ML20053E726

From kanterella
Jump to navigation Jump to search
Contract: Tenth Water Reactor Research Meeting, Awarded to SA Szawlewicz
ML20053E726
Person / Time
Issue date: 05/21/1982
From: Lebo G
NRC OFFICE OF ADMINISTRATION (ADM), SZAWLEWICZ, S.A.
To:
Shared Package
ML20053E724 List:
References
CON-NRC-04-82-014, CON-NRC-4-82-14 NUDOCS 8206090224
Download: ML20053E726 (25)


Text

{{#Wiki_filter:*J - /ANEm stroas. ADwe.utysT.AnO.64 AWARD /CE'NTRACT -] l ce A.O,Om 26. a n rAoe e I JD PSOC. StG. ( tlCFR) 1 18.001

l. CONTRACT (P,.r.14.7. Idr.s.) No.
2. E7etCirwt Dart
3. amour;rTION/ PURCHASE ffoUEST/PtCJCT NO.
4. CERTIFIED FOR N ATIONAL OtFENSE _ UNDE 2 805A DEG. 2 AND/Ca DMS REO.1.

_ NRC-04-B2-A14 RFPA Bo. RES-R2 014 'Ar *

  • ^ ".shar aba. blah s) cod 81
s. issues er C '._RC:md Q a^n'Desn

'v"o' 5" ( 11 U.S. Nuclear Regulatory Comission ma Division of Contracts OT, (s Washington, DC 20555 0 5 le > .. CONTRACTOR CODE l l FACIUTY CODE l ,. DISCOUNT POR PROMPT PAMENT NAME AND ADDRES$ l Stanley A. Szawlewicz

  1. ,' '";' 2,;.

4913. Butternut Drive -d nr <./.> Rockville, MD 20853 9 0. $USMIT DNv0lCES (4 c. pies.nless.Ib ia, spen) fed) TO ADDf t$$ SHOWN IN 8tOCK 'li. 5 HIP TO/ MARK FOR CODE l l 12., PAYMENT WILL CE MADE SY CODE l U.S. Nuclear Regulatory Commission U.S. Nuclear Regulatory Comission Attn: H. Sullivan, EP BR Offic.e of the Controller, Div. of Acctg. Hashington, DC 20555 Eashington~, DC 20555 0 'o u 5 c 2** i it a m P.CCUn,e<t wAs O ^ovinnsto. O NeoonArio. ru suANr to. ] di U.S.C. 232 (ct] @

14. ACCOUNDNG AND ArreOPRIADON DATA B&R No.: 601911 Appropriation Symbol: 31X0200.602 Amount: $20,000.00 is.

i 4. ir. i s. i,. <:20. TEM N O. SUPPuts/ sEnviCIS Q U ANilTY UNIT UNff PatCC AMOUNT The Government hereby accepts your offer to coordinate and administer the planning and arrangements for the project entitled "10th Water Reactor Safety Research Information Meeting" in accordance with your technical proposal dated March 26, 1982, which is incor- ~ porated herein by this reference. Project Officer: Mr. H. Sullivan Contract Negotiator: Mr. R. Coleman Contract Type: Fixed Price n. rOTAt AMOuwT Or CowrRACT s 20.000.00 CONTRACTING OFFICER WILL COAfPLETE BLOCK 22 OR 26 AS APPL 1 CABLE 22. CONitACTOa'5 NEGonArto AcREEMENT (C.stract.r is required #a s/ W 26. AW ARD (C.stretter is m.f rt(mired f. sign this dw.aststJ V e.Ww K .. s.r;<,.wi.9.6., RFP RR RF9 R2 nla imis;, m. ci, dn..,.s 4,.,.r. - <.pi,, s. is,.i.g. C .o

i. e.,6a..e 4.si.

.is n...., p.,#..is eh.......fice. ) e.,,*.,.e h .ddiei ., ch.....'..d. u y...hich.ed.ei. ., ch... e f.nh i. e.a w n.d.b. d y... n.c. v,*....id.,e. see.d h .b..'i. h..by.a.p d

e. a. iewa. ti.d.b

...d , c d,.es .h. th.,i. d.bri,ci..# m.,on... mi..cr.e.h.ii b...b.o e. d Ihi ,4... ,ne.. eh.. ..e.hich .i. .t ih. r.ii ;., doc.,.. (.) i d by m. e.n , d ... (.ph ...,d/

a. (bi m.

iiene is air. m. ...r. iic n ..d y,.W.,. J (b) mi..- ed / .cs. N. d ( ci..a,,.......,.....+e..... e.n.s. ei......d.P.c.a<mi.. von,. d

i......,y.

.e.ded e im,peeed br t eue kere... (Area <hments are lisord bere,e.) \\ /

23. NAME OF CONTRACTOR
27. UNITE STATES OF AMEPJCA SY BY bM (s

h..e - m.a..a ..e isi,og..e C.,

  • e 05<.6 f

~ e

24. NAME AND flTLK OP &lGNER (Type er press)
23. Daft $1CNED
28. NAME OF CONTRACTING OFFICf tj(Type.r pr!st) 2,. Da/E 5IG

[2r W CRAIG 0. LEB0 a-ios 8206090224 820521 PDR CONTR i NRC-04-82-014 PDR

1 m,.- a cm,r-ra,m r = o,= = - n c,..= a ia. o m o .enot j o, . aOLJC,7ATION. OFFER AND AWARD 1 5 COMfRACTt7,e. ame se # no 2 SOLsc.sTaf sC*4 No s oa fI *iketo e **a JussaI soa.Ps,, Cesa M MM SI seu RFP RS-RES-82-014 + .ssa o., O >o-r-o - ED--na= m 3/12/82 RFPA No. RES-82-014 cooc l . auo t ss c.. t a,o,.. -,_. ~_ 83 S. Auclear Regulatory Cormiission Oivision of Contracts ' eld snington 3.C. ' 20555 Same as Block 7 e m..-, .-.,,s.-- SOLIClTATION 8 Sa' oo"as*a. ene (1 orinina1 copy 'o, '=,-a.a, th.==i a ce i-c a ia ta. sc h.du e '8 t=,* e d et ra w = = =-cd-o a tw = = a. or r ,,,,,__3/?9/82 .sa' accu,.a.,n tseo .,co,y,oc,,,d,n scom 2723. 4550 Mnn t onmor y A ,n,,n,,f 9 nn n rn e (Hourt (De,el d 'n's.e en ed m.d.oi,c,,,,,on. off e a wel8 t.e pubfeciv op.a.d as that e.me. (Telegraphic responses are not Ce u rio u - u rt o r rens, s,,,,,. f,,,,,, 3,,.c,,,,,,,, ,,,,,n,,,,,,,,,,, c,,,d,,,o,,,. authorized) An nf ra... enect to th. fono n,- s The soiv.i.i.on i,,.uoci on..nd cond.8,ons. sr 33. A. Januarv 1973

