ML20052F617

From kanterella
Jump to navigation Jump to search
Contract: Identification of NRC Official & Vital Record File Location, Awarded to Wadlow Associates,Inc
ML20052F617
Person / Time
Issue date: 03/09/1982
From: Hadlin T, Lebo C
NRC OFFICE OF ADMINISTRATION (ADM), WADLOW ASSOCIATES, INC.
To:
Shared Package
ML20052F613 List:
References
CON-NRC-10-82-383 NUDOCS 8205130247
Download: ML20052F617 (23)


Text

.

'^**

l srA,oAnO som 26. auty 1966 m

AWARD /CI.NTRACT -)

1 GEmeAt sEmCas AoemstunON frD PeOC. f M (41Cf t) 1-14.101 1 COP (MACT(Ie..SeAf 8Meef.) NO,

2. EFFECTIVE DAff
3. REOuistTION/PUSCHAsf AEQUEsT/PeOJECT NO.
4. CERTIFIED FOR NATloNAL DEFENSE UNDER 80$A REG. 2 AND/Ca DMS REG. t.

APR 19152 RFPA yo. ADM R2 1R1

eAnNG,

_ NRC-10-82.1A1 s issUr0 By coor;

.. Ac astruo se coasl

r. oeuvEnv roe oesn.

(t/

6,, same aina s; O NAnc=

U.S. Nuclear Regulatory Comission O *ofm, (s.

Division of Contracts sw Washington, DC 20555

.. comucron cooe l l

raciurr cooe l 9.omCoum rOn reOmrTPArm m NAME AND ADOeESS Wadlow Associates, Inc.

,'ee,",l 5,e,;.

4850 Connecticut Avenue, N.W.

<es ztr <.e >

Apt. 820 Washington, DC 20008 g,s; To Aoonss snows..ee/. ass esbererer

10. SuaMit INVOICES (d copsas tOCx 12 PAYMENT WILL BE MADE BY Code l
19. SH2 ToMAM Foe coasl l

U.S. Nuclear Regulatory Comission Office of the Controller Washington, DC 20555 g io U.s C. 2304 ten i i2 Teo c.OCunm m wAs AnvTrnsfo. @ NeGonATTo.,U suAm TO.

@ di U.s.C. 232 (cM ]D}

Id. ACCOUNTNG APC APPEOPR1ADON DATA B&R No.: 48-20-25-8-26 Appropriation Symbol: 31X0200.402 i r.

i s.

i,.

2o.

is.

SUPPLIES /sERVeQs QU A NTITv UNIT UNff PelCE AMOUNT Ef t M NO.

The Contractor shall collect and analyze

$27,700.00 information necessary to prepare an agency official file station network and a vital records schedule which conforms to established regulations.

The services to be performed shall be in accordance with your proposal dated 12/28/81 which was submitted in response to RFP No.

RS-ADM-82-383 which is hereby incorporated and the addendum to your proposal dated 3/3/82 which is incorporated by reference.

The Deliverables / Pricing Schedule on pages 2 and 3 of this SF-26 is based on the required tasks to be performed as described in Article I,.

2'-

FIRM FIXED PRICE fotAL AMoum or coNruct s 27.700.00 CONTRACTING OFFICER TILL COMPLETE BLOCK 22 OR 26 AS APPUCABLE

22. @ CONTRACTOG s NEGOTIAftD AGtfEMENT (cessresser as regesrvd te ago 2 6. O ** ^ao < c < - '

' < s ' < <* ' s - ' >

a-cl.d

.e

  • , us. e, e.s re,are 1

me,,,,

,e

.e,e,e t,., C

.ceer

,se.

se, _ -

eddiheme er chenges smede by yov wh ch addiesens or changes are see feeth in fwl1 se twenesin end del vee all.eems se perecem oil the soevices see fedh or otherwese edea*Aed ebeve end on any cons..wehen sheee, ter the cone.deestion steed herese.

abooe, se heaeor eccepfed en to the eeevne Lared ebeve end en any conhaushee ahoesk Teise eweed consoniseeres the cenerect =h.ch ceae.ses of the lettowing decweeness let The apses and otheenene of 'eie peehee to then concrece sheel be subsect se sad are ease by the toile=.ng deeweeeee (el this eword/soneroce. (b) nie eel.ueshen, of wsy, the G eas ear's sei.cdecisa and yene e#er, end (b) shes sword /cenfree.

No f dhee cerevocewel desweene es necessary.

end (c) swch proves.eae, represensee eas conh Acee,ene, end spec Aceheas. es are m" er encorpo.eeed by re6e ooee here o

( Assabweens are lossed bertre.)

r

27. UNITED STATES OF AMEt1CA
23. MAME Of CCe4tACTOs u Y

,, _, m. m f Y r

/ " C ~ _-

s

?

e,-

e, _ O e.,

.<p.

~

$3GNER (7 pr er pyyss/

23 DATE 33GNED

24. NAME OF CONTRACTING QMCIt (Type er pryst)
29. DATE $3GNgp
24. seAME Ape Tfftf Op 7

W.&#+ ma e ac gp y

CRAIG D LEB0

- 8205130247 820309

" w'- - - ~ ~'n a - a -

26-PDR CONTR NRC-10-62-363 PDR

...... ~...

esca lcr

w. ee. or r 3 um co.as.

fAposen Poen so Jun 1964 CONTINUATION SHEET NRC-10-82-383 2

~reatstu<rian,n-suanow

e. noc. ca. vi c i.i u es
  • t Of Of tteos Ce CO.ctaCTot e

ovanun ums ums na wo m surrvesntevocts tu no.

