ML20027C090

From kanterella
Jump to navigation Jump to search
Contract: Reviewing Hydrogeologic Investigations of Nv Test Site (NTS)-Project C, Awarded to Williams-Robinette Associates,Inc
ML20027C090
Person / Time
Issue date: 09/30/1982
From: Mattia M, Robert Williams
NRC OFFICE OF ADMINISTRATION (ADM), WILLIAMS-ROBINETTE & ASSOCIATES, INC.
To:
Shared Package
ML20027C086 List:
References
CON-FIN-B-7377-2, CON-NRC-02-82-046, CON-NRC-2-82-46 NUDOCS 8210120401
Download: ML20027C090 (36)


Text

.c tr Cf PAGI g

$' A.oac e c t e ; $.

1906 cC..y. i. m.iJtYi o

,..v..:.c AW ARC iCCNT R ACT 1

S Sr. m cr..g e.i i. iDi A CIETLeito #Ca N ATION AL Clf tN51 UNDER SD5A

8. CO etaAct s lowc J. s. Jdses. s NO
2. (Ff tCTivt Colt
3. RFCJ65tTION/PURCM151 REQUEST /TROJECT **O.

NRC-02-82-046 SEP 3u 532 NMS-82-046 "i.~'C A

6. ADuir.sisitetD SY CODE l T. Ottivt Y 3 855UED BY CODE l

@ "FC8 DEST 1-(if esaer shee 6/ete 5)

^*"

U.Se Nuclear Regulatory Commission 0 +em (s,e Division of Contracts d->

Washington, DC 20555

s. ccNTaAcrea coozl l

raciurr cone t

  • . Discount 'on pao =rr PAratNT NAME AND ADDRES$

NET 30 Days Williams-Robinette & Associates, Inc.

(ser.

ae.u,. s"s 'aa.

P.O. Box 48 4 ZIP miss Viola ID 83872 saless esepsse 10 $UBM'T INvotCES (d copser spes, fed) TO ADDatSS SHOWN BH BLOCK L

-J and as furt er set forth in Attachment

o. 3 hereto.

ii. $ner o/xAaxfor cooE {

l

12. PAYMENT Wilt SE MADE SY CODE l U.S. Nuclear Regulatory Commission UeSe Nuclear Regulatory Commission Office of Resource Management ATTN:

T. Verma, WMHT/NMSS Division of Accounting and Finance Washington, DC 20555 ATTN:

GOV /COM Accounts m t, 2used gia(DiagIan u

32. THis ProCUBE AstNT WA5 ADVttitstD, NEGOTlaftD. PUR5UANT TO:

x ci U.S.c. 252 ax10 14 ACCOUNTING AMt APPRCPRIATION DATA B&R No.:

50-19-03-01 FIN NO.: B-7377-2

$158,847.29 I6 17.

i t.

19.

2 D.

SUPPtit S / SE RvtCES Q U A NTITY UN;T UNff PRICE AMOUNT 33.

lit M N O.

The Contractor shall provide hydrogeologic assistance to NRC staff in reviewing the hydrogeologic investigations of the Nevada Test Site (NTS) as specified herein and in accordance witt Williams-Robinette & Associates, Inc. Technical ' Proposal dtd 8/18/82. This contract (Project C),shall focus on evaluating testing strategy and methods of data collectioii for hydrogeology, hydrochemistry, stratigraphy /

petrology, structural geology, and borehole geophysics.

Estimate i Ccst:

$146,133. 66 12,713.63 timaltedCPFF:,

Fixed Fe a:

~ B210120401 B20930

$158,847.29 i PDR CONTR Total Es

.NRC-02-82-046 PDR r

2 i.

Total Estimated Cost Plus Fixed Fee s $158,847. 29 CONTRACTING OFFICER tt'lLL COMPLETE BLOCK 22 OR 26 AS APPUCABLE 22 M CONTILACTOt'5 htGOTIAff D AGattMENT ((emird(der h regoired is sigW 26, AW ARD (Centratfor U med rffeIrtd ## Ngs thU deceamerl.)

Towe eMer

. lativding the she's do.oreret as/ referer repits de hseing e h e.)

Cwrede agrees on Solicosateens Nwebee additione se changes mede by you which add.tions or changes see set feath in fell to f yenish end del..ee ell iteens et pcform all the ***. ices s*f f orth er ethor=*se ebe.e. is heeeby eccessed es to the ieeene lis'ed ebeve end on ont ceahnvenen shoes.

Idethfied ebe., end on eny ceafenwe' sea sheets for the cenadmehen s'8*d heren.

this..,d consv=meses the centract =h.ch coanists of the following decwenents: (el

' fie rights sad obligehens of the pers es to this tonewed shell be sveneo to end gov-erned by the felle='ag decw*er's (e) th's sweed/ contreo, (b) *e solicitation. of eay, the Go coment's selecetetsen end yema o8c. and (b) this esord/conwett. No i

f oreher cenerec%et decwenent es necessery.

ncessoas,, and erecincohens, es are end (c) such proviseens, represeMetsens, certe

( s....

.e,s... r, ia...n.r..>

...ched.,.-.c

...d 5.....ren.e he..

27. UNtitD 11 Alt $ OF AME,RICA

' 23. NAmt OF CONTRACTOa e

e

[fv). h ',

b.bL3.k dwW f'

\\

' ( M

,/l

,y (5,gne~,e se pesen.

..a se egni 4 ($.gne. e. Co,.rea.n, Cim,,

e 2 0. NAME AND Tfft1 Of SIGNil (Type er praet/

25. Deft SIGNED
28. NAME OF CONTRACTING Officts # Tyf a er prest) 2,.

DATE FGNED Mary 30 Mattia f

f c y j~, jjy t & y f j f.

j,/ j 3

,D,

..e _.

t

.....es....;se _.....

i

. =.

. 6-r-

i TABLE OF CONTENTS PART I

- Cover Sheet, SF-26 c

PART II

' - Representations, Certifications and Acknowledgements PART III

- Contract Schedule

- Article I

- Statement of Work e

Article II

- Period of Performance 7

Article III

. Consideration and Payment 4

Article IV

- Overhead / General and Administrative Rates Article ~V

- Private Use and Protection of Unclassified Government Information Article VI

- Key Personnel Article'VII

- Technical Direction Article VIII

- Project Officer Article IX

- Travel Reimbursement Article X

- Allowable Cost Article XI

- Order of Precedence Article XII

- General Provisions / Alterations PART IV

- List of Attachments t

t^!

h. '

I I

.n

c36 e

e y

I fiEPRE$ENT ATIONS.CLRTIFICATIONS AND ACANOWLEDCMLNT3 C.E PR E S ENT ATIONS.Cresa or cnporte att avutocabre t<cses or otocas i The effcce rerecien s as part of nos c(for that

-1.