3. rne scn,,..nciod.d he...n.no,o,,,t.ch.d n

.to . dis son we th e est.ched o,.nco,vo,,,,o h,,e.n ny,,f e,ence

4. sucts othe, p,ovisions..o,e.entations. certes. cat.ons. and so cit cas.ons a

2 ra. cen... e,o..s.on.. sr 32. 7 / 30 /Rn __,d,,,on. .cn,e o.,.....c n.d o,.nco,oo,...d h e, s.n o,..f .nc. j ... w.d o..nc o,oo,.t.s h e...n n.,..f...nc e. ia r,.com .,,,,,,ed,a.cnedu,e.i ran mvanua rron ceu. tua,,e a ae. eon,e,o.1 mo cona, rsi iv ( 301 ) an9.gpnp ~ SCHEDULE o seu no l j,,

i. unit >=<t is m ount

.. saccetits stavacas 12 ova =rity SEE PART III 0F Teil5 SOLICITATION PACKAGE s. - ., u. - e,e.. 09 F E9a fpages 2 and 3 must also be tusly compiated by otterori In comotience w.th the eove. the u,us,,segn.d ag,ees. el th.e of fe, se acc.oted wethen calendar days (Maiendst ders inntess a dette,ent penod as ense, red Dr ras offe,e,il feom s%s usic for,.ce,ot of offers specife.d above. to fu,nesn any o, att esems upon==hech o,eces a,e of fe,.,f at the o,ece set coposite e.cfi stem dehv. red at IMe d. gnated oo.r tfsl. wishen th. es.no so cif..d en the schedwie .e 04 Count 80m pacaeef.a,wta r es pe, e s8 JJ ae e % 'O Cat twoaa Da's % 20 Cat thona 04,5 % 30 Catthoam oavs Catt%oancars

17. OFFEROR coorl l

84CsurrCootl 's =~t **o nist or reaso= aumoaietra to sic = one. . r, ,";g,,;o Stanley A. SzawlewiCz Stanley A. SzawlewiCz ' 8 " ~,' m,. 4913. Butternut Drive Consultant s ~ MD 20853 ' 5o~aruat 3a v"ta oa't ~ e>* <==a Rockyi11c, ada* Coot==o tattrwo%t,o >

  1. s
  • See below d.

O c > - + - . e. .,301-460-5537 3/24/82 - ee-AWARO I To be comotored by Governmentt 89 ACCtpf tf At to sTIuS Muwatato 22 **oumf 23 *CCount.wG a%o ap.aope. ,1m onta a .. m.... .o.C,s........ ..e......... g,o;a r,7,-

p. u s C -..

27 X l a, u 5 C meri. 'e accatss sacw* = stoca U.S. Nuclear Regulatory Commis[sion 49 8ow.N.s'latO S' Coof l

  1. p en wint..sg et w4og g, c oot
  • * ~ ~ ~ " * ' "
  • Office of the Controller, Div. of Acctg.

Washington, DC 20555 Je %awt oP C3% aacf'*G osesCin. r,,,, e..ae,

29. UNITED ST A TES OF AM ERICA JJ ****o ca t t av Craiq D. Lebo es.enaru,e or conuract no arr,cero

.....,......-.s,..,e,,-n,....,,....-... 33.n, si. e. d ac.,m u e.g. .asv 3 rri Home address above e.e.c,.b.a e, osa sea ei crai i.ts ioi PRINCIPAL PLACE OF PERFORMAriCE:

e, e, a e- .g RFP RS-RES-82-014 l REPHESE'4 T ATIONS. CERTIFIC_AfiONS AND ACKNOWLEDGMENTS R G PR E SE.N T ATl0N$ Desa or compoere att aootreno.e 0ames or otoces i Se op..t *ereesents as cart of nis offer tnat 1 SMALL BUSINESS.!ce var id on SF JJ A, we ! s y 5 act. :rnail bus. ness conce*a t' offe or s a smail busieets concern ano is nu tne manufacturer of tne swoof.es of ferto e &#so toresents :nat. sucot.es to be furnisnec 9ereunder 2 wus 2 will not, be manufacturered or tiroduced bv a small business concern

  • 'ae (,niteo State. A oossess.ons. or Puerto Rico t

2. MINCRITY BUSINESS ENTERPRISE l l <de C.6. R s not a minority ousiness enterprise A minority business enterprise is defened as a ' business. at seast 50 percent of whicn ) l is owned by m.nor tv 3roup members or.in case of iublicfy owned businesses, at least 51 cercent o' tne stock of wh.cn.s owned by minoritv f 'Jr ou p memoers F or the ouroose of this definition, minority group merebers are Negroes Spanish speaking American persons Arnerican Ot.entais Amer.can ancians. American Esm mos. and Arnerican Aleuts. R EGUL AR OE ALER - MANUF ACTURER rAceticaose only :o ivuotN contracts encerarng $10 000.1 3 He.s e C <egu:ar :eaier in 2 manuf acturer of. tne supohes offered 1 CONTINGENT FEE Ser use S on SF 22 A o f"as not. emototto or attainto any company or Gtesons forner (*an a tutt 9:rne Mored frie emurom voterr*g soterv *or I a'*t Rat the

    • een*

, sohC't or secure !nis Contract, and ibl he 2 nat. k nas not. Dani or agreed to oay any company or peison utne' *ttane #.!r rame cgu., t & orov,.e wora trsg sclery for tne offerof f anv fee. commession, percentage or oronerage f ee contingent vor.,n o r~ suiting from tne anaro eteno contract. and agrees to furnistiinformation relating to tal and Ibs above. as reovested by :ne Contracting Officer "n terpre-

arron or :ne reurementation,nctsanng the term %ons !*oe e.rp.orre:'see Cace of receral Regulatoons. 'arte 4i. Suoaart ti5o 5.

TYPE OF BUSINESS ORGANIZATION de operates asy, an incividual. C a partnersnio C a nonoroht organisaticn. 2 a corenration.ncoroorstec unoer tne saws of tne State of 6. AF FIL ATtON ANO IDENTIFYING O ATA sesnut,caele ontv to advertisert sourcstar, ors, EJc" at*eror snJil Lompette 131 and Ibf if apohcaote ano Icl below. .as me s.$( s not. owneo or contronea bv a carent companv. tSee par 76 on SF )) A. ibe if the of fetcr s owned or controlled by a carent comoans ne small enter in tne biocas r)elow tne namir and main office address of t*e.:arent Company: . awe o sense :;oisen=. s as.: wa. ges.c3 acC*U S -t wee Z

  • reee.
c. e ww t a s ce=r +caN= uween se r

.a - se n 4 c"r aca s e wo ...r r ww... s e e 7. EQU AL OPPORTUNITY He C nas.* (nas not, particiosted in a oreveous cuntract or sut. contract suoiect eitner to tne Eouaa Oooortunity ctause mereer. tal the clause originasiv contained in section 301 of E=ecutive Orcer No 10925. or tne crause contained in Section 201 of E=rcutive Order

  • 11114 tnat ne C nas. C nas not, fded all reouired comotience reoorts and tnat reoresentations inoicating suomnsion of required comore reports. signed by oroposed subcontractors. *ill be cb6ained prior to subcontract awarcs aTne aoove reeresentation need not be suomittec Cont'ect on w.tn contracts or subcontracts which are enemot from the ecual occortunity clause a ibi Tne oidder for offeror) teoresents Inat 111 ne C has devefooed and nas on fi e %1 l

45 tot developert and does not n ve on file a

  • acn estaclesnment affirmative action programs as required by tne rules and regulations of tre Secretary of Labor 141 CFR 60 t ano 60 T e 26 ne knes not prevecusty had contracts suorect to tee written affirmative action programs recuirement of the rules anc regulations of -

Secretarv o' Lacor ? he aoave representation snalt ce compierett Oy each oracer tor offerore nnose 0,ct corrers os 550 00Q or more ants wna 50 or more

  • motovers t '

