ML20051E962

From kanterella
Jump to navigation Jump to search
Contract: Reanalysis of Existing Data from Telephone Surveys Re TMI Awarded to Ms Hershey Medical Ctr
ML20051E962
Person / Time
Site: Crane  
Issue date: 04/15/1982
From: Fulgimiti S, Mattia M
NRC OFFICE OF ADMINISTRATION (ADM), PENNSYLVANIA STATE UNIV., UNIVERSITY PARK, PA
To:
Shared Package
ML20051E956 List:
References
CON-FIN-B-8612, CON-NRC-03-82-123, CON-NRC-3-82-123 NUDOCS 8205170049
Download: ML20051E962 (12)


Text

AWARD /CONhC1 l

stu: 9:

wt, isu l

i.

m.i s..i,c : o.

e u... ste A.noN s

-.i eep

.c i-i iai

,s

( v.. i g 1 ( J ~, = is 1. lens A No I If f Ef I** t { ae4

, )

6)()' HsrTONi PU F( H s s[ flQU(sI/PROJtCT s.,

4 (! I' OI C f C G Haf tC'eAL Cl f;

  • BtG 2AND,C9DM$38G.l.

-- hRC-D3-h? 1'n 4/15lm.

.unn-82A23 3 issutD SY CODE e ADunestteID tv cope l F te U S. Nuclear Regulatory Commission

~

U " a t'tsts r

(if esher shee blaa S)

Division of Contracts C *-'rsee orta.

Washington, DC 20555

. COmucTOR CooEl l-raClurr CooE l

, Discoum eos no-n PAv=,c NAME AND ADDRf$$

]

l?

r s Milton S. Hershey Medical Center fe"d;,"f;,

Pennsylvania _ State University

~

s-

<ed nr <a,>

Hershey, PA" l7033

?

t o. svamit iNvo:Cas in aCcorddnC?

[

with attached Billing Instructions.

Cd El (

Q II. SHIP TO/ MARK FOR CODE l l

12. PAYMiHT, W't1 8E MADE SY U.Se Nuc. lear Regulatory Commission Office of the Controller Washington, DC 20555 s

dio u.s.C. 23od tax is. Tw2 noCuarutNt wAs ADvransrD. Q NeconAttD. PunsuANr to:

@ at u.sc 252 tex 1 m ls. ACCOUNTING AND APPROPflAnON DATA

~

B&R Noe 20-19-10-11-2 FIN Noe B8612

$21,770.00 IS.

16 17.

15.

t F.

20.

tit M NO.

sVPPllts/ sE RVICES QUANTITY Utd!

. UM3 ellCf AMOUNT s

Provide n.

necessary personnel, facilities, materials, and services to accomplish the 7

~

effort entitled " Reanalysis of Existing Data from Telephone Surveys Concerning Three Mile x

i Island as set forth in the Statement of Work 9

herein.

y l

t s

i Fully Funded Cost-Reimbursement Contract I

TOTAL AMOUNT OF CONTRACT $ pl,770_00 28.

CONTRACTING OFFICER tt'lLL CObtPLETE BLOCK 22 oR 26 AS APP 11 CABLE 26.

AWARD (Cestracter ir eet regning de sige this desement.)

Yeve onw

22. h CoNTRACfot's NEGot1AftD AGaEEMENT (Castracter is regning to sige s&is decoment med resero 3 reples se isseing efte.) Centractee agrees en Seticisation Nvmbw latfwd.*G the le Ivenish end delive# eit stees or perleesa ett the soevoses set fenk er otherwise additieas et changes smede by yee =Hb odd *eas or theages are set leeth te 0.4 Ideanted ebe.e sad en ear sed.avehoa sheets for the sene.deeshea sta**d her***.

above. is keveby ecces*ed es to the ite mi E sted ebe e end on say seatinwohee skeech The sistes and obt.gehens of the pene.es to this eenered shell be subiece to end se*

This owerd ceasemmeees the contreet which e asists of the felle=ias desweea8*e f?l eraed by the fetta=.ag docume.es. (e) thee e.<d/coateece, (b) the selecienteen. 6f say.

the Ge,e, ament's sol.cieet ea and yew eRet, and (b) this e.eed/conhett, too ead (c) s.ch p,..a.iene,.o p eienee.as ee,hr.coneas, ead speci'*.conieas, es **e f.nhoe eenerec+wel decomeae is oecessary.

envked or encorpo eeed by,ete<eace kere.s.