Deliverables / Pricing Schedule 1

Lot

$5,540.00

$5,540.00 Development of an inventory of the file locations of all NRC records at each operating level, describing their contents by record series and composition, and reviewing the adequacy of the NRC documentation relating to its functions and activities; I

l Preparation of flow charts as needed for each record type showing documentation flow between organizational units; Description of each record type accumulated at the separate operating levels as official record or non-record reference material with applicable authorized disposition instructions; and 1

Lot

$5,540.00

$5,540.00 Development of a master inventory of vital operating records.

Develocment of an official file station directory which includes the official file location for record

~

copies of each record type and identifica all, authorized duplicate file locations for each record type, and a descriptive inventory of vital records by series and composition.

Preparation of~ file maintenance and 1

Lot

$5,540.00

$5,540.00 disposition plans for each file station and the formal identification of file locations where vital records are accumulated, 1

Lo'

$5,540.00

$5,540.00 cDevelopment of procedures for vital

~

records management, and preparation of appropriate NRC Manual Chapters on files management and vital records protection.

a

PAGt lCP nat. No. of ' T Meco cC>ds.

)

STAND &fD PCSAS 34, NLY If04 CONTINUATION SHEET NRC-10-82-383 3

c.i.one.i sisvers ao,n e.aAn.o st e.rioc vo.p c re..

- o, o,,sion os co.ca.cios QUANilfT UNet UNif re d AMC' ST

$UPPLit1/$! VICtg gym Ng,

~

Development and presentation of necessary staff indoctrination / training in the approval system established'.

Final work p'roducts representing the completion 1

Lot

$5,540.00

$5,540.00 of the delineated. tasks in Article I of the Contract Schedule.

TOTAL 527.700.00 e

9 e

-==4e.

O 9

?

9 D

$0 e

e 9-O e

O

. u:..-.-

=.

P.tRT I

. c.r-o.ca ro m.-,

m== i -e,ca et.

.,.o.

j c, 3OLICITATION, OFFER AND AWARD 1

. w

...c, ~

ics.c....c

. o...uoeo uw.s.r.c,v.ca.sa e si RS-ADM-82-33 D a-.-o

= w).===='-i 12/4/81 rwon un-NRC-10,82-383

~

anu 99_ m i e ss.e o.

ccos [

,1 p p.1, s.com ss ce ta to,e

=.a II. S. 'Juclear Re gulatory Comission Oivision of Contracts Same as Block 7

'dasnington. 0.C.

20555 SQLsCITA T1080 o.==aa = -

.a

  • soww'. -a t=,= =.a ei m e os-. so.co..a.a w = s..,

one or19ina1 & 2 copies'w-Oa s sa..e." m.

.ia.,.= -.,<.,arar,'

r.,,,.c,re Room 2223.

5 0 Montaocerv Ave,,a,,,

10 : 00 a. m.,,,.,,,,,,. 174/82 Bethesda, MD 20014 ru,s to.,

i, ia..

.in.e,... a. e m a po

.c,,.

u (Telegraphic respcnses are not caurion - La rt orrens. s,.oas. r a.e s.r s r. corer.

omen.ar, m mo c st, authoriIed) an.o....,.. ae e.ii..a.:

Januarv 1973 3.

r,,, e.

e.

i. tn. soi.cn..

e..,usi ~.a. coa...

m. sa 22 4

.n.c n, e..ac e,

...e m.o.

w,e e eae

4. s cn om, o,.....

., e ae.

m. cw, e.ui.om..,.s io. cinesi.oas s
2. 75.. c.ae.

e...

~. sa 22.

.ea

..a=*

.....n.ca.a.,.ac, w.r.a a

..a ev..#. ace.

.n.cr.s.,.ac,-.. a e.. w.... ace.

te er.e3

.,e inrev.a.,a.e i

sca moonua rion c>u. inee a un a.a. ne.1 ino a.or.cr e,ra >

Joyce Bazin, 301/492 4800 SCmoutz

.. so,.s.eS im. css

.: ou rirv, j,

,,=oj i.usare ca

.s.=cu.e SEE PART III CF THIS SOLICITATION PACKAGE Note: The address shown in Block 7 is for ma" ling only.

Hand-carrie:I proposals should be delivered as addret sed in B ock 9 above. [ Telegraphic proposals are not aut.h.o..riz. e.d

.....e..

CFF En itsq.s 2 and 3 must a,so De swry comci.e.c cy ot*erors la (3, ass..ac. e.tn tRe..@.e. the u,use,s.g,.ed.g,e.6, if tM.S olee,.4.Ct ted uhta c.s end.r d.v. N94,.ade# days watets a ds/ferent o.,,.d.8 ff 4

,veur by rAe e/r,.cf f,.m tme..se f.e,ec e t of.H ers so.c.fi.at.covo, to fu,a.sa

, or.H... ras is.a a.cn

.co.

e o e,ed. ime e, co set.co.s.te..uft e

...ra 3 4.

.d et t n o.

g,i.e.4...ati.f. osam. the t no so.c.fied.. the.cmedule.

's ;;.e.;cy t.ca anc *'....at f e s ser.18 R.,

s ec.ta=c.a c..s

% 70 c.t a=o.m c.,s

% so c.6t=c.m c.,s c.tswo.a c.,s if. CP P ERCR COCfl l

'.C.L'f e COCf l

.*r*.**.*.*.o

.rif ts os etasc=.u r-cmi4so ro s.c= cre en

- WADLOW ASSOCIATES, INC.

....o

,

  • 1" '.

4850 Connecticut Ave..

N.W.

- Apt.820 THOMAS W. WADLOW, Pres.