CERT lFtCA TiONS ucheca or comorere art aoosacawr cours er neocust t SUY AMERICAN CERTIFICATE

  • ne of feror certsf es as part of his offer. tnat-eacn end product, exccot the end oroducts listed oesow. is a cornestic end product cas cefer

.a :ne 6taine entitled " Buy American Act**1. and that coms;onents of unknown origin nave been cons.orreo to nave teen mined produceo nani,f actmeo outside tne United States. e.c..:so t=c *=ccuc s ces.m er c ae.* Siamaaeo torna J3 esee 2 i84Ev 3 L

es RFP RS-RES-82-014 ,s s 2 CLE AN AIR ANO WATER acolocable J the 3rd or offer enceros $100 000.0r the sontractor g olfocer nas determoned that orcers under ar. oncelinote avantity contract n any year mitt escued St00 C00 or a racolary to be usett has been the subsect of a corv*c tion .ancer tne Citan Aor Act t42 tJ S.C 18S7c.8tcil111or the fecerer Water Pollutoon Control Act 12J u S C.1219lc'I ana rc rostra av EPA y s <at Ornersvise enemor : The bidder or offeror Certifies as follows. ias any f acility to be utilised.n the performance of this c,toposed contract 2 has. C has not, Deen listed on the Environmentaf botection A er'CW List of Violater *g Facilities Q

bl He weil promptly notif y the Contracting of f.Cer, prior to award.of the 'eCe101 of any CommumCJtiork from the Director Office of F-oe*al Activities. Environmental Protection Agencv, indicatmg that any facility wnich ne proposes to use for tne performance of the
ontract is.inder consideration to be eested on the EPA hst of Violating Facihties, tc) He will include substantiallt this certification. including this paragraoh (c). in every nonenemot subcontract.

3. CERTIFICATION OF INDEPENDENT PRICE DETERMINATION ISee par 18on St JJ Al fas B/ submissio of this offer, the offeror certifies. and in the case of a toint offer, each party thereto certifies as to.ts own organif ation, that in connection with this procurement: 111 The ofices in :his offer have been arrived at indepenoently, without consultation, communication. or agreement. for the art,ose of restr1; ting c:mpetition.as to any natter relating to such orices with any other of feror or witn any competitt,r. (2) Uniets otnerwise recuired oy raw. the prices which have been cuoted in this offer have not been knowingly disclosed by the 3*'aror ar.d eveal' tot knowingly be disclosed by the offeror prior to opening in '.Me Case of an advertised procurement or Drior to award in the ese of a negotiated procurement. uitectly or indi ectly to any,other offeror or to any competitor. and Cl No attemDt has been made er svolt be made by the' offeror to induce any other person or firm to submit or not to submit an

  • ,l'er it,r tnat purDose Jf restricting Comt*tstion.

Itas Eacn person signing this offer certifies that: (11 He is the person in the offe*or's organi2ation resDonsible within that organslation for the decision as to the pr Ces t?eing 4 otfered herein and that he Pas not participated, a.ad will not particroate. in any action contrary to talill througn tal(31, above or '2) til He is not the person in the offeror's organitation respo*1sible within that organitation for the decision as to the prices

ting offered herein but that he Pas seen authorized in writing to act as-agent for the persons respons. Die for such cecision in certiiving that

,sae ersons have not carticipated and we.1 not participate,in any action contrary to fal(11 through 841(31 aoove and as their sgent does Streoy so certifv; ano test he nos.iot particroated, and will not participate in any action contrary to fal(1) through tall 31 aoove a CERTIFCAT1CN CF NCNSEGREGATED FACILITIES r Aceticable'to tri contracts.121 suocontracts. ana iJI agreements evern .noaiso anrs evno are themselves performing federally assisted construction contracts. escrecmp S10.000 wnsen are not enempt from the per%ssoons of the Ecual Cooorturney stause.) B / 'he sucmission of this bid. the bidder, offeror, apphcant or subcontractor certifies that he does not mair tain or provide for his smo:ogers any segregated fac:lities at any of his establishments, and that he does not permit his employees to perform their services at any 'ce.atinn.inci'r net c3ntrol. *here segregated f acilities are maintained. He certifies further that he weit not maintain or orovide for his employ. wes env segrepted f acilities at any of his establishments, and that he will not permit his employees to perform their services at any ICCJtion, unrfer his conteni, where.;gregated facihties are maintained. The bidder, offeror, applicant. or subcontractor agrees tnat a breach of this cer-tification es a violation of tne Eoual Opportumtv etause in this contract. As used in this certification, the term " segregated facihties" means any aait.ng rocms, svork areas. rest ooms and wash rooms. restaurants and other *ating areas. time ctocks locker rooms and other storage or stessing areas. carbng lots drinking fountains. recreation or entertainment areas, transportateon. and housing facenties provided for empicvares whecn are segregated by emphcst detective or are in fact segregated on the basis of race. color, rehgion or national origin, because est haoit. local custom or otherwise He 'urther agrees that (except where he has obtaened identicJi certifications from proposed subcontractors for specific time periocs he will obtain identical certifications from proposed subcontractors prior to the award of 6vbconiracts enceeding S10.000 wnich are not esemot from the provisions of the Eauar Coportunity clause. that ne weil retan such certifications in his ties. and that he will forward the following notice to such proposed subcontractors fencept where the proposed suocontractors have submitted identical certifications for specific time periods 3-Notice to prospective subcontractors of rty sment for certifications of rionsegregated facsisties. A Ce tification of Nonsegregated Facilities must be aubmitted prior to the award of a subcontract eneceding S10 000 *nich 5 not termot from the provisions of the Ecuas Opportunity ctause. The certification may be submitted eitner for eacn sut; contract or toe air succontr ets during a period to e, cuarterty semiannually, or annualivl. li/0TE The oca..y for maerng tarse otters is arescreeris.n is e 'J S C 1001 Continued on Page 4 sus %Ca.g air m.C

  • art aug

,g.g%, go aseg ACXN0WLEDGMENT OF AtAENOMENTS The ovtwor ackriowisogos reews of ameno-8rient$ to 'he ScieCrtaDon for offert and reisted occustients rOTioered and Gated as foslows; I WO TE Otter: must ist sorto tuto sc: urate una i:omusere unformarron as reau.ree av enos Soncaterson sanctuonny attacn.entu Tne aenasty or masones tyse aatements n ot!rrs os cre: conned.n 18 U S C 1001 siaae..a o.- Ja*** 3 +t. J. G .w s ~ ,~e -wg--.m----= e vm, e w gy r p + s ~r w

\\ l s I RFP RS-RES-82-014 I o PART I pepresentations, certifications, and Acknowledgments - Continued SF-33 '.Page 3) 5. WCMAN-0WNEL BUSINESS, Concern is /[7' is not [57 a woman-owned business. The business is publicly owned, a joint stock association, or a business trust / / yes / / no. The business is G certified 6 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 policy decisions. Ooerated is defined as actively involved in the day-to-day management. For the purposes of this defin.ition, 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 expressed as a percent of the contract award price (accuracy within plus or minus 5 percent is acceptable). 7. NON-015CRIMINATION BECAUSE OF AGE CERTIFICATION (1-12.1001) The offeror hereby certifies as follows: f$f (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 such employment unless the specified maximum age limit is based on a bona fide occupational qualification, retirement 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. l .s _.y..,. - -~