(Atlasburants are listed herein.)

(([4

27. UNT STATES OF AMf 41dA f

' 2 3.

Amt

,CoNTEAcY Milton S. Hershey Medical Center y / )3 j

,i

$,ne. e ecce e,., reae.,

1 is. es e on,.. a..

.ed s..ai i.

24 kaha

,e sicuss trip er riens

25. Dart sicNcD 2s. Nwa or CoNtaActwo orricta trip er v.er) 2,. DAie s.Guro Deputy Coab :r Mary Jo Mattia 4pJ182 U'o Piha S. !!mMy L'ca' ital Center 4//;n } M.

n-lin i'crr%.d2 m Ustersity

=" ~ 'a-"

    • ""8-820517no qcg u-3

Page 2

~

TABLE OF CONTENTS 1

This contract consists of the following:

1.

Standard Form 26 - Cover Page 2.

Table of Contents 3.

Contract Schedule l

Article I - Statement of Work Article II - Period of Performance Article III - Consideration and Payment Article IV - Key Personnel Article V - Technical Direction Article VI - Project Officer Article VII - Travel Reimbursement Article VIII - General Provisions / Alterations 4.

General Provisions for Cost Type Research ar.d Development Contracts with Educational Institutions, dated 1/6/82 e

ge--,

y wea

    • -Me-ww

-p.

,,9%

-w.

e

._p

_ mm m,9

+

+%---

e ye

Pa ci

~ Article I STATEMENT OF WORK TIT!E:

Reanalysis of Existing Data from Telephone Surveys Concerning Three Mile Island A.

BACKGROUtiD Following the accident at the Three Mile Island Unit 2 (THI-2) nuclear power plant, the decision to restart the undamaged TMI-I unit, located on the same site, was delayed pending fluclear Regulatory Commission (flRC) review.

During the TMI-1 restart hearing process, the cor,tention was raised by People Against fluclear Energy (PAfiE) that psychological stress might occur within the THI community as a result of the THI-1 restart, and this possibility should be considered in fiRC's decision.

A U.S. Court of Appeals decision on 7 January' 1982 supported PAfiE's contention.

In response to the court decision, the fiRC has begun the process of preparing an environmental hssessment of the effects of a proposed TMI-1 restart on the psychological health of the residents and on the well-being of the communities in the TMI neighborhood.

B.

OBJECTIVE The purpose of this project is to use existing data collected after the accide'nt at TMI Unit 2 to infer or extrapolate possible psychological responses that might be exhibited among the TMI population as a result of j

a THI-1 restart.

C.

SCOPE This work will involve four data sets:

(1) the U.S. f4RC T11I July,1979 survey in which persons out to 55 miles from TMI were interviewed, (2) the Pennsylvania Department of Health July,1979 survey of persons 'living within 5 miles of TMI, (3) the Department of Health January,1980 survey which included both a replication of the flRC sampling and re-interviews with persons involved in the Pennsylvania Department of Health July survey, and (4) the Pennsylvania Department of Health survey of October,1980 of persons who, since the accident, remained in the same-dwelling, moved out or moved into the area plus a control group 41-55 miles from TMI.

Data sets 2, 3, and 4 were collected under contracts with the Pennsylvania Department of Health.

l 1

I Pd90 S 1.

Task 1

~

The contractor shall attend a technical direction meeting with fiRC and other flRC contractors at which the contractor shall present the indicators to be used in the analysis; supporting rationale for choices of the indicators; and rationale for comparability of indicators across research designs.

The contractor shall provide to the f1RC Project Officer six (6) copies of a letter report for final fiRC approval which confims the agreed upon indicators and a list of the questions to be analyzed.

2.