$M ALL BU5146 '.> l$er var 14 on SF 33 A I he,% es. ! a not a temail bus. ness concern if of f e.or.: a smast business concern and is not tne manuf ach.ees of the suppi.es of feera,

.8 suontes to be f urnished hereunder C will. C will not.be manuf acturered or prooucec be a small business concern j

he uno eepresents that iet th) Un sed State. s posins ons or Puerto Rico 4

2.

MINORITY BUSINESS ENTERPRISE He C es. % is not, a mmorrty business enterprise. A minority bus ness enterprise es cefmed as a ** business, at least SO peicent of whech es a wned by manovery ;'oup members or.in case of publ+cty owned bus.nesses et least 51 percent of the stock of which is owned by mmority grou) rnember 6 T F or the purpose of this def mition, mmority group members are Negroes. Spanish speam mg American per sons.

Armrecan-Orientals. American incians. American Esmimos. and American Aleuts.

3.

R EGULAR DE ALER - MANUF ACTURER /Approcable only to supply contracts receeoing $10.000.1 Q A, He es a C regular cesser en C manufacturer Of. the supp4:es offered.

4.

CONTINGENT FEE ISee par /5 on SF JIA.I rr f ee He C hat, % has r ot, empioved or retained any company or persons /other than a tutt time riona /,t'e emutove-wuraing solety o

omer then. / //-

r secure this contract, arid (b) he C has.$ has not paid or agreed to pay any company o' person the o//erors tc soincit or time corsa Isce empsuyce nore,ng solety for the o//cror) any f ee commission, percentage, or oronerage f ee contingent uocn or resultmg from the award of this contract. and ageen to f urnish information relating to (al and (b) above, as requested by the Contractmg Officer. //nterpre-titoon of the representatron mcl.odong the term ** bona Inde err:plovre.** see Code of Froeral Regulatrons. ro'cle 41. Suboart 1./.51 TYPE OF SUSINt15 Or*G ANIZ ATION 6.

He noerstes as C an.nciv dual. 3 a pasinersnip, C a nonosofit oe;arusation.)( a cosimr ation, mcor noe sted u,.oer the f a svs of the Star

AP FILI ATION AND IOCNTIF YtNG D ATA IArapsacacie otete to saverr, sed s01,cstate.)ns s Each of'eror snan comoiete f at end tus if apohcaole, ano ics below las He 1 is.X es not. owneo or conteolied by a parent company. (See par. 76 on SF JJ A,

tbs if t" offeror is owned or controlled by a parent company,he shall enter m the biocus below the name and mJ.n office address of the parent company;

.e.ce...:. :n-e u..

. on.c.asss o.o

-,. vnre.

.ar-r ccr.-

s t. o ce s= n c sa s.ce=rd.c43.o m es=.su e.=

rr a s, n a.

cue.ca s a. ac 7.

EQUAL OPPORTUNITY tal He S has. O has not. participated m a previous contract or subcontract subiect either to Ine Ecual Oooortunity clause nerem or sny clause originali, contained m section 301 of E =ecutive Oroes No 10925.oe the ctause contamed m Section 20t of E.-cutive Oroc. No 11114. that he O hn. C hn not, fii d aii,eouired comphance r,oorii. ano thai teos.,aisienns rbcaimo subm%on of retiui co como<.. ice reports. sivnait tav uroposed subcontr actors. *itt be cbtemed prior to s.,be rsntrai t a* ants t T he above r en...entation need not he salimitt=1 m tonnection with cuntracts ur suucontracts which are enempt l'um tne enust onou'iuruly a tause a Ibn T he bidoor for uff erotl reprenants that (11 he C hn rieweioped and f.es on file. C het not ti.=*tovest on.t nues not have site fila at e:ch estantiinment aff ermative action programs as seQuited by the rules anc regulations of tne $attetars att t. abor to 1 Cf' R 601 anst 60 21 or E has not prnviousiv had contracts subsect to tne written affermative action peograms recuirement of tne rules ener regulatiorn vi the (23 he 550 000 or mors a**a svno naa Secsetarv of Labor IThe soove representatoon snart be cornpirued oy each coacier tor otteroen wncsr bed roffers os 50se more ernprovers o CE R TIFtCATCONS IChecs or cornosese att acosacaose cases nr osocuss 1.

BUY AMERICAN CERTIFICATE The of feror certifies as part of his offer. that-eacn end'oroduct, except the end products bsted beeow, is a dormestic end Decauct van cef.ned m the c/Juse entitled " Buy American Act**l. and that components of un'anown origm have been considereo to have been rnened. produced, or mInuf actu'80 outs ce the United States.

Coweet ** or CAGae I BCLucso s%c **oouC?s Sisace'd Foem 33 Page 7 IRE V 3MI e

N je.

3 CLEAN AIR AND wATin IAcolocable of the Dod or offer onceros S!OO.000,or the contractm; officer tas ceterminea enor orcers under ara ondefonota cuantory contract on any year well enceed StOO.OOO, or a locahty to be used has been the sub *ct of a convectron t

uncer the Coon Aor net 442 U S C IES7c.8(c)(Illor the fecerar Water Pollutoon Control Act (JJ U S C. !J19tc)) anc on insed De EPA.

O is not other,wse esempt.)

The bidder or o'fesor certifies as follows:

(al Any facility to be utilised in the performance of this proposed contract O has C has not, been listed on the Environmentai Pratectan Agency List of Violating Facilities, (b) He will promptly notify the contractmg officer, prior to award.of the receipt of any communication from the Diecctor Office of Federd Activities, Environmental Protection Agency, indicJting that any facility which he proposes to use for the performance of the contract is under consideration to be listed on the EPA list of Violating Facilities, (c) He will enclude substantially this certification, including this paragraph (c), en every nonearmot subcontract.