RFP RS-RES-82-014 9. CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST I represent to the best of my knowledge and belief that: The award to Stanley A. Szawlewicz of a cogiract or the modification of an existing centract cces L_. or coes not / / invcive g 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 othemise detemines that potential organizational l conflicts exist, the offeror shall provice a statement in writing anich 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: l (a) impose appropriate conditions which avoid such conflicts, l (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. i The refusal to provide the representation required by 820-1.5404(b) or l upon request of the Contracting Officer the facts required by 820-1.5404(c), shall result in disqualification of the offeror for award. The nondisclo-g 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 l be teminated. 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 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 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 infomality, and the offeror will be pemitted 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, G.,e $ :

p. h e s,n p, te e uppuyr a

.we

  • M v+

""8'= 'M*

- _ _. _ ~. _.. / PMT II SOUClTATION INS 1 RUCTIONS AND CONDITIONS

1. DCTINITIONS.

fa I. ATE Difi$. MODlHCATIONS OF BIDS. OR WITHORAWAl. 5108. As used herein: (al The term solicitation

  • means Invitanon for Bids (!FB) where (a) Any bid rriciu d a* ihe o#N r d.4 amai.d in the wiicitat feet the procurement is advertised, and Rrveis for Proposal (RFP) where the esk a time sperined far t're.pt mitt.ot be considered un it ia the procurernent as neptisted.

received before a ard i mute.ml. c he r-(b) The term "oder" means bid where the procurement is adver. (Il It was sent la trcisie mt.. s erti6ed enail act I r than the taed, and proposal where the procurement is neuotisted. fifth calendar das prwr to th-ifair saw ihnt for the. tript of bids (c) For purpmes **f this solicitation wd BtM ? nf Standard %rm 'e g, a bid submitted m res;r nse 4 a ohotation re irms receipt of

33. the serm " advertised" meludes Sma!! 'h:

-Ma 'testricted Adver. bids bv the 2. of th. monsh muu nan 4. n m ed by he 15:n or inmg and other types of restncted advertising. earlier!, or (2) It was na bs ma I :..t

t. 'egrana authoriacd) and it is
2. PftEPARATION OF OFFERS.

determined by the overnment that the la receipt was due solely to (c) Oderers are espected to esamine the drawings, speci6 cations, ,rnishandling bv thr Government afie r erript at the Government Schedxte. and all instructions. Tailure to do ao will be at oseror's in stallation. i of a hid is subject to may sin be withdrawn,,the same ri,L (b) Any modi 6 ratio or wishdra t Ab (b) Each oderoe shall furnish the information requind by the conditions as in (al, a in person enlicst: tion: The eneroe shall sign the sohcitasion and print or type by a bidder or his author. ed presentative. provided his idenuty is his name on the 5thedule and each Continuation Sheet thereof on made known and he signs a cript for the ed. but oniy if the with. which he makes an entry. Erseures or other changes must be initiated drawal is msde prior to . art time set for recrept of bids. .e evi nec tes est;blish: by the person signing the oder. ORers signed by an agent are to be (c) The oniv accept accornpanied by evidence of his authority unless such evidence has (1) The date of.asling of late bid, snodi6catinn. or w,thdrawal i d mail is she U.$ Postal Serv bem previously furnished to the issuing ofEce. sent either by regi red or certi (s) Unit price for each unit o6ered shall be shown and such price postmark on boi he envelope or w pper and an the nrional rece!ce ipt sh ll hclude packing unless otherwise speci6ed. A total shall be entered frorn the U.S. ostal Service. If nesih postmark sho s a legible date. La the Amount colurnn of the Schedule for eacn stern odered. In case the bid, m.ftcation, or withdrawal all be deemed to have been of discrepancy between a unit price and estended pnce, the unit price mailed lai. (The te.rm " postmark" mean a pnnied, stamped, or other. will be presurned to be correct. subject, however, to correction to the

    • se pl ed impression (esclusive of a pos se meter machme,impres.

same entent and in the same manner as any other mistake. sion at is readily identinable without fur er action as having been su ied and af5 ed on the date of mailing employees of the U.S. (d) Oders for supp!Ies or services other than those spec 26ed will not be considered unless authorized by the solicitation. stal Service. Therefore, c6eross should req st the pestal clerk to (s) Oderor must state a de6 nite time for delivery of supplies or place a hand cancellation bulfs.cye " postmark on both the receipt fit perforrnance of services unless otherwise speci6ed in the solicitation. and the envelope or wrapper.) (f) Time. af stated sa a number of days, will include Saturdays, (2) The time of receipt at the Covernment 'notallation in the Sund:ys and holidays. time.date stamp of such ins allation on the bid apper or other (g) Code bones are for Government use only. doeurnentary evidence of receipt maintained by the a tallation. (d) Notwithstanding (a) and (b) of this provision. late modi 6

3. E.XPt.ANAT10N TO OFFERORS. Any explanation desired by an cation of an otherwise successful bid which makes its erms more eiderm regarding the meaning or interpretation of the solic2tation.

favorable to the Covernment will bc :onsidered at any time it is re-dt:wizgs, speci6 cations, etc must be requested in writing and with ceived and may be accepted. sudiciers tixne allowed for a reply to reach onerors before the sub. Note t The term " telegram" includes mailerarns. minaiciof their o#crs. Oral explanations or instructions given before thi tward of the contract will not be binding. Any information given

8. LATE PROPOSAL.S. MOOlFICATIONS OF PROPOSALS, AND

) o prospective off eror concerning a solicitation will be furnished to WITHDRAWALS OF PROPOSALS. all prospective o6erers aa an amendment of the miicitation, if such

  • (a) Any proposal received at the otfice desipated in the solicita.

information is necessary to oderors in submittmq oRers on the solicita. tion after the czact time specined for receipt will not be considered tion or if the lack of such information would be prejudicial to un. unless it is received before award is made, and: infirmed oserors. (1) It was sent by registered or certi6cd mail not later than the 6fth calendar day prior to the date specined for receipt of o6ers (e'g2

4. ACKNOWLEDGMENT OF AMENDMENTS TO SOUCITATIONS.

an oder submitted in resoor.se to a solicitation requiring receipt c Recaipt of an amendment to a solicitation by an orTeror must be offers by the 20th of the month mest have been mailed by th,e 15th or acknowledged (a) by signmg anc returnmg trae amenoment, Ib) on easiler); three of Standard Form 33 or (c) by letter er telegram. Such (2) It was sent by mail (or telegram if authorized) and it is owledgment must be received prior to the hour and date specded de:crmined by the Government that the late receipt was due solely for rec:ipt of orTers. to mishandling bv the Cosernment after receipt at the Covernment installation ; or