Task 2 The contractor shall perfom an analysis of the data which shall consist of the following:

(a) The contractor shall perfom an analysis to identify differential attitudes towards the situation at TMI.

Questions conc 5rning attitudes toward restarting TMI-1 were included in~both the January 1980 and October 1980 surveys.

The October 1980 survey included questions about how respondents wanted furture decisions to be made regarding the situation at TMI.

The contractor shall conduct an analysis to identify the categories of persons who hold these different attitudes and how the attitudes are correlated.

(b)

The contractor shall investigate categories of persons distressed by the situation at TMI and if and how these categories changed over the 18 months following the crisis.

A number of indicators of distress were included in the different surveys including:

perceived danger from THI, self-ratings of level of upset of respondents regarding the situation at TMI, reporting of stress-r61ated symptoms and attribution of symptoms to TMI.

Preliminary l

analyses suggest that, over time, the categories of persons distressed about TMI have changed.

The contractor shall conduct an analysis to detemine whether: (a) the categories are changing and (b) if the categories are changing, which sub-groups are involved and suggest reasons for these changes.

(c) The contractor shall attend and participate in a meeting with fiRC staff and other fiRC contractors to discuss how different sub-samples would have responded to survey questions and other indicators identified in Task 1, and to detemine how these samples differ or are similar to the general population.

As a result of this meeting, and prior analyses the contractor shall integrate the findings of these studies, provide a discussion of the results of the studies, and detemine the degree to which the findings can be generalized.

(fiOTE:

this shall be documented in the final report.)

l Page 5 Thb contractor shall provide the results, recommendations, and conclusions 3.

of all of the above analyses in a report to the NRC Project Officer as follows: a preliminary letter report, a draft final report, and a final report as detailed in the Reporting Requirements set forth herein.

D.

REPORTING REQUIREMENTS 1.

Task 1 - Letter Report The contractor shall provide a letter report containing the indicators to be used for the analysis; supporting rationale for choices of the indicators; and the. rationale for use of the indicators in this comparative analysis.

2.

Task 2a and Task 2b-Preliminary Analysis

(

The contractor shall provide all analysis of data perfomed to date; a descriptive analysis of significant findings, and a discussion of analysis to be perfomed during the balance of this program; 3.

Task 2a and Task 2b - Task Report The contractor shall provide all analysis of data; a discussion of the results of the data analytic efforts; a description of the results of the attempts to integrate the findings of the studies; and a description of 9

the degree to which the' findings differ from the general population of J

Pennsylvania.

4.

Final Report The contractor shall present to the NRC a final report containing a discussion of all analysis perfomed and conclusions drawn. The contractor shall " submit a draft of this report for NRC review and comments.

The final version of this report shall respond to NRC comments.

For each of the above listed reports the contractor shall provide six (6) copies to be distributed as follows:

Contractor Officer (M. J. Mattia) (1) -

U.S. Nuclear Regulatory Commission l

Mail Stop Washington, DC 20555 R.Vollmer/C. Poslusny (1)

U.S. Nuclear Regulatory Commission l

Division of Engineering l

Mail Stcp P-202 liashington DC 20555 i

l s

I c ue f.

J B. Grenier (1)

U.S. Nuclear Regulatory Commission Mail Stop P-433 Washington, DC 20555 ProjectOfficer(ATTN:

W. Regan) (1)

U.S. Nuclear Regulatory Commission Mail Stop AR-5200 Washington, DC 20555 Technical Monitor (ATTN: P. Rathbun) (2)

U.S. Nuclear Regulatory Commission Mail Stop AR-5200 Washington, DC 20555 E.

TRAVEL AND MEETING REQUIREMENTS The contractor shall provide for the following meetings and travel.

estimated to be required in the performance of this contract:

Attendance at two (2) meetings at a site in Pennsylvania.

Each meeting to be held for two days.

Attendance at two (2) meetings at NRC headquarters.