'.*..E','*.,

Washington, D.C.

20008

.. ic~.rv..

a v..v. o ri

.it.c::t.=olf t t

  • C*4 *.0 >

7 f/

L& r aldn ac..-.....~-...-...-....

..... ~. c o n.... =, a....-.m,

/ /

...m.......,o......

.....a o._,

o.m =m-.

. o..........

,c...

B&R No.: 48-20-25-8-26 All items

$ 27 '00

  • 00 Annennriatinn 9vehnl. 71Yn?nn an?

.. a,., =.c.c s s..........N7..

e*,

35 ;',G,0,',* ',' 0, iwiC N a'

.e.ee..sse c.

,=etec.

yin vse na'c.1O i

...c o...s. t.e o e, cec, j a r...=e =,.% s e..c a e, c:cs l U.S. '!uclear Regulatory Commission (Office of the Controller, Division of Accountir p4ashington, DC 20555 5 %.wtCPc*

1..c?.=G c,..cge

,r,,..,.e=,

  • 1. UNITED ST ATES CF AnaERICA M -a u a c.ra SY Craig D. Lebo

.. y,.,,,,, c, c c,,,,, c,,y,,,,,,,,

.....-...-,,-r-..,.-:.,,......-.,....

33 131 st.ac.,. f e.m ;J **;,,. a E v M71 8.e.cr:o 3,p3.A. s e. i.i Cra) 1.ig.tc1

~ M P NO. Kb AUM-64-Jdd

~

Page 2 REPRESENTATIONS.CERTIF6 CATION $ AND ACKNOWLEDGMENTS REFR E$ENTATION5.C.9eca or comporte att avolocacoe cases or oroens.)

The ottoe reswesents as cart of nas offer that 1.

$'.1ALL SUSINES$ e$re age 14 on $f JJ A I e=e 1.s ! s act 6 ttnsa tus. ness concern' l' offe'or a smail eusiness concern and is not tne rr.anuf acturer of the suppi.es offered.

  • e also ecresents tnat. swoones to et furnisned serennoer C eviii. I will not, be manuf acturered or tireduced by a itnati business concern n tae t,neteo State..* :ossess.ons. or Puerto Rico.

2.

QAINCRITY SUSINESS ENTERPRISE rde C.s. 2 is not, a minority ousiness enterp ese. A minority Dusiness enterprise es defined as a 7usinest, at least 50 percent of whicn is owned by minority 3rouo memcers or,.n case of fiublicly owned bus.nesses, at least 51 percent of the stock of amica is o med my m.ncrity grovo memoers.* For tne puroose of this def amtion. minority group members are Negroes. Spanesa speaking Arrer.can persons.

Areerican-Or.entais. Arner.can encians. Amer can Eseemos. and American Aleuts.

3.

REGULAR OEALER - M ANUF ACTUREW'Acolocante otste to sucoty contracts esceroung $10 000.)

He is a C segular oesier en C manuf acturer of, the suppleet offered.

4.

CONTINGENT FEE Sec uar t$ on SS 23 *1.s r

.~. nas not. tmoioved or retaened any tomaany or oersons torner tnan a futi t:me r>ona In;e emotoyce wyreong gotory or

a. **

nat sne ordem*. v,.anc.t or secure !nis contract, and Ibi ne ! nas. O nas ect. paid or agreed to pae any comoany or person *uther than. ';,,/t.

teme cce..# t.c-cr:osover woremg sclerr for tne offerorf any f ee, commission, percer tage. or oronerage fee contingent i.oca as.resuiting from the a* ara of tnis contract, and agrees to furnesn information vetating to tal and fbs above. as recuested by tne Contracting Officer. "etersteJ

stoon or the representatocar enct.rcong the term ~ bona foot erra oyse."see Cace of Teceral Reputations. Tete <tt. Suecart t 1.31 5.

TYPE OF Btl51 NESS ORGANIZATION He coerates as C an ndiv. dual. O a partnersnio. I a conorofit organitation. 2a corcoration..ncorocrated vecer the laws of the State Maryland

.oa E.

AF Fill A TION AND IDENTIFYING OATA (AnoticJbte only to adverrasert sos,estareces.,

Ear at*eror snail comoiete tal ano tet if apol.caole, ano tel ceiow:

las r<e, s. Es act, owneo or controlied by a parent company, t$te ver.16 on $5 JJ,1..

ids if sne offerce is owned or controlled by a parent company, ne snail enter en the tsocas tielow ine name and main of fice sodress of tne Jarent company:

... e er *

  • a s i. c oue== i 4*.o wa.,= cmc.t accat!*,k

... r.

c. awm..s a s ce=

.c4N= v=eaa sss *** rr a ss n4.

ce* t *oe s 4 - *o

  • * *e a r n=** =. s s. =o 7.

EQUAL CPPORTUNITY l

tas He 3 nat. C nas not. participated in a oreveous contract or suecontract suetect eitner to me Eoual Ocoortunery clause meteen contained in section 301 of Esecutive Orcer No.10925. or tne etause containeo en Section 201 of Esecutive Or tne clause originally Illia. Inst ne O nas. C nas noi. filed all reouired comoviance recorts: ano tnat reoresentanens inoicating sunmission of recus,ed comotia, reocris. signed by stoposed succontractor will be cbtained orior to suDcontract awaros. IThe soove reoresentation need not ce suomitted coneect:on witn contracts or %sDcontracts wnica are enemot from sne ecual occortunity clause.s

'DI The midder for offerori represents tmat (11 ne C nas devetooed and nas on file. C 5as not devetooert and does not have on file.

i eacn estactisnment affirmative action programs as recuired by the rules and regulations of tne Secretary of Labor fat CFR 60 t and 60 21 QI ne C tks not previously had contracts sub ect to tne written affirmateve action programs recuirement of tne rules ano regulat ons of 1 i

$ecretarv of Laoor I The aco,e recresentation snatt oc completed oy escn ordcer for offerore wnose osd raf tevi us $50.000 or more anc wno 1

$U or mene emotoyres I CERinFtCATIONS

  • Orca or comorere att wooresore comes er suocuso 1.