5. SU MIESfCM OF OFFERS.

(3) It is the only proposal received. (a) Oders and modi 6 cations thereof sha!! be enclosed in scaled (b) Any modi 6 cation of a proposal, except a modi 6 cation resulting emel2 pes and addressed to the office specined in the solicitation. The from the Contracting Officer's request for **best and naal" oKer,is sub. oferor shall show the hour and date speci6ed in the solicitation for ject to she same conditions as in (a)(1) and (a)(2) of this provision. rec:ipt, the solicitation rumber, and the name and address of the (c) A modi 6 cation resulting frorn the Contracting Officer s request cKIror on the face of the envelope. for "best and Anal" orTer received after the time and date speci6ed in (b) Telegraphic orTers will not be considoed unless authorized by the request will not be considered unless received before award and th: solicitation; however, cNers may be modined or withdrawn by the late receipt is due solely to mishandling by the Covernment after wnstra or telegraphic notice.provided such notice is received prior to receipt at the Govemment installation. the hour and date speci6ed for receipt. (However, see paragraphs 7 (d) The only acceptable evidence to establish, and s.) (1) The date of mailing of a late proposal or modi 6 cation sent (c) 3.mpfes of items, when required, must be submitted within the either by registered or certined mail is the U.S. Postal Service post. time speihed, and unless otherwise specined by the Governrnent, at mark on both the envelope or wrapper and on the origmal receipt from no espense to the Government. If not destroyed by testing, samples the U.S. Postal Service. If neither postmark shows a legible date, the will be rtturned at eiTeror's request and expense, unless otherwise Proposal or modi 6 cation shall be deemed to have been mailed late. specined by the salicitation. .IThe term " postmark" means a printed, stamped, or otherwise, p: aced impression (exclusive of a postage meter machine impression) that is

6. FAILURE TO SUBMIT OFFER. If no oder is to be submn.ted, do readily identinahic without further action as having been supplied and not return the solicitation unless otherwise specined. A letter or post.

a!!ixed on the date of mailing by ernployees of the U.S. Pcatal Service. card shall be sent to the issuing office advising whether future sulir-Therefore, oKerors should request the postal clerk to place a hand it.tiions for the type of supphes or services covered by this suhcitation ca.ncellation bull's. eye " postmark" on both the receipt and the envelope are deared. Failure of the recipient to offer, nr in notify the issuing or wrapper.) erfice ' hat future solicitatione are desired. may result in remen al,nf (2) The time of receipt as the Covernment installation is the the name of such recipient fro,m the mailing list for the type of supphes time.date stamp of such anstallation on the proposal wrapper or other or services covered by the solicitation, documentary evidence of receipt maantained by the installation. STANDARD rO2W M-A (Nov.1 fel 33 Prescrited trr CSA. PPR (44 CyR) 1.td.tet

- -. ~ - - . m-- / -(es Notwithniandu.g t a l. Ibl. and 'e t, of this provision, a late 15 aS ?, the Contract Wari !{ours Standarets Act t ao l 5 t: t J 7. H01, ma sa6c:sion nf an atherwise successhil propenal which makes its terms and the Service C..ntras : Art os 1965 r 4t U.5 C. f l 'li7) m.ty lie more f1,orshic so the Cuvernment will he considered at any tirne it is i ..btamed triem the Depertment nf I. abor. Washinete.n. D G Jtt!!ti, e.r received and ias he auepted. (f) Pros==.la m.. t.e withdrawn by wnsten or telegraphic notice g,,,en any reamnal..rL e of that aarnry. Requeses I..r ents.rmation alu.ul.1 includ e the,,,li. navi..n number, the aan.e anel addreu of the. ume suened at any sim. prior to award. t'rnposals rnay be withdrawn in asenry, and a deu ripti..n of the supolies s r services persos be an offere.r or his authe.rised representative, provided his dntity is made nn..=n and he siens a receipt for the proposal prior

13. Sell.ER'S INYOICES. Invoices shall be prepared and submitted ta award.

in quadruplicate (one copy shall be rnarked " original") unleu other. Note t The term " telegram" includes mailgrams. wine speci6ed. Invoices shall contain the following information: Con-Note: The ahemate late propesels, modi 6 canons of proposals and tract and order r umber (if any), item numbers, description of supplies vdthdrawals of proposals provines ; resented be il CFR l-3 302-U'u) or services, ains. ouantities. umt pr ces. and catended totais. Bui of eMll be used in leeu of provusen A. af spec.6ed oy the contract. lacing numtv.t and werrht of shipment will be shnwn for shiprnents

9. DISCOUNTS.

" 8' (a) Notwithstanding the fact that a blank is provided far a ten (10)

14. shtALL BUSINESS CONCUtN. A small business cnncern for the d;y discount, prompt pas ment disenunts oRered for payment wh.%=

lass thin twenty (201 ralendar dass will not be considered in evalu.

.urpoac of Government procurement is a concern, including its aHil,i.

sting v#ers for award. unlew otherwise speci6ed in the solicitation. ates, which is independently owned and operaard, is not dorninant in the 6 eld of operauon in which it is submitting o6ers on Covernrnent Htwe$ er. o#crni doenunts of less than 20 days will be taken if pay. contracts, and can further qualify under the enteria concerning num. msnt is ensue withm the dmnient geriod, esen though not cer. !dered her of employees, average annual receipts, or other criteria, as rre. in che evaluation.f otices. scribed by the Small Business Administration. (See Code of Federal (bi In connet tson w.th ans discount orfered time will be ccmputed Regulations, Title 13, Part 121, as arr. ended. which contains detailed from drie of delivery of the supphes to carrier when delivery and industry dennitions and related procedures.1 aueptznce are at t.oint of origin, ne from date of delivery at desto nitise er port of smbarkanon when delivery and acceptance are at either cf those points, or from the date correct invoice or voucher is

15. CONTINGENT TEL If the oderor, by checking the appropriate box provided therefor, has represented that he has emyloyed or retained reccaved m the or6te aoerined hv the Government if the latter date a cem my or person (other d.:n a fall.ri=e Sena 'i.r e=p!: gee werk.

is 1 ster than date of deiner. Pavm.nt is deemed to be made for the ing so[ely for the oderorl to solicit or secure this contract, or that he purpose of earnin6 the durount un ehe date of mailing of the Covern. has paid or agreed to pay any fee, commission, percentage, or broleage ment check. fee to any company or person contingent upon or resulting from the

10. AWARD OF CONTRACT.

award of this contract, he shall furnish, in duplicate, a complete Stand. i., T. m.....e ard Forrn 119, Contractor's Statement of Contingent or Other Fees If -C _... m m. . ~ ' .J , i; 7. . :V ": =r r hose ogeror has previously furnished a completed Standard F,.rn 119 to the od; _..a. ^ - ugem s.so the oHice issuing this suficitation. he may accompany his n6er with a signed n. ...J '_a ...i i statement (a) indicating when such completed form was previously (b) The Covernment reserves the right to resect any or all cKers s.nd to waive mformalitwo and minor irregularaies m orTers received. furnished. (b) idennfsing by number the previous solicitation or con-tel The Covernment rnar accept an. tem or group of items of any tract, if any, in connection with which such form was submitted, and (c) represent ng that the statement in such forrn is applicable to this i orTer, unless the o6eror quah6es his otfer bv socei6e limitations. UN. oger. LESS OTHERWISE PROVIDED IN THE KHEDULE. OFFERS MAY BE SUBMITTED FOR ANY QUANTITIES LE5S THAN 16 PARENT COMPANY. A parent company for the purpose of this THO5E SPECIFIED: AND THF. GOVERNMENT RESERVE 5 WE RIGHT TO MAKE AN AW ARD ON ANY ITEM FOR A uder is a cornpany which rither owns or controls the actnities and basic QUANTITY LESS THAN Tile QUANTITY OFFERED AT THE business policies of the oderor To own another company means the UNIT PRICES OFFERED UNLESS THE OFFEROR SPECIFIES parent co:npany must own at least a majority (rnore than 50 percent) OTHERWISE IN HIS OFFER. of the voting righta in that company. To control another company, such (d) A, written award (or Acceptance,,f 06er)' mailed (or other. ownenhip is not required; if another empany is able to formulate, wise furni,shed) to the successful orTernt within the time for acceptance determme, or veto basic businers ;olicy decuions of the oderor, such speci6ed m the oder shall,be deemed to result in a bindmg contract other company is considered the parent company of the oderor. Dia control may be caercised through the use of dommant minority voting 2 falow ng aragrap : 1 uch (h) apply only to negotiated rights, use of prosy voting, contractual arrangemenu, or otherwise. solicititions: (e) The Covernment may accept withm the time speci6ed tHN.