3, CERTIFICATION OF INDEPENDENT PRICE DETERMIN ATION /See par.18 on SF JJ-Al tal By subm:ssion of this offer, the offeror certefies, and in the case of a joint offer, each party thereto certifies as to its own crg:nsartion, that in connection with this procurement:

(1) The prices in this offer have been arrived at indepenoently, without consultation, commumcation, or agreement, for the outpon of restrsgting competition, as to any matter relating to such prices with any other off eror or with any comgrastor; (2) Umess otherwese reovired by law, the precan which have been cuoted in this offer ha.e not been knowingly disclosed by the off r:t and will not knowingly be desciosed by the offeror prior to opemng in tne case of an advertised procurement or prior to award in the case cf a negotiated procurement, oirectly or inde ectly to any other offeror or to any competitor; and (3) No attempt has been made or will be made by the offeror to induce any other person or firm to submit or not to submit an cf f;r ist tnat purpos'a of restricting competition, (of Eacn person signing this offer certifies that:

(11 He is the person in the off e'or's organization responsible within that organization for the decision as to the prices being cff rsd herein and that he has not participated, and will not participate,in any action contrary to (al(1) througn f al(3), above. or

\\

(2) (il He is not tne person en the offeror's organization responsible within that orgamration for the cecision as to the prices

sing effzred herein but that he has been authorized in writing to act as. agent for the persons responsible for such decision in certif ying that such persons have not participated and ws:3 not participate, in any action contrary to (a)(1) through (a)(3) above, and as their mnt does heremy so certify: and fiel he has not participated, and will not participate,in any action contrary to (a)(1) through fal(31 above.

A CERTIF'CATICN OF NCNSEGREGATED FAClUTIES (Applicable to III contracts. (2) subcontracts. and IJI agreements wuth apo;ocants,vno are themselves performong lederally assisted constructoon contracts, escredong 510,000 which are not esempt from the pennsoona of tre Ecuat Occortuntry clause.)

By the submis0cn of this bed. the bidder, offeror, appheant, or subcontractor certifies that ha does not maintain or provide for his cmp!M e:s any segregatec fac:hties at any of his establishments, and that he does not permit his ernployees to perform their services at any locatsin.,nder his cc'itrof, where segregated f acilities are maintained. He certifies f urther that he will not maintain or piovide for his employ.

ets env segregated facilities at any of his establishments, and that he will not permit his employees to perform the e services at any location, under his control, where' segregated facilities are maintained. The bidder, off eror, applicant, or subcontractor agrees that a breach of this cor.

tificatiin is a violation of the Ecual Opportunity clause in this contract. As used in this certification, the term "segre;ated f acilities" means aisy wSt.ng rooms, work areas, rest rooms and wash rooms restaurants ard other eating areas, time clocks, locker rooms and other storage or cressing areas, parking lots, drinking fountains, recreation or entertainment a eas, transportation, and housmg facihties provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race. color, religion or national origin, because cf habst, focal Custom, or otherwise. He 'urther agrees that (e acept where he has obtained identical certifications from proposed subcontrtctors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontrtets exceeding 510.000 which are not enempt frcm the provisions of tne Ecual Opportunity ef ause: that he wilt retain sucn certifications in his f les: and that he will forward the following notice to such proposed subcontractors (except where the proposed i

subcontrtctors have submitted identical certifications for specific time periods):

Natice to prospective subcontractors of requirement for certifications of nonsegregated facilities.

A Ce'rtification of Nonsegregated Facihtees must be submitted prior to the award of a subcontract exceeding 510.000 which is not enempt f rom the provisions of the Ecual Opportunity clause. The certification may be submitted either for eacn subcontract or for all subcontracts durmg a period (i.e., cuarterly, semiannually, or annually). NOTE. The penalty for makerig fa/se c/fers,s orescribed in FB u.s c.1001.

Continued on Page 4 owe ou(eee e C 38Is

    • i *eDue % e==o Dait ACKNOWLEDGMENT OF AMENDMENTS rb. on scwo. ogee rece.ot et.m.nd.

ONEb) 6[G [82.

mend to 'he Schcrtation for cMm and re<aten comtnenra numbeesd and ca:ed as tornowe:

VO TE. Otters must set forth fuit. ac: urate ano comotete unformation as recuarec' or r?us Sot.catation (metuoung arracnments The penalty

!:r mshne false statements on offers os prescrobed on 18 u S C.1001 r.= aa rece a sat. 34..

staae..s o

Fuge 4 PART I Representations, Certifications, and Acknowledgments - Continued SF-33 (Page 3)-

l S.

WOMAN-0WNED BUSINESS t

Concern is G is not 6 a woman-owned business.

The business is publicly owned, a joint stock association, or a business trust / / yes /g no.

The business is @ certified U not certified.

A woman-owned business is a business which is, at least, 51 percent owned, controlled, and operated by a woman or women.

Controlled is defined as exercising the power to make pclicy decisions.

Operated is ( t fined as actively involved in the dav.to-day management.

For the purposes of this definition, businesses which are publicly owned, joint stock associations, and business trusts are exempted.

Exempted businesses may voluntarily represent that they are, or are not, woman-ci:ned if this information is available.

6.

PERCENT OF FOREIGN CONTENT The offeror / contractor will represent (as an estimate), immediately after the award of a contract, the percent of the foreign = content of the item or service being procured expressed as a percent of the contract award price (accuracy within plus or trinus 5 percent is acceptable). NONE 7.

NON.-DISCRIMINATION BECAUSE OF AGE CERTIFICATION (1-12.1001)

The offeror hereby certifies as follows:

Q (a)' In the performance of Federal contracts, he and his subcontractors shall not in connection with the employment, advancement, or discharge of employees or in connection with the terms, conditions, -

or privileges of their employment, discriminate against persons

. because of their age except upon the basis of a bona fide occupa-tional retirement plan, or statutory requirement, and

~

g (b) That contractors and subcontractors, or persons acting en their behalf, shall not specify, in solicitations or advertisements for employees to work on Government contracts, a maximum age limit for such employment unless the specified maximum age limit is based on a bona fide occupational qualification, retirerent plan,

,or statutory requirement.

8.

CERTIFICATION OF RECOVERED MATERIALS (1-1.2504(b))

The offeror / contractor certifies that recovered materials will be used as required by specifications referenced in the solicitation / contract.

Pace 5 r

9.

CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST I represent to the best of my knowledge and belief that:

The award to Williams-Robinette & Assoc., Inc.

ofacogractorthe modification of an existing contract does L_/ or does not 6Lv involve situations or relationships of the type set forth in 41 CFR paragraph 20-1.5403(b)(1).

If the representation as completed indicates that situations or relation-ships of the type set forth in 41 CFR 20-1.5403(b)(1) are involved or the Contracting Officer otherwise detennines that potential organizational conflicts exist, the offeror shall provide a statenent in writing which describes in a concise manner all relevant factors bearing on his represen-tation to the Contracting Officer.