SUY AMERICAN CERTIFICATE The of f eror certifies as part of n.: of fer. Inst: eacn eno croouct suctot tne end products listed teiow. is a domestic end product sas defin "9uy Arnetican Act"), and enas components of wnsnown origin nave teen consicerco to nave teen m.ned.'proeuced, l

.n thesiae,ic entitied i

manuf actis co ouriioe ine umted States, c:.,

=. ce ca.c.

a.:. :so t=c..ccws l

e..

... s n r... : e n e v 3.:

e RFP No. RS-ADM-82-383 Page 3 2

CLEAN AIR AND WATER Acot catie of the bra or offer enceras $100 000.or the sentracturig officer nas cetermuned trat accres under ar. oncefmere quantity contract.n any year auto racted $100 0C0, or a facoloty to be used has been the sucrect of a convection ncer rne C;eart Aor Act r42 U.S C.18$7c.3,'cif!!)or the fecerar Mater pollutoon Control Act (13 U.S C1219tc)I ana,e sustra sy EPA

.o y s me ornetwose estmot.:

The Didder or of feror certifies as follows.

ias any f acihty to be utihted.n tne cerformance of this proposed contract C Mas. C has not. Deen lested on the Environmentas 8'otection Agency List of V olating Facilities.

03 64, aul promptly notify tPe contractmg of ficer, prior to award.or the 'ecerot of any communication from the Directar. Office of cecees: Activities. Environmental Protection Agenc), indicating (nat any facs ity wnsch Me crocotes to use for tne performance of the

cntract *,,nder consideratiors to ce sisted on the EPA list o8 Violating Facilities.

tc! He will include substantrally this certification, including this paragrach (c), in every nonexempt subcontract.

3.

CERTIFICATlCN OF INDEPENDENT PRICE DETEftMINATICN I!ce car 18 on SF JJ.41

!ae 3y suem s.on of n s offer the offeror certifies, and in the case of a 4oint offer. esca carry thereto certif.es as to.ts own Jrganization, tMal in Connect'on with Inis CroCbrement:

(1) The crtCes in 'nis offer have Deen arrived at indepencently. Without consultation, communication, or agreement, for the

w cose of sestr Et.ng C
moetition, as to any *atter relating to such or:Ces with any other offeror or mitn any competafor.

r (2) Uniest otnerwise reouired oy 'aw. the prices anicn nave teen ovoted in this offer have not teen itnowingly disclosed Dy the

    • ,ror ar..s mis!' tot Innuwingty te disclosed by the offefor prior to opening in the Case of an advertised procbrement or prior to award in !he

.ase of a negotiated Drocurement. QireCtty or endi'ectly to any other offeror or to any ComDelitor; and (3) No attemot '"as been made Cr Will De made by the offefor to induce any other person Cr firm to suomit or not to suomit an

  • .f'er fCor (nat DuroCse af restricting Competstion.

ita Ear.n :erson s.gning this offer certifies that:

(It He.s the person.n the offe<or's organization responsi le within that organization for the :ec:sion as to the prices t wing it'ared merein and inat me Pas not carticipated. and will not carticicate,in any action contrary to (altis througn iall3) acove. or

'2] ul He is not the person in the offeior's organization responsicle witnm tnat organization *or the decision as to the prices ceiaq offered Perein Due that me mas seen aatmorized in writing to act as. agent for the persons retoonsiote for such dec:sion in certif ying inat

..c ersons have rot carticicated and uni mot particicate, in any action contrary to (al(1) througn 'alf 3) acove, and as their igent does a.eevoy to certity; and Int he *es.t3t partic:cated, and wdl not =articipate. in any action contrary to tal(1) througn f att3) accve.

a CEr'WFCAT CN CF NCNSEGi;iEGATED PACILnT;ES # Accircacte to !!I contracts.121 tuocontracts. ano (J) agreements worn scu.mants ar'o are tr:emserves performung lecerally awsted construction contracts. eucercing $10.0C0 ansen are not esempt from tne grevossons of the Ecuai Cocortuntry clause.)

Sv ne surmission of inis med, the Dicder, offeror, acoticant, or succontractor certifies that M dces not maintain or provide for his emo;os ees any segregated fac:tities at any of his establisnments. and that he does not permit his employees to cerform their services at any ration.nda ais controt. eneee segregated racilities are maintained. Ne certifies furtr er that he wist not maintain or orevice for nis emcioy.

v s any,egregated f acihties at any of his estabissements, and inat ne wdl not permit nos employees to Derform their services at any Iccation, e

onetcr mis centrns, enere ;gregated f acilities are maintained. The bidder. off eror, acclicant. or suocontractor agrees tnat a Dreach of this cer.