Each

]

meeting to be held for two days. -

J (Total of 4 meetings encompasing 8 days.)

i Schedule Completion Date Task 1:

Technical Direction meeting Within 5 days

  • Letter report 3 days after meeting NRC Approval 12 days l

l Task 2a:

Preliminary analysis and report May 7, 1982 Analysis complete -

35 days Task Report 40 days

  • Working days after effective date of contract.

1

..n,_-.-

I i

Poge '7 3

Task 2b:

Preliminary analysis and report May 7, 1982 Analysis complete 35 days Task report 40 days Task 2c:

Meeting Within 40 days Preliminary analysis 45 days Analysis complete 50 days Final Report:

Draft 65 days

/

NRC review and comments 75 days Final report 85 days ESTIMATED LEVEL OF EFFORT It is estimated that the following icvel of effort will be required for the performance of this contract.

Project Director 50% of time over 85 day period Research Coordinator 100% of time over 85 day period 4

Article II - PERIOD OF PERFORMANCE The performance of work described in Article I herein shall commence as of the effective date of this contract and shall continue through 85 days after said contract is effective at which time all work shall have been completed and all reports shall have been submitted.

Article III - Consideration and Payment A.

Estimated Cost and Obligation of Funds 1.

It is estimated that the total cost to the Government for full performance of this contract will be $21,770.00, which represents the estimated reimbursable costs.

2.

The total amount obligated for payment under this contract is $21,770.00.

L-__

w

~c--

%% % m.

7

-y_;--_____

Page 8 B.

Payment 1.

The Government shall render payment to the contractor in approximately thirty (30) days af ter submission of proper and correct invoices or vouchers.

2.

Additional provisions relating to payment are contained 4

in Provision No. 5.4 of the General Provisions hereto.

C.

Indirect Costs 1.

The contractor shall be reimbursed for fringe benefit costs at the predetermined rates of 23.7% of salaries and.6.8% of wages.

,,,,:,v' 2.

The contractor shall be reimbursed for the Modified Total +'

Direct Costs (Overhead) at the predetermined rate of 36%

applied to total direct costs (excluding those elements which the contractor has agreed with Defdnse Contract Audit Agency to exclude from application of this rate).

D.

Allowable Costs Prior authorization in writing by the Contracting Officer is required for the following costs:

1.

Fees for Consultants other than those specified in the Contractor's cost proposal dated April 1982.

l 2.

Overtime; shift or incentive payments.

3.

All travel outside the United States.

l 4.

Rental agreements, service contracts, or maintenance of i

Government equipment.

l l

=N+A-

~

p-.+ epi

_-Wpw-r@

s=tw*.mhM

=

- - ~ - - -

-%.,,Q_.r.m m

I hme 9 Article IV - KEY PERSONNEL Pursuant to General Provision No. 2.3 (Key Personnel), the following individuals are considered 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 substantially equal abilities and qualifi-cations satisfactory to the Contracting Officer.

Dr. Peter S. Houts, Project Director ARTICLE Y

- TECIINICAL DIRECTICH A.

Performance of the work under this contract shall be subject to the tech-nical direction of the 14RC Project Officer named in ARTICLE y1 of this contract.

The term " Technical Direction" is defined to include the following:

l.

Technical direction to the contractor which shif ts work emphasis between areas of work or tasks, requires pursuit of certain lines of inquiry, fills in details or otherwise serves to accomplish 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, approval of technical reports, drawings, specifications and technical information to oe delivered by the contractor to the Goverr.mant under the contract.

B.

Technical direction must be within the general scope of work stated in the contract.

The Project Officer does not have the authority to and may not issue any technical direction which:

1.

Constitutes an assignment of additional work outside the general scope of the contract ~.

2.

Constitutes a change as defined in the clause of the General Provisions, entitled " Changes."

VW,

mo_.

h Aw.gs.gw e

.m er h.

__.__4

.M NM4

Page 10 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.

C.

ALL TECHNICAL DIRECTIONS SHALL BE ISSUED IN WRITING BY THE PROJECT OfflCER OR SHALL BE CONF:RMED BY SUCH PERSON IN WRITING WITHIN TEN (10) WORKING DAYS AFTER VERBAL ISSUANCE.