If the Contracting Officer determines that organizational conflicts exist, the following actions may be taken:

(a) impose appropriate conditions which avoid such conflicts.

(b) disqualify the offeror, or (c) determine that it is otherwise in the best interest of the United States to seek award of the contract under the waiver provisions of 6 20-1.5411.

The refusal to provide the representation required by 520-1.5404(b) or upon request of the Contracting Officer the facts required by 520-1.5404(c),

~shall result in disqualification of the offeror for award.

The nondisclo-sure or misrepresentation of any relevant interest may also result in the f

dias m'.tNcation of the offeror for awards; or if such nondisclosure or misrepresentation is discovered after award, the resulting contract may be~ te:rmina ted.

The offeror may.also be disqualified from subsequent rel,ited NRC contracts and be subject to such other remedial actions pro-vide.d-by law or the resulting contract.

The offeror may, because of actual or potential organizational conflicts of-interest, propose to exclude specific kinds or work from the statements of work contained in an RFP unless the RFP specifically prohibits such exclusion. Any such proposed exclusion by an offeror will be considered by the NRC in the evaluation of proposals.

If the NRC considers the pro-posed excluded work to be an essential or integral part of the required work and its exclusion would work to the detrirent of the competitive posture of the other offerors, the proposal must be rejected as ur. acceptable.

The offeror's failure to execute the representation required herein with respect to invitation for bids will be considered to be a minor ir. formality, and the offeror will be permitted to correct the omission.

Any contract resulting from a solicitation requirement shall include general clauses (41 CFR 20-1.5404-1) prohibiting contractors from engaging in relationships which may give rise to an actual or apparent conflict of interest. Note:

NRC Contractor Organizational Conflicts of Interest (41 CFR Part 20) is included in part IV as Attachment No.1.

Pcgt 6 10.

COST ACCOUNTING STANDARDS (Applicable only to negotiated contracts exceeding 5100,000 except when:

see Federal Procurement Regulation, Temporary Regula-tion 44 dated March 29,1978).

It has been determined by-the Contracting Officer or his duly authorized representative that this requirement is not in support of the national defense pursuant to 4 CFR 331,20(b).

A.

COST ACCOUNTING STANDARDS ELIGIBILITY FOR MODIFIED CONTRACT COVERAGE If the offeror is eligible to use the modified provisions of 4 CFR 332, and elects to do so, he shall indicate by checking the box below.

Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause.

((f The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 4 CFR 331.30(b)(2), and certifies that he is eligible for use of the Disclosure and Consistency of Cost Accounting Practices clause because (i) during his cost accounting period immediately preceding the period in which this proposal was submitted, he received less than 510 million in awards of CAS covered national defense prime contracts and subcontracts, and (ii) the sum of such awards i

equaled less than 10 percent of his total sales during that cost accounting period.

The offeror further certifies that if his status changes prior to 1

l an award resulting from this proposal, he will advise the Contracting Officer immediately.

CAUTION: Offerors may not claim the above eligibility for modified cont act coverage if this proposal is expected to result in the award of t

a contract of 510 million or more or if, during their current cost actsunting period, they have been awarded a single CAS-covered national defsnse prime contract or subcontract of $10 million or more.

~

B.

COST ACCOUNTING STANDARDS CERTIFICATION - NONDEFENSE APPLICABILITY Any negotiated contract in excess of $100,000 resulting from this solici-.

tation shall be subject to the requirements of the clauses entitled Cost Accounting Standards - Nondefense Contract (FPR ll-3.1204-2(a))

and Administration of Cost Accounting Standards (FFR 51-3.1204-1(b)) if it is awarded to a contractor's business unit that is performing a national defense contract or subcontract.which is subject to cost accounting standards pursuant to 4 CFR 331 at the time of award, except contracts which are otherwise exempt (see FPR al-3.1203-2(a) and (c)(4)).

Otherwise, an award resulting from this solicitation shall be subject to the requirements of the clauses dntitled Consistency of Cost Accounting Practices - Nondefense Contract (FPR 51-3.1204-2(b)) and Administration of Cost Accounting Standards (FPR 51-3.1204-1(b)) if the award is (1) the first negotiated contract over $500,000 in the event the award is a contractor's business unit that is not performing under any CAS-covered national defense or nondefense contract or subcontract, or (ii) a negoti-ated contract over $100,000 in the event the award is to a contractor's business unit that is performing under any CAS-covered national defense

-j or nondefense contract or subcontract, except contracts which are other-wise exempt (see FPR El-3.1203-2(a) and (c)(4)).

This solicitation notice is not applicable to small business concerns.

P6ge 7 Certificate of CAS Applicability The offeror hereby certif'ies that:

[ 7' It is currently performing a negotiated national defense A.

contract or subcontract that contains a Cost Accounting Standards clause (4 CFR 331), and it is currently required to accept that clause in any new negotiated national defense contracts it receives that are subject to cost accounting standards.

l [ It is currently performing a negotiated national defense ornon

~

B.

standards clause required by 4 CFR 331 or 332 or by FPR Subpart 1-3.12, but it is not required to accept the 4 CFR 331 clause in new negotiated national defense contracts or subcontracts which it receives that are subject to cost accounting standards.

It is not performing any CAS-covered national defense or li7'defensecontract'orsubcontract.

C.

The offeror further certifies that it will immediately notify the Contracting Officer in writing non in the event that it is awarded any negotiated national defense cr

~nondefense contract or subcontract containing any cost accounting standards clause subsequent to the date of this certificate but prior to the date of the award of a contract resulting from this solicitation.

/ T It is an educational institution receiving contract awards I

~

D.

Eubject to FPR Subpart 1-15.3 (FMC 73-8, OMB Ci rcular A-21).

er It is a State or local government receiving contract awards

' ~ ~ '

j/

' E.

subject to FPR Subpart 1-15.7 (FMC 74-4, OMS Circular A-87).

F.

/[7' It is a hospital.

Certain firm fixed price negotiated nondefense contracts NOTE:

awarded on the basis of price competition may be determined by the Contracting Officer (at the time of award) to be exempt from cost accounting standards (FPR 51-3.120302(c)

' (4)(iv)).

Additional Certification - CAS Applicable Offerors

[]T The offeror, subject to cost accounting standards but not G.

certifying under D. E, or F above, further certifies that practices used in estimating costs in pricing this proposal are consistent with the practices discussed in the Disclosure Statement (s) where they have been submitted pursuant to CASB regulations (4 CFR 351).