..fication is a violation of the Ecual Ocoortunity c!ause.n this contract. As used in thes certification, the term segregated facisities'* means any aait.rsg roems, nork areas, rest rooms anc wash rooms. restaurants and other *ating areas. time c!ocks, locker rooms and other storage or tressing areas carving lots, crirnmg fountains, recreation or entertainment areas, transportation. and housing 'ac htees provided for emosoves *nien 4:e segregated my eachcit directive or are in fact segregated on tne eases of race. c: lor religion or national origin. ecause at Maoit. 'ocat custom, or otherwise He 'urther agrees that lencept

  • Mere %e has cutained identical certifications from orcoosed suocontractors for specific time periodst me adt cotain identical certifidations from Orcoosed suocontractors crior to the award of succontracts exceeding $10.000 annen are not enemot from the =rovisions of rne Ecuai Ccoortunity clause: tnat me udt retain suen certifications in mis a les; and that me wdt forward :ne followmg notice to sucn crocosed succontractors (except
  • Pere tne preocsed succ:ntractors have sucmitted ioentical certifications for sorcific tirne ceriodsl:

Notice to prospective suocontractors of requirement for certifications of nonsegregated facilities.

A Ce tif.i:ation of Nonsegre;ated Fac:fities must te suomitted prior to tre award of a succontract exceeding $10.C00 anien s not

.iemet from Pe prov+ons of tPe Ecuas Ccocrtunity cuuse. The certification may te su mitted eitner for eacn subcontract or for air wecentr. cts during a serico (i e., auarteriv. samtannually, or annuativt NC TE. The cenairy for r-aemy rarse otr rs,s arescrioca,a ts e

v:1 tcot Centinued on Pace 4

.ws* Cwt w r *C

{

  • ars l

.wf otav %c l

eit ACXNCWLECGMENT CF AMENCMENTS l

l l

sec,. -

-e.cse,-e

= eats o % Sonictanon.te cr',3 anc re. ieg cocu.rects m troer c anc ca:ec sa renc%

l l

l t

i I

i If Qt*te: Mt.er ' ort" 'urt sc: state Jr10 i:rr'urete attar ~ar. ort as 'e:u rec :y t*ts SQuC.te t.cn ' r'C:vCir*,' af facV eMil D e,,;e*4try

  • r mae or *:tse s:Jr~ents.re :!fers.s :re::rped n !d J $ C. QQt

,s w w : ' m a w ; - O,

I

RFP RS-ADM-82-383 Page 4 PART I Representations, Cartifications, and Acknowledgments - Continued SF-33 (Page 3) 5.

WCMAN-0WNED BUSINESS

\\

Concernis(([isnot((Iawcman-ownedbusiness.

The business is publicly owned, a joint stock association, or a business trust / 7 yes bf7 no.

The business is 6 certified 6 not certified.

A wcman-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 policy decisions.

Ocerated is defined as actively ' involved in the day-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-owned 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 expres. sed as a percent of the contract award price (accuracy within plus or minus 5 percent is acceptable).

1 7.

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

The offeror hereby certifies as follows:

[}I (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

/jf (b) That contractors and subcontractors, or persons acting on their behalf, shall not specify, in solicitations or advertisements for employees to work on Government contracts, a maximum age limit for sucn employment unless the specified maximum age limit is based on a bona fide occupational qualification, retirement plan, or statutory requirement.

8.

CERTIFICATICN OF RECGVERED MATERIALS (1-1.25C4(b))

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

RFP N3. RS-ADM-82-383 Pag 2 6 9.

CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST

! represent to the best of my knowledge and belief that:

The award to MAMBW ASSOCIATES. INC.

of a conlract or the

]

modification of an existing contract oces L_j or coes not dL/ 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 determines that potential organizational conflicts exist, the offeror shall provide a statement in writing anich describes in a concise manner all relevant factors bearing on his represen-tation t1 the Contracting Officer.

If the Contracting Officer determines that organi:ational conflicts exist, the following actions may ce 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 I 20-1.5411.

The refusal to provide the representation required by 120-1.5404(b) or upon request of the Contracting Officer the facts required by 820-1.5404(ci, shall result in disqualification of the offeror for award.

The nondisclo-l sure or misrepresentation of any relevant interest may also result in the disqualification of the offeror for awards; or if such nondisclosure or misrepresentation is discovered after award, the resulting contract may be terminated.

The offeror may also be disqualified from subsequent related NRC contracts and be subject to such other remedial actions pro-vided by law or the resulting contract.

The offeror may, because of actual or potential organi:ational 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 NP.C 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 detriment of the competitive posture of the other offerors, the proposal must be rejected as unacceptable.

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

Any contract resulting from a solicitation requirement shall include i

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.

-r

-,e

-e,

,e

,w

.~

.m e

RFP N3. RS-ADM-82-383 l

Page 6 10.

COST ACCOUNTING STANDARDS (Applicable only to negotiated contracts exceeding

$100.000 except when:

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

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

A.

COST ACCCUNTING STANDARDS ELIGIRil.ITY F00 M00!FIED CONTRACT COVERAGE If the offeror l's 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.

J The offeror hereby claims an exemption fecm 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 inrediately preceding the period in which this proposal was submitted, he received less than $10 million in awards of CAS covered national defense prime contracts and subcontracts, and (ii) the sum of such awards 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 an award resulting from this proposal, he will advise the Contracting Officer i. mediately.

CAUTION:

Offerors may not claim the above eligibility for modified contract : overage if this preposal is expected to result in the award of a contract of $10 million or more or if, during their current cost accounting period, they have been awarded a single CAS-covered national defense prime contract or subcontract of $10 million or more.

S.