17. EMPLOYER'S IDENTIFICATION NU any oder (or part thereof, as provided in (c) above), whether or not advertised solicitations.) The eneror shall m,MBER, ( Applicable only to eert m the applicable space there are negotiations subsequent to its recript. unless the oder is with.

on the oder form, if he has no parent company., his own Employer's dr:wn by written notice recened by the Government prior to award. Ident:6 cation Number (E..L No.) (Federal Social Security Number if subsequent negotiations are conducted. ihry shall not ccnstitute a used on Employer s Quarterly Federal Tam Return, U.S. Treasury rejiction or counter oder on the part of the Government. Department Form 941), or,if he has a parent company, the Employer's (f) The right is reserved to accept other than the lowest oTer and Id'"6 canon Number on his parent company. is rejtce any or all oders. (g) The Gover.iment may award a roc:ract, baard on initial osers

18. CERTIFICATION CF INDEPENDENT PRICE DETERMINATION.

received, without discusion of such oders Accordingly, each initial (a) nis certi6 cation on the oder form is not applicable to a foreign oder should be submitted on the most favorable terms from a pnce nRcrvr submitting an orTer for a contract which requires performance and technical n'andpoint which the oMeror can submit to the Covern-o, deliverv outside the United States, its possessions, and Puerto Rico, min t. (h) Any Snancial data submitted with any oder hereunder or any (b) An oRer will not be considered for award where (a)(1), (a)(3), espresentatic..s concerning faciliues or Snancing will not form a part or (b) of the cert:6 cation has been deleted or modined. Where (a)(2) of any resulting contract; provided, however, that if the reaulting to'n* of the certi6 cation has been deleted or modined, the o6er will not be tract contains a clause providing for price reducuun for defecuve cost considered for award unless the oderor furnishes with the oder a signed or pricmg data, the contract pnce will bc subject to reduction if cost statement which sets forth in detail the circumstances of the disclosure and the head of the agency, or his designee, determines that such dis-or pricing data furnished hereunder is incomph. naccurate, or not closure was not made for the purpose of restricting competition. current. 11 GOVERN MENT. FURNISHED PROPERTY. '.. material. labar, or 19-ORDER _OF PRECEDENCr h o. . e r.., aconsistency-be-ftcilities will be furnished by the Governmene unless otherwise pro, t wer n_ provj uon s _of_th.ia.aolicitalica da tan'a cacy-sha!! besesolved vided fir in the solicitation. .by 4mngatecedem a * '^Ning-orderw4a+-the-S(hedulet-{b) Solicatauon_Instrucuans-and Conditionet t+)-Ceneral-Provtsioner-(d)

12. LABOP INFORMATION. Cenrral information regarding the re.

_ other_ provisions af_the_xontru r -hether incorporated by-reference or qmretnints of the Walsh Healey Puolic Contracts Act (4l U.S.C. otherwiscaarid_Le1 the_ specifications-l SyAseDARO FOnsd 13-4 Seca chev. I-751 e v s o. .....ee oee.. ists-ess.. e,...e l l e __._.m-- T

m-2- __2_.._. ~._ -u / ~ PART II SOLICITATION INSTRUCTIONS AND CONDITIONS (Continued) Note the following substitutions of the paragraphs listed in the SF-33A. 8. LATE PROPOSALS, MODIFICATIONS OF PROPOSALS, AND WITHDRAWALS OF PROPOSALS (FPR 1 -3. 802-2(b )) (a) Any proposal received at the office designated in the solicitation after the exact time specifieC for receipt will not be considered unless it is received before award is made and: l (1) It was sent by registered or certified mail not later than t the fifth calendar day prior to the date sper.ified for receipt of offers (e.g., an offer submitted in response to a solicitation requiring receipt of 3 offers by the 20th day of the month must have been mailed by the 15th or earlier); .l (2) It was sent by mail (or telegram if authorized) and it is 1 determined by the Government that the late receipt was due solely to mishand-ling by the Government after, receipt at the Government installation; (3) It is the only proposal received; or (4) It offers significant cost or technical advantages to the Government, and it is received before a determination of the competitive range has been made. (b) Any modification of a proposal is subject to the same conditions as in (a) of this provision. (c) The only acceptable evidence to establish: (1) The date of mailing of a late proposal or modification sent either by registered or certified mail is the U. S. Postal Service postmark on both the envelope or wrapper and on the original receipt from the U. S. Postal Service. If neither postmark shows a legible date, the proposal or modification of proposal shall be deemed to have been mailed late. (The tenn " postmark" means a printed, stamped, or othemise placed impression (exclusive of a postage meter machine impression) that is readily identifi-able without further action as having been supplied and affixed on the date of mailing by employees of the U. S. Postal Service. Therefore, offerors should request the postal clerk to place a hand cancellation bull's-eye " postmark" on both the receipt and the envelope or wrapper.) (2) The time of receipt at the Government installation is the time-date stamp of such installation on the proposal wrapper or other docu-mentary evidence of receipt maintained by the installation. (d) Notwithstanding (a) and (b) of this provision, a late modification of an otherwise successful proposal which makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. (e) Proposals may be withdrawn by written or telegraphic notice received at any time prior to award. Proposals may be withdrawn in person by an offeror or his authorized representative, provided his identity is made-known anc he signs a receipt for the proposal prior to award. NOTE: The term " telegram" includes mailgrams.~ ~ - -, - ~, -r

~.. -.c - _ w. -.,i. w...

.a;.?

e a PART II SOLICITATION INSTRUCTIONS AND CONDITIONS (Continued) Note. the fcilowing substitutions of the paragraphs listed in the SF-33A. Paragraph 10 (a) on page 2 of the SF-33A is hereby deleted. Paragraph No. 19 on page 2 of the SF-33A is hereby deleted in its entirety. l. TYPE OF CONTRACT It is contempkated that a Fixed Price however, the Government reserves the right to negotiate and awardcontract will be awarded; whatever type contract is determined to be most appropriate. In addi-tion to the special provisions of this request for proposal, any resultant contract shall include the general provisions applicable. to the selected offeror's organization and type contract awarded. Any additional clauses required by Public Law, Executive Order, or procurement regulations in effect at the time of execution of the proposed contract will be included. 2, PERI 00 0F PERFORMANCE / SCHEDULE The Government estimates that the work hereunder including preparation and submission of the final report, shall be completed by December 31, 1982 3. ACCEPTANCE PERIOD Because of the tir.a required 'y the Government to evaluate proposals o adequately, offercrs are requested to specify a proposal acceptance period of not less than 90 days. 4. ANTICIPATED AWARD DATE It is anticipated that an award under this solicitation shall he made within 10 days after the proposal closing date. 5. COST OF PROPOSAL PREPARATION This solicitation does not commit the Government to pay any cost for the preparation and submission of a proposal or for necessary studies or designs for the preparation thereof; or to procure or contract for the articles or services shown under Part III,herein. I e W 9 p