Page 8 Data Required - CAS Covered Offerors The offeror certifying under A or B above but'not under 0. E, or F'above..is required to furnish the name, address (including agency or e-department ' component); and telephone number of the cognizant Contract If A above Officer administering the offeror's CAS-covered contracts.

is checked, the offeror will also identify those currently effective cost accounting standards, if an'y, which upon award of the next negotiated national defense contract or subcontract, will become effective upon the offeror.

Name of CO:

Address:

Telephone No.:

Standards not yet applicable:

g O

e I

M

Pace 9-

'PART III - CONTRACT SCHEDULE

.9 ARTICLE I:

STATEMENT OF WORK A.0 Backoround This task order is being issued under the Basic Ordering Agreement (s) (BOA) entitled Technical Assistance in Hydrogeolgy (RFP It is anticipated that a multiple award will be No. RS-NMS-82-028).

made under this task order for two contracts--one contract each to The first contract (Project C) will focus on 6 o separate firms.

. evaluating testing strategy ano methods of data collection for hydrogeology, hydrochemistry, stratigraphy / petrology, structural The second contract (Project 0) geology, and borehole geophysics.

will focus on evaluating data analysis and integration of all data, analysis-results and interpretations into an understanding of Two contracts, which are based upon a common groundwater systems.

-set of issues listed in Attachment 8, will provide a broad base of expert experience so the-DOE investigations can be evaluated in Furthermore, two independent opinions or perspectives on detail.

technical issues which are partly judgemental in nature will help NRC to develop a consensus opinion on such issues.

e f

4 The general focus of this task order is on evaluating the existing DOE information and associated investigations together with plans

.for future DOE investigations of hydrogeology of the Nevada Test These investigations are for a potential geologic Site (NTS).

repository within the Nevada Test Site, Nevada.

B.O ~ Objectives The objective of this task order is to provide hydrogeologic assi<tance to the NRC staff in preparing for and reviewing the Site Characterization Report (SCR), see attachment 5, and in producing NRC's pite Characterization Analysis (SCA).

Reviews shall be in terms of satifying the hydrogeologic information needs of 10 CFR 60*.

Reviews shall be directed at the following:

'* Proposed Rule 10 CFR 60, Disposal of High-level Radioactive Wastes in Geologic Repositories, Federal Register, Vol. 46, No. 130, July The Final Rule when completed will replace the Proposed 8, 1981.

Rule.

.n

---w

issues related to site characteristics of a tuff

~1) repository in terms of: a) design and construction and b)

-long-term containment and isolation issue priority based on a) significance to repository L

2) performance, b) uncertainties of investigations and 5

analyses, and c) present status of resolution 3) information needed to resolve issues degree to which existino information in the SCR or 4) referenced in the SCR serves to resolve issues-s adequacy of SCR olans to resolve the issues 5)-

This task order is concerned with the hydrogeologic properties and processes needed. for a conceptual and numerical groundwater model as well related to assessing groundwater and radionuclide transe' tion.

This tas; seder

-as assessing repository design and construc includes the-evaluation of methods of data collection, analysis and integration of information for an understanding of groundwater.

Also deal with numerical modeling techniques.

system.,- but_does not of concern are potential changes in groundwater systems,-potential and presentigroundwater, resources use, groundwater chemistry, as i

i v

-r

,,---,,.-y+

^

h a.

s they and structur, al geology a i

str0tigraphy, petrology, hi.

r systems.

ter Ac311y ralate to groundwa i

1

'l R' quired by l assistance to the NRC I

shall provide technica 1

contractor hree(3) tasks.

ferming the following_t iew and Analysis Prepare for_the SCR Rev sk 1:

ring for the l

the NRC staff in prepa will be done in shall assist The pr eparation imarily of h3 centractor lysis.

JOE /NTS SCR review and ana TS SCR and will consist pr Upon of receiving the 00E/Nthe available DOE dawill b ta base.

Idvance ravicwing and evaluating contractor copy of major of the contract, the logy and a b

initiation pertinent to NTS hydro sks.

of the following subta

?

. list of documents Task 1 consists d cuments.

survey of the DOE shall conduct a and contractor limited to drill core The reports Subtask 1.1) data (including but not other well as ments as borehole logs) and docu survey shall This TS hydrogeology. and collection provide d

. relevant to N a list of documents contract.

The of the build on the initiation existing with the by the NRC_at familiar contractor shall become m.

i

is I

Tage w

h NTS hydrogeology information base so that t e technical issues in Attachment 4 and the status of their resolution to date are clearly understood.

A list of all documents obtained by the contractor or received from the NRC P0 shall be documented and transmitted in the first monthly progress report.

The original list shall be updated in subsequent monthly progress reports as new documents are adced.

The monthly report shall additionally include a brief 2 page review of the new documents and a description of how their substance effects the issue analyses.

1r For the purpose of proposal preparation, it is i

estimated that the contractor shall be required to review a total of sixty (60) documents throughout tha performance of the contract.

The contractor shall assist the HRC staff ~with Subtask 1.2)

The contractor preparation of a Preparatory SCA.

shall conduct an analysis of each issue or subissue provided in Attachment 4 and write a two-page draft summary issue _ analysis for each issue or subissue following the format given.in the Attachment 6 and based upon the current data base developed in subtask 1.1.

e' Within one(1)' month after contract initiation, the contractor shall transmit a letter containing a draft of each summary issue analysis to the NRC PO for review.

Comments from the NRC PO will be provided to the contractor within two(2) weeks after receipt of r

the letter.

Subtask 1.3)

The contractor shall provide a letter containing l

draft expanded issue analyses which responds to the r

comments of the NRC PO on needed expansion of the summary issue analyses and based upon the current i

i data base developed in subtask 1.1.

This letter report shall be transmitted to NRC PO three and 1

one-half (3 /2) months after initiation of the contract.

Within two (2) weeks after submittal of the letter report, the contractor shall meet with the j

NRC PO in Silver Spring, MD. to discuss the draft expanded issue analyses.

e Task 2:

Review SCR and Prepare Draft SCA The contractor shall assist the NRC s*taff in reviewing the DOE /NTS SCR and preparing a draft SCA.

It is anticipated that the majority of attention in this task will be on evaluating the DOE Plans for

' future studies and evaluating any new data or analysis results not

f ags ib I.