COST ACCOUNTING STANDARDS CERTIFICATION,- NCNDEFENSE APPLICABILITY Any negotiated contract in excess of 5100,000 resulting from this solici-tation shall be subject t; the requirements of the clauses entitled Cost Accounting Standards - Nondefense Contract (FPR ll-3.1204-2(a))

and Administration of Cost Accounting Standards (FPR ll-3.1204-1(b)) if it is awarded to a contractor's business unit that is perfor ning 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 11-3.1203-2(a) and (c)(4)).

l Otherwise, an award resulting frem this solicitation shall be subject to the requirements of the clauses entitled Consistency of Cost Accounting Practices - Nondefense Contract (FPR ll-3.120a-2(b)) and Administration of Cost Accounting Standards (FPR ll-3.1204-1(b)) if the award is (f) the first negotiated c=ntract over 5500,000 in the event the award is a contractor's business unit that is not performing under any CAS-covered national defense or nondefense c:ntract or subcontract, or (ii) a negoti-ated contract over 5100,C00 in the event the award is to a contractor's business unit that is ;:erformir.g under any CAS-c:vered national defense or nondefense centract or subcontract, exceat contracts wnich are other-

. vise exemot (see FPR 11-3.1203-2(a) and (c)(4)). This solicitaticn notice is not applicacle to small business c ncerns.

RFP No. RS-ADM-82-383 Page 7 Certificate of CAS Applicability The offeror hereby certifies that:

A.

((I It is currently performing a negotiated national defense 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.

B.

[]I It is currently performing a negotiated national defense or nondefense contract or subcontract that contains a cost accounting 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 wnich it receives that are subject to cost accounting standards.

C.

/ T It is not performing any CAS-covered national defense or nondefense contract or subcontract.

The offeror further certifies that it will inr<ediately notify the Contracting Officer in writing in the event that it.is awarded any negotiated national defense or 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.

D.

((7 It is an edu'cational institution receiving contract awards suoject to FPR Subpart 1-lS.3 (Ric 73-8, CMB Circular A-21).

E.

L7' It is a State or local government receiving contract awards subject to FPR Subpart 1-15.7 (FMC 74 4, OMB Circular A-87).

F.

((7' It is a hospital.

NOTE: Certain firm fixed price negotiated nondefense contracts awarded on the basis of price competition may be determined by the Contracting Officer (at the time of award) to be exempt fr:m cost accounting standards (FPR ll-3.120302(c)

(4)(iv)).

Additional Certification - CAS Applicable Offerors G.

/~T The offeror, subject to cost accounting standards but not certifying under 0. 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).

O

REP."Nb4RS-ADM-82-383 Page 8

~

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

If A above is checked, the offeror will also identify those currently effective cost accounting standards, if any, which upon award of tne next negotiated national defense contract or subcontract, will become effective upon the offeror.

flame of C0:

UADLOW ASSOCIATES, INC Address:

9oau connecticuc nve, _npc.

5^G, N.4.

Wastungton,

u.L.

tuvuo Telephone flo.:

uuz) ao4-oooo Standards not yet applicaole:

l l

e

- _.- --.. J L.L

^

~

~~

RFP No. RS-ADM-82-383 Q

{e21 PART III CONTRACT SCHEDULE ARTICLE I - SCOPE OF WORK A.

Background

The contractor shall collect the information and perform the analyses necessary to prepare an Agency official file station network and a vital records schedule which conforms to Federal Records Management Regulation (Title.44 USC 3101) -

41 CFR:FPMR - 101-11.3 " Organization Maintenanca and Use of Current Records",

101-25.3022 "Use of Filing Cabinets," 101-11.202-2 "To Insure that Adequate and Proper Records are Made and Preserved, "and, 101-11.7 and Section 102(b) of Executive Order 11490 (as amended) providing for the protection of an agency's vital records.

B.

Statement of Work The contractor, using studies and analyses already perfonned by the USNRC in the development of the Document Control System, the NRC Comprehensive Records Disposition Program, the Office of Inspection and Enforcement's

" Standard Subject Identification Numbering System," and related efforts:

and in consultation with appropriate officials at NRC's seven Headquarter's buildings, five Regional offices, two Site offices Training Center and the two designated Federal Emergency Centers, shall perform the tasks set forth below.

It is estimated that the effort will address a minimum of 500 record types with possible duplication at approximately five file locations.

Since nuclear records are involved, the source file and vital records determinations made by the contractor must in the judgment of NRC, reflect a proper regard for NRC's legislative requirements to protect public health and safety.. national security,and proprietary and privacy safeguards.

Task 1.

Develop an inventory of the file locations of the NRC records at each operating level and describe their contents by record type series and composition, and review the adequacy ;f the NRC docu-mentation of its functions and activities.

l Task 2.

Prepare flow charts for each record type showing movements from and between organizational units.

Task 3.

Define each record type received or generated at each operating l

level as an official record or unofficial record.

Task 4.

Define an official-file station network which includes the official file location for record copies of each record type, all authorized duplicate file locations for each record type and the current file location which are not the official or authorized duplicate locations.

Task 5.

Define, using the NRC Comprehensive Disposal Schedule as a guide, the retention and disposal schedule for each record type in each file.

Task

,6.

Prepare an official file plan for each official file station.

l G -

{

P(.' No. RS-A0M-82-383 Pale 22 Task 7.

Designate as vital NRC records those which are necessary for continua-tion of uninterruptable operations during periods of national emergency and perform the following:

a.

develop a master inventory of the vital records; b.

describe the vital records categories by series, composition, and by the physical format of the record such as, hard paper copy, microfiche, magnetic tape, etc.;

i c.

identify the file locations where the vital records are maintained; and d.

develop procedures a.nd arrangement for protecting and preserving the vital records.

ARTICLE II - DELIVERABLES / PRICING SCHEDULE Based upon the results of the delineated tasks to be performed as described in Article 'I, the contractor shall submit to the NRC project officer the following

  • within seven months after award of the contract.