. w :,. :. ,..u,, .,n. , _,v 6. INDIVIDUAL (S) AUTHORIZED TO NEGOTIATE The prospective offeror will list the name(s) and telephone number (s) of the person (s) authorized to conduct negotiations on the " Proposal Summary and Data Sheet" (see Part IV, Attachment No. 4) which is to be submftted with each proposal. Offerors are cautioned that the person signing the proposal must have the authority to commit the offeror. 7. PROPOSAL

SUMMARY

AND DATA SHEET (See Part IV, Attachment No. 4) A completed " Proposal Summary and Data Sheet" shall be submitted with each copy of the proposal. 8. RFP IDENTIFICATION Mailing envelopes should be marked with the RFP number, the RFP closing date, and the notation: "D0 NOT OPEN IN MAIL ROOM." Also, include the RFP number in your cover letter and on each page of your proposal. 9, AWARD NOTIFICATION All offerors will be notified of their selection or nonselection as soon as possible. Formal notification of nonselection will not be made until a contract has been awarded. It is also brought to your attention that the Contracting Officer is the only individual who can legally commit the Government (i.e. the NRC) to expenditure of public funds in connection with this procure-mant. This means that unless provided in a contract document or specifically authorized by the Contracting Officer, NRC technical personnel cannot issue contract modifications, give informal contractual commitments or otherwise bind, commit, or obligate the NRC contractually. Informal contractual commitments include such actions as: a. encouraging a potential contractor to incur costs prior to receiving a contract, b'. requesting or requiring a contractor to make changes under a contract without formal contract modifications, c. encouraging a contractor to incur costs under a cost-reimbursable contract in excess of those costs contractually allowable, and l

n - a... . a z.6 :-. w=t.u... . :.. n. d. committing the Government to a course of action with regard to a potential contract, contract change, claim, or dispute.. 10. DISPOSITION OF PROPOSALS After award of contract, two (2) copies of each unsuccessful proposal will be retained by NRC's Division of Contracts and unless return of proposals is requested by the offeror uoan submission of proposal, all other copies will be' destroyed. This n:tification should appear in any cover letter acccmpanying the propo:al. 11. NOTICE OF PROPRIETARY INFORMATION a. Notice of Proprietary Information - Offerors are advised that those portions of the Proposal which are censidered to be propri-etary shall be so identified. In the event the offeror fails to indicate on the title page and each sheet of the proposal what portions of the proposal are proprietary, the NPC assumes no liability for disclosure or use of unmarked technical data and may use or disclose sucn data for any purpose. The clause set forth in paragraphs b and c., below, should be utilized by the offeror in marking his proposal. b. Use and Disclosure of Data - Freedom of Information Act Requests "This data shall not be disclosed outside the. Government and shall not be duplicated, used, or discloseo in whole er in part for any purpose other than to evaluate the proposal; provided that.if a contract is awarded to this offeror as a result of or in connection with the submission of this data, the Government shall have the right to duplicate, use or disclose the data to the extent provided in the contract. This restriction does not limit the Government's right to use information con'tained in the data if it is obtainable from another source without restriction. The data subject to this restriction is contained in sheets Our failure to mark the proposal with a legend or otherwise identify and restrict the disclosure and use of data in the proposal shall be interpreted by the NRC as an acknowledgment that the contents of the Technical Proposal may be released, disseminated, or otherwise disclosed by the NRC pursuant to a Freedom of Information Act request." c. Moreover, each sheet for which the offeror desires to restrict disclosure shall be marked with the following legend: "Use or disclosure of proposal data is subject to the restriction on the title page of this proposal. I claim that information contained herein is proprietary and shall not be disclosed by the NRC in accordance with Exemption 4 of the Freedom of Information Act." S

--.m.. .. - =:.1.-: :w ' t 12. PROPOSAL PRESENTATION AMD FOP?.AT Proposals will be typewritten or reproduced on letter-size paper a. and will be legible in all required copies. Unnecessarily elab-orate brochures or other presentations beyond that sufficient to present a complete and effective proposal are not desired and may be construed as an indication of the offeror's lack of cost con-sciousness. Elaborate art works, expensive paper and binding, expensive visual and other presentation aids are neither necessary nor desired. Legibility, clarity, and completeness are important. b. Proposals in response to this Recuest for Proposal shall be sub-mitted in the following three (3) separate and distinct parts: (1) One (1) original signed copy of this solicitation package. All applicable sections must be completed by the offeror. (2) One (1) original and ( ) copies of the " Cost Proposal" shall be submitted in accordance with the guidelines set forth in the paragraph below entitled, " Business Management Recuire-ments." (3) One (1) original and ( ) copies of the " Technical Proposal" shall be submitted in accordance with the guidelines set forth in the paragraph below entitled, Technical Procosal Content." Each of the parts shall be separate and complete in'itself so that evaluation of one may be accomplished independently of evaluation of the other. All documents submitted shall have a cover page with the identifying RFP title, the solicitation number, and name of the offeror. NOTE: If your records are currently under audit cognizance of a Government audit agency, the address and telephone number of that office should be furnished on the " Proposal Senmary and Data Sheet." One (1) copy of the solicitation package, Technical Proposal, and Cost Proposal shall be submitted by the offeror to the cognizant ' audit agency concurrent with the submittal of the proposal to the NRC. 13. BUSINESS MANAGEMENT REQUIREMEN,TS a. Cost Procosal The offeror should utilize the Optional Form 60, Contract Pricing Proposal (Research and Development), in submitting the Cost Proposal. Offerors may, however, submit the necessary information in a different format where the offeror's accounting system makes use of the form impractical, or when required for a more effective and efficient presentation of cost information. In either instance, m the information furnished shall include pertinent details sufficient to show the elements of cost upon which the total cost is predicated. e a O

+4-~" ~ m u m ..3 4--#_ .w . mau i e = l Cost will be evaluated on reasonableness, validity, and reli-ability. The " Cost Proposal" must include, but is not limited to, the following: Material

  • A detailed listing of items including the quantity, basis of cost estimate, unit cost and sources of cost.

Labor The basis for the estimated hours broken down by category and task, and the source of labor rates. Level of effort data shall be expressed in man-hours. Indirect Cost - The source and basis of' dete5aination of all indirect costs. Travel The breakdown of all travel by trips, segregating all transportation and per diem costs. Copy of the official Government approval of the offeror's travel policy, if granted, or in lieu thereof, a copy of the offeror's travel policy. NOTE: In the absence of a Government approved contractor travel policy, the prevailing Federal Travel Regulation rates and the clause entitled, " Travel Reimbursement" in Part III shall apply. Other The offeror's fiscal accounting period (Fiscal Year) and the name, address, and the telephone number of the offeror's cognizant Government audit agency, b. Management The management aspects shall include, but not be limited to, the following and any data pertinent thereto: (1) Project scheduling and contingency planning demonstrating a logical progression and integration of the tasks to insure completion within the performance period and without program slippage. (2) Management organizational structure delineating areas of respon-sibility and authority under the proposed effort. Describe the relationship of the project organization to corporate management and to subcontractors, if any. Discuss the functions and author-ities of the project manager. (3) Procedures to periodically review in-house organizational func-tions, program reviews and controls and subsequent coordination with the NRC. 4 ,. = 0

--s__ _m_., % _, m.., _,3, 3 c.,, u,,,.;,..

