contract termination.

The HF evaluation of the TMI-2 CR is a complex task being performed over a relatively short time frame.

It is anticipated that the contractor will be needed to clarify the data and finding of his final report as other groups generate comments on the report.

Contract tennination needs to be extended through 1980 to assure the' availability of the contractor fo'r presentations before Commission ~

- ~

and other groups after issuance of the SIG report.

If storage of the mockup by Essex is required through December 15, l

and if two man-months of additional effort are required, then the additional cost to the government will be slightly less than $20K.

Actual expenditures may be less than that authorized by the revision to the contract.

l