A It is estimated that Task 2 will begin within ten already reviewed.

f the (10) weeks after the completion of Task 1 and upon receipt o This task consists of the following SCR by the contractor.

subtasks:

The contractor shall review portions of the SCR Subtask 2.1) i h are which are relevant to hydrogeology and wh c One(1) week after designated by the NRC PO.

initiation of Task 2 the contractor shall verbally comment on sections reviewed and recommend any changes to the list of issues in the Preparatory SCA The NRC P0 and contractor shall developed by NRC.

discuss and agree upon the revised hydrogeologic issues to be utilized in the performance of subtask 2.2.

The contractor shall prepare a summary issue Subtask 2.2) for the analysis in accordance with Attachment 6 btask revised issues or subissues identified under su This work shall be based on the hydrogeologic 2.1.

information in the SCR and should be transmitted two(2) weeks after initiation of Task 2.

6 I

Simultaneously with subtaek 2.2, the contractor Subtask.2.3)

-\\

-n

analyses ded issue shall revise the draft expan3 to reflect the p,

developed under subtask 1NRC comments on the information in the SCR and the shall also analyses The revised draft issue after draft.

(2) weeks be transmitted by letter two of Task 2.

initiation Prepare Final SCA k 3:

reviewing public in shall assist the NRC staff hin five(5) he c:ntractor d preparing a final SCA wit This task consists of the

omments on the draft SCA anion of Task 2.

months following the intiat following subtasks:

draft SCA and contractor shall review the Comments RC P0.

Subtask 3.1) areas designated by the NC in a letter rep The comment on shall be' transmitted to NR i n of Task 3.

months following initiat o i h the NRC staff in The contractor shall meet w t jointly the public Subtask 3.2)

Silver Spring, MO to evaluate needed are on hydrogeology issues, prepresponses to public comments epare changes to the draft SCA, prand agree to changes comments and discuss analyses prepared under

.i issue revised draft expanded

meeting, of the Within 10 working days containing the subtask 2.3.

shall submit a letter incorporates the contractor which the analyses issue final expanded changes.

r nd,,T,talel conducted by the inas cribed below shall beDates, times, and me tings and travel des support of Task 1 throug specified by the h3 will be visits itrret:r in and site all meetings j:ctiv:s for shall RC P0.

contractor estimated that the in Silver Task 1, it is of two(2) days durationan introductory mee ig support of six(6) meetings In p rticptte in The first meeting will bemeeting described in The Spring, Maryland.

of this task order.

attended by ll be all aspects Silver Spring, MD and shaof the draft expe issue to discuss Subt:sk 1.3 shall be inwho authored portions Test Site, Nevada of member These e:ch team visits to the Nevadashould also be planne.

d Two site on issues (nalyses.

) days duration on the hydrognologic thr:e(3) to five(S of analysis, discussions would focus visits m: stings related to issue ing conducted and site 8, questions data base activities be Attachment modeling and groundwater flow contractors.

her by NRC staff and ot

In support of Task 2, it is estimated that the contractor shall participate in five(5) meetings of two(2) days duration in Silver Spring, MO to plan for the SCR review and to discuss review comments and the products identified under this task.

?stimated that the contractor shall In support of Task 3, it

.s participate in three(3) meetings of two(2) days duration in Silver Spring, Maryland to discuss public commen*s, changes in the draft SCA, and changes to the revised draft expanded issue analyses.

E.0 Reporting Reouirments E.1 Monthly Progress Recorts By 15th day of each calendar month, the contractor shall submit a progress report in letter format which summarizes the following for e ch task:

The technical work performed during the previous month 1.

including:

a) key milestones achieved meetings or field trips attended with reference to letter b) trip reports submitted

?

next month; Stivitics planned for the areas and their impacts htt:ntici or actual contractual problemif the budget will be exceeded, this sch:dule has slipped orreasons explained);

he b3 ststed and the h

i expenditures during t e their time Tha parsonnel assigned and pr;vious month; each person during the d separately for and total);

' Cest obligations, liste date (fiscal year month and cumulative to 3

prcvious and work effort of the completion of costs by month to Projection current fiscal year.

6.

shall for the order report for the tasks gress of work.

Tha first monthly letter pro and detailed schedule or cost projection revised projections prcvide the shall either indicate ts.

' Subsequent reports cost and schedule projec change in the no indicate l Reports

.Or:ft and Fina eporting requirements c_2 specified the following r otherwise Unless d

.:shall be followe :

i t

s

o The Contractor shall prepare the letter reports specified under Task 1 through 3.

All contract correspondence shall be The contractor shall submit copies of consecutively numbered.

the reports in accordance with Section E.5 Report Distritation._

Each letter report including expanded issue analyses shall include a list of references.

A system of cross references between text of the report and the list of referenced shall be In all areas where " work by others" is reviewed and used.

used, the contractor shall specify which conclusions are his and which are those of the original author.

E.3 Reports of Meetinos and Field Trios The contractor shall prepare letters reporting on meetings and field These letters shall be received trips conducted under Task 1 to 3.

within five(5) working days of completion of the meeting or field trip unless otherwise specified by the task description or the NRC All-correspondence shall be consecutively numbered and shall P0.

follow the standard format and content specified on Attachment 11 Copies of unless other specifications are given by the NRC P0.

letters shall be submitted 'by the contractor in accordance with Section E.5 Reoort Distribution.

E.4 Reoort Cooies on Microfiche

_b

taining issue ed of the letter reports con are listed on 48 s Picati;n for this microfichewith Section E.5 d ce e distribution is in accor an 1- -

l L".

Letter Geoorts Microficne Progress Ceoies Lstters of Meetings, Reports and Trios 6

1 1

1 1

1 t'r,t4M55 2

coort Branch) 1 Kanag; ment 1

1 9 tractor) 1 1

1 er 1

Technical 1

inch (f*.a Ste r) hitf) nical Inf &rmation 1

ontrIlM nagement Branch)

(Duolicatel

't te Management Contr31 C$nter) t shall der subject contract, the formain NRC Manual Appen 3202

gat, nts" isk reports prepared unwitn the provisions citedor " Interim Contrac r " Formal Contractor Documents (Attachment 2 3rdance eiate.

i

Page 22 F.0 Performance Schedule i

The following is a schedule to be used in the performance of this task order:

f Activity-Schedule (Time after contract award date) 1.

Contract award 0 week 2.

Contract receives NRC 1 week Furnished Material Task 1 Prepare for the SCR Review and Analysis

,<p-

.cr.

PageF23

.e Subtask 1.1 First 3.

Contractor submits letter containing monthly all documents collected progress i

report l

Subtask 1.2 1 month 4.

Contractor submits letter containing summary issue analyses 2 weeks after 5.