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

1 The contractor shall proceed promptly with the performance of technical directions duly issued by the Project 3fficer in the manner prescribed by this article and within such person's authority under the provisions of this article.

If, in the opinion of the contractor, any instruction or direction issued 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 nofify the Contracting Officer in writing within five (5) working days after the receipt of any such instruction or direction and shall request the Contracting Officer to modify the contract accordingly.

Upon receiving such. notification ~

from the contractor, the Contracting Officer shall issue an appropriate contract modification or advise the contractor in writing that, ir, 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.

D.

Any unauthorized commitment or direction issued by the Project Officer may result in an unnecessary delay in the contractor's parformance, and ray I

dven result in the contractor expending funds for ur. allowable costs under the contract.

i E.

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 thereto shall be subject to the provisions of the contract clause entitled " Disputes.,

l Article VI - PROJECT OFFICER William H. Regan, Jr. (telephone:

301-492-4813) is hereby designated as the Contracting Officer's authorized representative (hereinafter called Project Officer) for technical aspects of thir, contract.

The Project Officer _is not authorized to approve or request any action which results in or could result in an increase in contract costs; or terminate, settle any claim or dispute arising under the contract; or issue any unilateral directive whatever.

r%

The Project Officer is responsible for:

(1) monitoring the contractor's technical progress, including surveillance and assessment of performance, and recomending to the Contracting Officer changes in require: rents; (2) interpreting the scope of work; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting the contractor in the resolution of technical problems encountered during performance.,

Within the purview of this authority, the Project Officer is authorized to review all costs reauested for reimbursement by contractors and submit recomendations for approval,' disapproval, or suspension for supplies, services required under the contract.

The Contracting Officer is responsible for directing or negotiating any changes in terms, conditions, or amounts cited in the contract.

For guidance from the Project Officer to the contractor to be valid, it must:

(1) be consistent with the description of. work set forth in the contract; (2) not' constitute new assignment of work or change to the expressed terms, conditions or specifications incorporated into this contract; (3) not constitute a basis for an extension to the period of performance or contract delivery schedule; and, as.

stated above, (4) not censtitute a basis for any increase in' the contract cost.

The Technical Monitor for this contract is Dr. Patricia F. Rathbun (telephone:

301-492-9645).

Article VII - TRAVEL REIMBURSEMENT The contractor will be reimbursed for the following reasonable domestic travel costs incurred directly and specifically in the perfomance of this contract and accepted by the Contracting Officer:

1.

Per diem shall be reimbursed at a daily rate not to exceed $75.00.

l The per diem amount is comprised of lodging expense,

l meals and miscellaneous expense.

2.

The cost of travel by privately owned automobile shall be reimbursed at the rate of 20.5c per mile.

3.

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

l 4.

All com6cn carrier travel reimbursable hereunder shall be via economy class rates when available.

If not available, reimbursement vcuchers will be annotated that economy class accomodations 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 S15.00.

1

~. _,. _,

g

l Page 12 0.

Article VIII - GENERAL PROVISIONS / ALTERATIONS This contract is subject to the attached provisions of Appendix A General Provisions, entitled " Cost Type Research and, Development Contracts with Educational Institutions," dated 1/6/82, except as modified below:

The following provision is added:

d 3.12 Utilization of Women-Owned Business Concerns (Over $10.000)

(a)

It is the policy of the United States Government that Women-owned businesses shall have the maximum practicable opportunity, to participate in -the performance of contracts awarded by any Federal agency.

(b) The Contractor agrees to use his best efforts to carry out this policy in the award of subcontracts to the fullest extent consistent with the efficient performance of this contract.

As used in the contract, a " women-owned business" concern means a business that is at least 51% owned by a woman __

or women who also control and operate it.

" Control" in this context means exercising the power to make policy decisions.

" Operate" in this context means being actively involved in the day-to-day management.

" Women" meansall women business owners.

G e

O9 M

f,w-wt*'q.'e%*

M-M

<n 4-m=WNT pL-gg.

.a pq.

j_

,r

  • '*N'NW W' h***M4-#MW*NWe

- " "