ML20044E010
| ML20044E010 | |
| Person / Time | |
|---|---|
| Site: | Indian Point |
| Issue date: | 04/16/1993 |
| From: | Michael Scott NRC OFFICE OF ADMINISTRATION (ADM) |
| To: | Lofy R PARAMETER, INC. |
| References | |
| CON-FIN-L-13423, CON-NRC-03-89-027, CON-NRC-3-89-27 NUDOCS 9305210186 | |
| Download: ML20044E010 (5) | |
Text
. -...
. -.. - 9DL 4
[g.macg'%
UNITED STATES 3-
,j NUCLEAR REGULATORY COMMISSION
~ t-WASHINGTON, D.C. 200664001
'1
- v' o,
g ppR 16 1333 j
i Parameter, Inc.
ATTN:. Richard A. Lofy 13380 Watertown Plank Road i
Elm Grove, Wisconsin 53122 l
Dear Mr. Lofy:
Subject:
Task Order No. 47, "Special Team Inspection, Indian Point 3, under Contract No. NRC-03-89-027 In accordance with Section G.6, Task Order Procedures, of the subject contract, this letter definitizes Task Order No. 47.
The effort shall be performed in accordance with the enclosed Statement of Work and Parameter -Inc.'s-technical-proposal dated April 15, 1993 incorporated herein by reference.
Task Order No. 47 shall be in effect from the date of this letter through May 21, 1993 with a cost ceiling of $23,462.31.
The amount of $22,892.14 represents the estimated reimbursable costs, the amount of $39.07 represents the facilities capital cost of money, and the amount of $531.10 represents the fixed fee.
Accounting data for Task Order No. 47 are as follows:
B&R No.:
320-19-14-05-0 FIN No.:
L13423 BOC:
2542 RFPA No.:
20 93 98A APPN No.:
31X0200.320 Obligated Amount: $23,462.31 The following individual is considered to be essential to the successful performance for work hereunder:
H. Kister.
The Contractor agrees that such personnel shall not be removed from the effort i
under the task order without compliance with Contract Clause H.1, Key Personnel.
l I
1 9305210186 930416 i
PDR CONTR I
NRC-03-89-027 PDR
1 I
q-i
- The issuance of this task order does not amend any terms or conditions of the.
subject contract.
)
Your contacts during the course of this task order are:
l Technical Matters:
Brian E. Thomas, Project Officer -
(301) 504-12106 Contractual Matters:
Sharlene McCubbin, Contract Administrator (301) 492-7764.
j Acceptance of Task Order No. 47 should be made by having an official, authorized to bind your organization, execute three copies of this document in the space provided and return two copies to the above Contract Administrator. You should retain the third copy for your records.
t
-t Sincerely, i
1 lk n h-i Mary Lynn Scott,: Contracting Officer.-
l Contract Administration Branch No.1 i'
Division of Contracts'and Property Management t
Office of Administration r
.i Enclosure.
Statement of Work ACCEPT :
Task Order No 47 1
NAME
.(f
((R GJ l
TITLE l
43/u 1
DATE
'l
.}
-j i
1
e CONTRACT NRC-03-89-027 Enclosure PARAMETER STATEMENT OF WORK Task Order - 47 TITLE: Special Team Inspection: Indian Point 3 DOCKET NUMBER:
50-286 B&R NUMBER: 320-19-14-04 FIN:
L-1342 r
NRR PRIORITY NUMBER:
1 NRC PROJECT MANAGER:
Brian E. Thomas, NRR (301) 504-1210 NRC TEAM LEADER: Wayne Lanning, RI (215) 337-5080 TECHNICAL MONITOR:
Hai-Boh Wang, NRR (301) 504-2958 PERIOD OF PERFORMANCE: April 19,1993 to May 21,1993 1.
BACKGROUND A Special Team Inspection will be conducted at Indian Point Unit 3 to (1) provide information to NRC senior inanagement to supplement SALP, performance indicators and other assessment data; (2) evaluate actions of licensee management and staff with respect to safe plant operation; and (3) evaluate the effectiveness of the licensee's various improvement programs based on the lessons learned from the Fitzpatrick Diagnostic Evaluation.