NRC P0 provides comments to contractor receipt of on summary issue analysis No. a Subtask 1.3 6.

Contractor submits letter containing 3 1/2 months draft expanded issue analyses Within 10

. Task 2 Review-SCR and Prepare Draft SCA weeks after completion of Task 1

7 t....

Subtask 2.1 v.

1 week after

- Contractor verbally connents on SCR 7.

initiation of Task 2 Subtask 2.2 2 week after Contractor submits a letter initiation of 8.

containing the revised summary Task 2 issue analyses Subtask 2.3

?

2 weeks after l

Contractor submits a letter 9.

initiation of i

containing the draft expanded Task 2 issue analyses Within 5 Prepare Final SCA j

Task 3_

following initiation of i

Task 2 I

f t

+

9

z Fage 25 Subtask 3.1 2 months after

10. Contractor submits a letter initiation of containing conrnents on Task 3 draft SCA Subtask 3.2 I

Within 6

11. Contractor verbally coments on months public comments on SCA and recommends changes to the draft SCA and expanded following initiation issue analysis report of Task 3.

Within 10

12. Contractor submits final letter containing the expanded issue working days after No. 11 analyses G.0 Government Furnished Material At the initiation of this task order, the NRC will provide the contractor with 'a copy of the procedural and technical portion of 10 CFR 60, and'the NRC Standard Fomat and Content Guide _ for the Site

~

t

f The NRC will also provide a list o Report.

f NRC, DOE and other key tracterization

. ~.

ferences cited in Task 1 and copies o Also included will be l

a NRC NTS hydrogeology.

scuments relating to issue developments.

i ocument containing hydrogeolog c l

Juality Assurance Procedures t

' reports delivered under this i

For all letters as well as draft f na,ll assure that an independent task order the contractor sha l computations and mathematical i

and verification of all numer ca formed by qualified contractor If the cquations and derivations are perl author (s) of the reports.

ll personnel other than the origina/ h ck less than 100 percent of a contractor proposed to verify c e tions and derivations in the computations and mathematical equacase when there are a large num b

h first report (s), (such as might be t eions), the contractor must l

of routine, repetitive calcu at Computer -generated NRC P0.

obtain wri.tte.n approval from the ification where the computer calculations will not require ver fied.

program has already been veri do rts, including those which In additien, for all letter and repoa technical project managment iew l

s All reports not contain numerical ana yse,ion to the NRC.

i i

has shall be conducted prior to subm sshat the review and verificat o This may be shall be annotated to indicate t submission to the NRC i

been accomplished prior to the r

\\

Page 27 accomplished by use of a cover letter accompanying the report if preferable.

CE.

f the

E II PERIOD OF PERFORMAN d in ARTICLE I hereof shall commence as otinu i

3rformance of work describeive date of this contract i

19 to occur within sLE III CONSIDERATION AND PAYMENT Estimated Cost, Fixed Fee and Oblication Government for full perform-

, of which the sum of It is estimated that the total cost to the ble costs, and of 8 847.29 ance of this contract will be 515,

represents the estimated reimbursa 1.

represents the fixed fee.

SM amount of the contractor's fixeo which 5 M d the actual cost performance in the There shall be no adjustmentfee by reason of differences be 2.

of the work under this contract an Government with respect to this work.

The amount presently obligated by the 158,847.29 3.

contract is S l

the contractor in approximate y rs.

f proper and correct invoices or vouche Payment The Government shall render payrent to ttachment 3 of this contract.

thirty (30) days after submission ont are contained in Clause 5.3 Billing Instructions are specified in a Additional provisions relating to payme of the General Provisions hereto. ISTRATIVE RATES RRTICL~d IV - OVERHEAD / GENERAL AND ADMIN h ad rates which shall be l costs, the contractor shall be reim-Pending the establishment of final over e f

hereunder at the provisional rate o negotiated based on audit of actuabursed for allowable A.

l and administrative rates whicn 1ER percent of f actual costs, the contractor shall Pending the establishment of final genera sts hereunder at the provisional shall be negotiated based on audit o B.

be reimbursed for allowable indirect co h d percent of total direct costs and over ea.

d Article, said provisional overhead rate of 4EEh_

Notwithstanding A. and B. of this d rates by the Contracting Officer.

G&A rates may be adjusted as appropr C.

i upon the acceptance of such rev se

]

Page 29 ARTICLE V

- PRIVATE USE AND PROTECTION CF UNCLASSIFIED GOVERNMENT INFGRMATION A.

Except as specifically authorized by th:: ::ntract. or as otherwise accroved by the Contracting Officer, records or other information, documents and

-material furnished by the Commission to the contractor in the performance of this contract, or information develoced by the contractor in the course of the work hereunder, shall be used only in connection with the work performed under this contract.

The contractor shall, upon completion or termination of this contract, transmit to the Commission all records or other information,

' documents and material, and any copies thereof, furnished by the Commission to the contractor or developed by the contractor in the performance of this contract.

B.

The contractor shall be responsiole for safeguarding from unauthorized dis-closure any information or other documents and material exemot frem public disclosure by the Commission's regulations and made available to the con-tractor in connection with the performance of work under this contract.

The contractor agrees to conform to all regulations, recuirements, and directions of the Commission with respect to such material.

C.

The contractor's duties under this clause shall not be construec to limit or affect in any way the contractor's obligation to conform to all security regulations and requirements of the Ccmmission certaining to classified information and material.

ARTICLE VI

- KEY PERSONNEL Pursuant to this ARTICLE (Key Personnel), the following individuals are consicered to be essential to the successful performance of the work hereunder and shall not be replaced without the prior approval of the Contracting Officer.

In such event, the contractor agrees to substitute persons possessing sucstantially eaual abilities and qualifications satisfactory to the Contracting Officer.

Roy Williams M. Mifflin ARTICLE VII

- TECHNICAL DIRECTION A.

Performance of the work under this contract shall be subject to the tech-nical direction of the NRC Project Officer named in Article viii of-this contract.

The term " Technical Direction" is definec :: include the f,ollowing:

1.

Technical direction to the contractor which shif ts 'uorx emphasis between areas of work or tasks, requires pursuit of certain lines of inquiry, f, ills in details or otherwise serves to acccmplish the con-tractual scope of work.

2..

Providing assistance to the Contractor in the preparation of drawings, specifications or technical portions of the work description.

3.

Review and where required by the contract, aporoval of technical reports, drawings, specifications and technical infer?ation to be delivered by the Contractor to the' Government unoer tne contract'.