Prices Unit Amount

1. A draft manual chapter setting forth the official file station locations for each record type, the official or unofficial character of each record type, the record retention and disposal schedule for each record. type at each file station, and procedures for maintaining each file station.

LOT

2. A draft manual chapter setting forth those record types which are considered vital NRC records, by series, composition and physical.,

format, the file location of these vital records, and procedures and arrangements for protecting and preserving the vital records.

LOT

3. The final work products representin] the completion of the delineated tasks in Article I.

LOT t

TOTAL...... $

ARTICLE III - PERIOD OF PERFORMANCE l

l The period of performance for this contract shall be from date of award through seven l

months, at which time all services shall have been completed and all required deliverables shall have been delivered to the project officer.

t l

(Yoge23

? No. RS-ADM-82-383 i

'~

i I

ARTICLE IV - PAYMENT A.

In the absence of a' discount, the contractor shall be paid upon the submission of a proper and corrset invoice or voucher in approximately -

thirty (30) days after submission or date of delivery, whichever is later, the prices stipulated herein for supplies delivered and accepted or services rendered and accepted (ARTICLE I), as herein provided.

B.

Partial payment shall be made at the prices indicated in the Schedule of Items / Prices upon inspection and written acceptance of the deliverable items.

C.

The contractor's invoice or public voucher shall identify the contract number and the nature and extent of the supplies / services for which payment is claimed.

D.

If this contract provides for a discount, the contractor shall indicate the contract's discount terns (Block 16 of SF-33) on the face page of the invoice or voucher.

E.

Additional provisions relating to payment are contained in Clause 5.3 of the General Provisions.

ARTICLE V - TOTAL AMOUNT OF CONTRACT Tha finn fixed price amount of this contract for the delivery and acceptance of th2 supplies ptipulated in ARTICLE I 1s $ 27.700.00.

ARTICLE VI_- INSPECTION AND REVIEW OF WORK A.

Prior to Delivg The Nuclear Regulatory Commission reserves the right to make periodic on-site inspections in accordance with the 3eneral Provision, entitled It shall be expressly understood that such inspections

" Inspection."

shall not constitute acceptance by the Government of any part of the work, but shall be for the purpose of providing coordination and technical guidance in interpretation of technical requirements.

  • To be incorporated into any resultant contract.

' ' ~ ^

f)

(? No. RS-AD:t-C2-383 Page 24 B."

After Delivery 1.

All inspections, acceptance, and rejecticn decisions shall be made at destination by the Project Officer or his authorized representa-tive.

2.

Upon receipt of all deliverable items specified, the Project Officer or his authorized representative shall inspect each item for compli-ance with the specifications contained hertin.

Acceptance or rejection of deliverable items shall be made in writing I

3.

l by the Project Officer within five calendar days after receipt of said I

deliverable items from the contractor.

In the event of rejection of any portion of the work, completion of corrected items shall be received within five calendar days after receipt of notice of rejection. Final acceptance shall be made in writing only after the work has been l

corrected to the extent that it ccnfonns to the specifications contained

~

herein and has been approved by the Project Officer. The contractor shall be notified of final acceptance within five calendar days after receipt of the corrected items.

  • To be incorporataa into any resultant contract.

e

.{

pFPNo.RS-ADM-82-383 Page 25 ARTICLE VII - PRIVATE USE AND PROTECTION OF UNCLASSIFIED GOVERNMENT INFORMATION A.

Except as specifically authorized by this contract ~, or as otherwise approved by the Contracting Officer, records or other infomation, documents and material furnished by the Comission to the contractor in the performance of this contract, or information developed 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 Comission all records or other information, documents and material, and any copies thereof, furnished by the Comission to the contractor or developed by the contractor in the performance of this contract.

B.

The contractor shall "be responsible for safeguarding from unauthorized dis-closure any information or other documents and material exempt from public disclosure by the Comission's regulations and made ayaflable to the con-tractor in connection-with the performance of work under this contract.

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

C.

The contractor's duties under this clause shall not be construed to ifmit or affect in any way the contractor's obligation to conform to all security regulations and requirements of the Comission pertaining to classified infomation and material.

ARTICLE VIII - KEY PERSONNEL Pursuant to this ARTICLE (Xey 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 qualifications satisfactory to the Contracting Officer.

Thomas Wadlow '

~

ARTICLE IX - 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 XI of this contract. The term " technical direction" is. defined to include the.

following:

1.

Technical direction to the contractor which shifts work emphasis between areas of work or tasks, requires pursuit of certain lines of inquiry, fills in details or otherwise serves to accomplish the cun-tractual scope of work.

2.

Providing assistance to the contractor in the preparation of drawings, I

specifications or technical portions of the wrk description.

3.

Review a~nd where required by the contract, approval of technical reports, drawings, specifications and technical information to be

- I delivered by the contractor to the Government unoer the contract.

'To be incor:: orated into any resultant contract.

l

~

( ~.

R"[,No.RS-ADM-82-383 Po3e 26 ARTICLE XI - PROJECT OFFICER Steve Scott is hereby designated as the Contracting Officer's authorized representative (hereinafter called Project Officer) for technical aspects of this contract. The Project Officer is not authorized to approve or recuest any action which results in or could result in an increase in contract cost; or terminate,_

settle any claim or dispute arising under the contract; or issue any unilateral dir2ctive whatever.

Th3 Project Officer is responsible for:

(1) monitoring the contractor's technical progress, including surveillance and assessment of performance, and reconnending to the Contracting Officer changes in requirerants; (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 de ing performance.