II.
OBJECTIVE The objective of this task order is to obtain a qualified specialist capable of assessing utility management, organizational effectiveness, and quality assurance. The specialist shall have substantial experience in evaluating the strengths and weaknessess of licensee performance in planning and controlling plant activities, including the effectiveness of an organization to identify, assess and resolve deficiencies that affect safe operation. The specialist must have demonstrated an ability to evaluate improvement programs, communications, business plans, utilization of resources, organizational climate, and quality assurance.
1
III. WORK REQUIREMENTS AND SCHEDULE The work specified in this statement of work (S0W) falls within Section C.1.3 of the basic contract's S0W. The contractor shall provide the qualified specialist, and the necessary facilities, materials, and services to assist the hRC staff in preparing for and conducting the subject Special Team Inspection, and documenting the' inspection activities and findings. Specific tasks under this Task Order are:
Tasks Scheduled i
Completion 1.
Prepare for the subject inspection by Inspection preparation and reviewing inspection related back-documentation review is ground documentation and records scheduled to take place on or provided by the NRC Team Leader and about April 19-23, 1993 in prepare input to the inspection plan.
Region 1 offices.
2.
Perform the subject inspection.
The on-site inspection is to take place on or about April 26 - May 7, 1993.
3.
Prepare inspection report input.
Documentation of inspection at the contractor's office on or about May 10-14, 1993.
NOTE: The contractor's staff will require unescorted access to the site.
Prior to the start of on-site preparation, the contractor's staff is required to be available to coordinate inspection aspects with the Team Leader. This includes discussions on inspection assignments, background briefing regarding inspection objectives, coordination of travel logistics, and preparation of site access documentation.
IV.
REPORTING REQUIREMENTS Technical Reports At the completion of Task 1, the contractor's specialist shall provide inspection plan input to the NRC Team Leader. The format and scope of this input shall be as provided by the NRC Team Leader.
During Task 2, the contractor's specialist shall provide daily reports to the NRC Team Leader. The format and scope of these reports shall be as provided by the NRC Team Leader.
2
I At the completion of Task 2, (prior to the inspection team's exit meeting with the licensee) the contractor's specialist shall provide a draft inspection report input to the NRC Team Leader. Again, the format and scope of this input shall be as provided by the NRC Team Leader.
Typically, this input will consist of a handwritten summary of the specialist's inspection findings.
At the coupletion of Task 3, the contractor shall deliver the specialist's final inspection report input (feeder report) to the NRC Project Manager (original and one copy) with one hard copy and one computer diskette version (Wordperfect 5.1 or other IBM PC compatible software acceptable to the NRC Team Leader) to the NRC Team Leader. The format and scope of the final report inputs shall be as provided by the NRC Team Leader.
The specialist's feeder report will serve as documentation of the specialist's inspection activities, effort, and findings, and will be used by the NRC Team Leader for the preparation of the NRC's inspection report.
As a minimum, each specialist's report input shall include the following:
Identity of the individuals (name, company, and title) that provided information to the specialist during the inspection.
For each area inspected, a description of the activities and general
=
findings and conclusions reached regarding the adequacy of the area.
For each area with a concern or findings, a discussion of the concerns or findings with technical bases.
Business Letter Reports The contractor shall provide monthly progress reports in accordance with the requirements of the basic contract.
V.
MEETINGS AND TRAVEL One, one-person, three day trip to the regional offices to prepare for the subject inspection.
One, one-person, 12 day trip to the plant site to assist the NRC in conducting the subject inspection.
The contractor's staff shall coordinate all travel arrangements in advance with the NRC Team Leader.
VI.
NRC FURNISHED MATERIAL Documents required to prepare for the subject inspection will be provided by the NRC Team Leader.
VII. OTHER APPLICABLE INFORMATION The work specified in this S0W is 100% licensee fee recoverable.
3 4
1