3C Page be within the general scope of work stated 'n the Technical direction must The Project Of ficer~ does not have the authority to and may not 3.

contract.

issue any technical direction which:

Constitutes an assignment cf additional work outside the general scope 1.

~ f the contract.

o Constitutes a change as defined in the clause of the General Provisions, 2.

entitled " Changes."

In any way causes an increase or decrease in the total estima ted contract cost, the fixed fee, if any, or the time required for 3.

contract perfonnance.

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

the contract.

ALL TECHNICAL DIRECTIONS SHALL BE ISSUED IN WRITING BY T OR SHALL BE CONFIRMED BY SUCH PERSON IN WRITING WITHIN C.

DAYS AFTER VERBAL ISSUANCE.

A copy of said written direction shall be submitted to the Contracting Officer.

shall proceed promptly with the performance of technical directions duly issued by the Project Officer in the manner prescribed by The contractor this article and within such person's authority under the provisions of this article.

contractor, any instruction or direction issued If, in the opinion of the by the Project Officer is within one of the categories as defined in B(1) through (4) above, the contractor shall not proceed but shall notify the Cuntracting Officer in writing within five (5) working days after the receipt of any such instruction or direction and shall request the Contracting Upon receiving such notification Officer to modify the contract accordingly.

from the contractor, the Contracting Officer shall issue an appropriate in the contract modification or advise the contractor in writing that, Contracting Officer's opinion, the technical direction is within the scope of this article and does not constitute a change under the Changes Clause.

Any unauthorized commitment or direction issued by the Project Officer may D.

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.

A failure of the parties to agree upon the nature of the instruction or E.

direction or upon the contract action to be taken with respect thereto shall be subject to the provisions of the contract clause entitled " Disputes."

T

authori:ed of tnis Of ficer's ical aspects act on i

the Contracting cuest any Officer) for tecnn or terminate, OFFICER or re ral designated as arprove nilate not authorized to contract cost:

Project any u

as h rebycalled issue in an increasecontract; or ical inaf t rOfficer is contractor's tecnnd recomme ding under the in could resultarisino set n

of scope (1) monitoring the f pe )ormance, aninterpret ng technical disput:

the rf i

(2 forming and assessment orequirerents; d; (4) per(5) assist ng theperf rcsponsible for:

i mance.

require during er is contra t; andencounteredauthoriz mendations ng surv::illancechanges invaluationby this lems ed to as c

Officcr is nder Officera d submit recomrequired unegotiating ming t chnical e requiredof technical probProject ig n

acc:ptances by co tractorssupplies, servicesfor direct ng or r solutionauthority, the i

n contra t.

c of thisreimbursementsuspension forresponsiblein the valid. it must:(2) not 1e iew for cited ast d val, or Officer isamou ts contract; contractor to be n

conditionsa basis for disappro The Contractingms, condit ons, oOfficer to theof work se r

in the i

expressed terms, forth itute le; and, as (3) not constdalivery scheduco.1 tract cost.

a ter from th: Proje ttne descriptionchange to the c

rk or contract;contractincrease.in the atEnt withassignment of wo into this or d

rformance r 41y

'ations incorporate of pe a basis fo

,tew

n to tha periodstitute va, (4) not con i

4 e

Page 32 O

ARTICLE IX TRAVEL REll1BURSEf1ENT The contractor will be reimbursed for the following reasonable domestic travel costs incurred directly and specifically in the performance of this contract and accepted by the Contracting Officer:

l.

Per diem shall be reimbursed at a daily rate luat to exceed $75.00.

The per diem amount is comprised of lodging expense plus meals and miscellaneous expense.

2.

The cost of travel by privately owned automobile shall be reimbursed at the rate of.205 per mile.

3.

The cost of travel by rented automobile shall be reimbursed on a reasonable actual expense basis.

4 All common carrier travel reimbursable hereunder shall be via economy class rates when available.

If not available, reimbursement vouchers will be annotated that econcmy class accommodations were not available.

First-class air travel is not authorized.

5.

Receipts are required for common carrier transportation, lodging and miscellaneous items in excess of $l5.00 O

h

contract shall

" Allowable under this5.3 -

lowable Cost services General Provision No.

tor's is for the Contrac with acc:rdance and Payment."

required

in Fee Costs is of Certain Direct tracting Officer athorization writing by the Con reby authorized to The Contractor is hespecified

in authorizationts:

.e following cos rates at the fees Exception:ing consultants

$35.00 ansultant itilize the follow 25.00 500 hrs.

30.00 M. MIfflin 200 hrs.

40.00 A. Elzef tawy -

200 hrs.

35.00 200 hrs.

16.00 J. Hess shall not exceed D. Ralston 200 hrs 35.00 450 hrs.

J. Brown J. Osiensky -G. Bloomsbury 45 consultant services 7 hrs.

the above estimated that

$52,299.00 incentive payments.

Government is It Ov:rtime, shift ofhe United States.

maintenance of All travel outside t contracts, or 2

rvice Rental agreements, se 3

Equipment.

contract,the 4.

of this llowingSCHEDULE; of Precedence ecedence in the fo provisions PART III CONTRACT inconsisten y between the Articla XI Order sal; and 5) resolved by giving pr )The Contractor's c

2 T OF WORK; In th; event of anyinconsistency shall beARTICLE I STATEMEN 4) contract.

1) in this PART IV Attachmentswhich resulted crd:;r:

3) icitation sol

Page 34 ARTICLE XII - GENERAL PROVISIONS / ALTERATIONS This contract is subject to the' attached provisions of Appendix A. General l

Provisions, entitled " Cost Type Research and Development Contracts With C:mmercial Organizations," dated 12/1/81 and additions thereto.

Special Provisions Added:

1.

Utilization of Women-Owned Business Concerns 2.

Administration of Cost Accounting Standards 3.

Cost Accounting Standards -- Nondefense Contract 4.

Subcontractor Cost and Pricing Data Price Reduction for Defective Cost Pricing Data - Price Adjustments 5.

Price Reduction for Defective Cost or Pricing Data 6.

7.

Waiver of Facilities Capital Cost of Money

o-!.'

Pasc 35 p-

$ - oo. t l

3

!.pART.14

~

OfAUb Yh t T-Attachmen Ins'- -

4 Attachment au;s-3terization Reports.

achment 6 j

sntent f0f Attachment B ggtachment 9 gersnct5 for the

\\

\\

1

,\\

\\

i t

~

e

\\

_ _ _ _ _ _ - _ - _ _ _ _ - _ _ _.._