Within the purview of this authority, the Project Officer is authorized to review all costs requested for reimbursement by contractors and submit recommendations -

for approval, disapproval, or suspension for supplies, services required under tha 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 constitute a basis for any increase in the contract cost.

l l

1

'Io b2 incorporated into any resultant Contr3C*.

RFP NO. RS'RFP-82-383 Wadlow Associates, Inc.

TECHNICAL PROPOSAL CONTENT The scope of the work requirement is to establish a balanced, well-coordinated total records system including vital records protection so as to realize the full potential of the Commission's voluminous file accumulation.

To meet this objective the agency's total records accumulation must be studied and analyzed to develop an integrated files network appropriately established within the Commission's organizational framework so as to best serve the needs of the users.

The standards to be used in the establishment of files stations should conform to those principles and Federal standards contained in the Handbook Files Stations, a publication of the National Archives and Records Service (NARS).

It should be noted that the offeror in his capacity as Director of the Records Disposition Division during the last ten years or so of his twenty-nine years of service with NARS was responsible for the publication and periodic revision of that Handbook as well as the other NARS publications pertaining to all aspects of files management and records disposition.

These publications, which supplement the Federal Property Management Regulations, include Files Operations, Subject Filing, Case Filing, and Disposition of Federal Records.

The standards to be used for the protection of vital operating records are contained in the Handbook Federal Archives and Records Centers.

~

2.

As Director of the Records Disposition Division, Office of Federal Records Centers, the offeror was responsible for setting government-wide standards for the proper organization, maintenance and disposition of Federal Records.

As part of his responsibility, he was required to propose legislation to

/

improve filing and disposition practices and.th: insure the adequacy of the FPMR's relating to those hreas.

The latest revision (1980) of 41 CFR 101.11.4 was completed under his supervision.

He has worked in these management areas with other Federal Agencies (OPIC and USRA) since his retirement in 1980, and has assisted, among others, the Governments of Jamaica, Barbados., American Samoa, and the Government of the Panama l

Canal Zone, over a period of years.

The offeror worked extensively with the former Atomic Energy Commission in developing filing standards at the Lawrence Radiation Laboratory, Livermore, California.

He authored the current NRC Records Disposition Schedules as a subcontractor with J.W.K.

International Corporation and, l

working under separate contract, continued the work in I

establishing an improved agency records disposition program.

He drafted a NRC Manual chapter as part of the latter contract.

In the performance of both of these contracts, the offeror, working with the NRC record management staff, became extremely knowledgeable of NRC recordkeeping at all organizational levels; he recognized the importance of and urgent need for the work under consideration if the agency is to carry out its regulatory responsibility effectively.

\\

3.

If awarded the contract, the offeror proposes to do all of the work himself; during the seven months anticipated to complete the work, he has only minor outside committments in no way will diminish the effort on the proposed work that or prevent him from fulfilling satisfactorily the proposed contract requirements.

All work on these other committments can be done for the most part in the evenings and on weekends.

Based on expanded work requirements delineated in Part III, Contract Schedule of the RFP, the offeror proposes to complete the work according to the following schedule:

WORK PRODUCT AND/OR MILESTONES ESTIMATED MO. OF COMPLETION Development of an inventory of the file locations of all NRC records at each operating level, describing their contents by record series and

/'

composition, and reviewing the

[33/

adequacy of the NRC documentation y

-' g '

g,g *, i p' relating to its functions and 3

activities; Preparation of flow charts as needed for each record type showing doccmentation flow between organizational units:

Third Month Description of each record type accumulated at the separate l

operating levels as official record or non-record reference j

material with applicable authorized disposition instructions; and n.

8 pg

/j',t f)')'

Development of a master inventory g

- gf /,f of vital operating records.

'I

~

1

4.

WORK PRODUCT AND/OR MILESTONES ESTI:G.TED ::0. OF CO::PLETION _

Development of an official file Fourtn j

station directory which includes the official file location for record copies of each record type and identifies all authorized duplicate file locations for each record type, and a descriptive inventory of vital records by series and composition.

.,p' Fif th J939br o Preparation of file maintenance and j i(. f 7' "de disposition plans for each file station and the formal identification of file locations where vital records are accumulated.

Sixth.fTg5pqg Development of procedures for vital records management, and preparation g

of appropriate NRC Manual Chapters fL g 7f jg3 on files management and vital records protection.

Seventh

, Development and presentation of

( necessary staff indoctrination /

d training in the approval system

.z d $ $ &.

[

.n p e 7 stablished.

E ired inventory and analys:.h

.$/

Y-j' rd Ls t

,b e p

v v l b Q,f (g'"' w & A Lsed on the xe J4~W8 3 lp it may be ne)cessary to modify the NRC Records undertaken, Control Schedules through expansion by adding new record items or revision of existing record item descriptions.

This will be done and submitted to NARS as necessary.

Also, the approved Records Control Schedules will be applied during the course of the inventory if disposition actions required by 1

the schedules have not been undertaken by individual offices.

In other words, the entire work exercise will serve not only to facilitate the better use of files but, also, provide an l

I f

opportunity to " house clean".

l t

i

^

RFP NO. RS-RFP-82-383 Wadlow Associates, Inc.

BUSINESS MANAGEMENT REQUIREMENTS Cost: Materials and Labor (including

$22,200.00*

all indirect costs) 5,500.00**

Travel and per diem expense TOTAL S27,700.00 Based on an estLmated 740 hours0.00856 days <br />0.206 hours <br />0.00122 weeks <br />2.8157e-4 months <br /> needed to perform the work required @ $30.00 per hour.

Based on transportation cost estimates and Federal travel reimbursement rates.

i l

-e..

.,m me

. - ~.