3.....,.., _. y......._.
1..... ~

~ (4) Management controls expected to be utilized to preclude a con-tract cost growth. c. Manoower Availability Describe the source of personnel required for performance of each task and not presently employed by the offeror. If any of the personnel are under commitment, describe the terms of the commit-ment (s). Note specifically the personnel that will be on board subfect to a contract award. d. Consul tants Explain the need for consultant services. List prcposed consultants i f known by name. For each list show (1) nature of services, (2) fee rate, and (3) total consultant fee and any other allowable related costs which may be involved, such as travel and per diem. Such fees may not be paid to employees of the contractor or to employees of the U. S. Government. e. Subcontractors If the offeror plans to subcontract any of the work to be performed, list proposed subcontractors if known by name. Provide a detailed breakdown of specific work to be subcontracted and the approximate cost involved. f. Labor Surplus Area Prooram Recuirements In keeping with the Federal Labor Surplus Area Program, the offeror is required to provide information on the general economic conditions of the area in which subcontractors are located, exact location of sub-contractors (state, city, county), and the unemployment rate for the ares, if known. g. Additional Facilities or Procerty In the event the offeror contemplates acquiring additional facilities or property in the performance of this work, such facilities or prop-erty shall be separately identified. h. Other Contractual Commitments The offeror shall list any commitments with other organizations, Governmental or private, and indicate whether these commitments will or will not interfere with the completion of work and services contemplated under this proposal. e e e O

..c. - ..+. -,,.,.-c--- ~., .~ . =. - ..... ~.. _...... 14,. .T_EC_H.?.lI_CA._L P ACFC_S..A.t_CC.li._!E'.iT.- r-we The Technical Proposal shall not contain any reference to cost. Resource M ~ information such as data concerning labor hours, and categories, materials,' f,$ subcontracts, travel, computer time, etc., shall be included in the Tech-p nical Proposal so that the offeror's understanding of the scope of work may -6 be evaluated. EE E4: Tha offeror shall submit with the Technical Proposal full and complete F9 information as set forth below to permit the Government to make a thorough kc) evaluation and a sound determination that the proposed approach will have = a reasonable likelihood-of meeting the requirements and objectives of this procurement in accordance with the evaluaticn criterla set forth in this 4 Part II under the paragraph entitled, " Evaluation of Proposals." i Statements which paraphrase the scope of work without cc=unicating the g specific innovation proposed by the offeror or statements to the effect that the offeror's understanding can or will comply with the scope of work may be construed as an indication of the offeror's lack of understanding of the h scope of work and objectives. FA WL The Technical Proposal shall set forth as a minimum the following: EWi b a. Discussion of the scope of work requirements to substantiate the

1 offeror's understanding of the. problem and his proposed method of t

approach to meet the objective. 4 %.a b. Discussion of the offeror's experience in the analysis of regulatory g systems (nuclear and otherwise). Include the contract numbers and g Government points of contact. g% c. Include resumes for all professional personnel to be utilized in the -3 perfomance of any result'ng contract. Include educational background, ?i specific pertinent work experience and a list of any pertinent publica-L tions authored by the individual. d. Discuss supoort personnel and facilities available to assist the profes-M sional personnel. y R e. Indicate potential problem areas and the approach to be taken to .,g resolve said areas. f(3 %ft f. Provide a detailed description of the schedule for work and icentify M significant milestones and completion dates for various subparts. g. Identify the "Xey Personnel," and for the person (s) so identified, specify ~M the percentage of time currently ccanitted to other projects over the (h,f} course of the proposed contract period of perfomance. h iii ~1 ? h. Statements of any interpretations, requirements, or assumptiens made Ry f.43 by the offeror. 3 Ts E w'a ..:

  • a r.m
-an

-f.71 Y} c A

-- - - = w. w ;.- r _.. w.,.a.s <: ~;a .. a.: ~ ,.. <-c.y.... ...-- s--- ~..- COST REIMBURSABLE CONTRACTS 15. CONTRACT AWARD AND EVALUATION OF PROPOSALS a. By use of numerical and narrative scoring techniques, proposals will be evaluated against the evaluation factors specified in the paragraph below. These factors are listad in their relative order of importancp. A ard will be made to the. offeror (1) whose proposal is technically acceptable and (2) whose technical / cost relationship is most advantageous to the Government; and who is considered to be responsible within the meaning of Federal Procurement Regulation 1-1.12. Although technical merit in (list technical evaluation critaria) will be factors in the evaluation of proposals, cost will be the more significant factor in the selection of a contractor. To be selected for an award, the proposed cost must be realistic and reasonable. b. The Government reserves the right without qualification, to accept or reject any or all proposals, to negotiate with any and all proposers regardless of the terms of the original proposal, and to request addi-tional clarifying information either through written information or through conference with the proposers. All proposers are notified i that award may be made without di'scussion of proposals and, therefore, I proposals should be submitted initially on the most favorable terms, from a cost and technical standpoint. c. A separate cost analysis will be performed on each cost proposal. To provide a common base for evaluation of cost proposals, the level of effort data shall be expressed in man hours. d. In making the above determination, a best-buy analysis will be performed taking into consideration the results of the technical evaluation, cost analysis, and ability to complete the work within the Government's required schedule. Proposals will be evaluated in accordance with the following weighted e. factors, liste3 in the order of their relative importance: Weights (Based on 100 Points) ~ 9 ( O

_m._._...-s.......:.m. .. m m, ....,.~.. n..,.,..;... .....-i F_ actors ~ Weicht 1. Technical Competence 50 A. Demonstrated knowledge with NRC Research Programs, past and projected. B. Demonstrated knowledge of Interriational Research Programs l C. Demonstrated ability to coordinate the publication of diversified technical topics as a cohesive meeting report. 2. Past Experience 50 A. Experience in conducting comparable conferences. B. Experience in managing safety research work. C. Experience in coordinating U. S. Agency support services. e-9 9 s. m r-i i- ..3-i......,..

.n-.. ? -- -.u..~-- ~ i 16.- NOTICE OF TOT.at SMALL BUSINESS SET-ASIDE L A. General. Bids or proposals under this procurement are solicited only fecm (1) small business concerns and (2) eligible organi:ations for the hanci-l capped and handicapped individuals under the 5 mall Business Act. The procurement is to be awarded only to one or more such concerns, organizations, I or individuals. This action is based on a detennination by the Contracting Officer, alone or in conjunction with a representative of the Small Business Administration, that it is in the interest of maintaining or mobilizing the fiation's full productive capaci..y or in the interest of war or national t defense programs, or in the in.;erest of asturing that a fair proporticn of P,' Government procurement is placed with small business cencerns, or in the E interest of assisting eligible organizations for the handicaoped and handi- } capped individuals. Bids or oroposals received frcm others will be considerea g nonresoonsive. g E B. Definitions. The term "small business concern" means a concern, including its affiliates, which is independently owned and operated, is not dominant

j in the field of operation in which it is bidding on Government contracts, and j

can further qualify under the criteria set forth in the regulations of the s: Small Business Administration (13 CFR 121.3-8). In cdaition to meeting n these criteria, a manufacturer or a regular dealer submitting aids or pro-ti posals in his own name must agree to furnish in the performance of the f contract end items manufactured or produced in the United States, its terri-i tories and possessions, Cocinonwealth of Puerto Rico, the Trust Territory t of tne Pacific Islands, and the District of Columbia, by small business y? concerns: provided, that this additional requirement does not apply in' I$ cor.nection with construction or service contracts. f} e 2 P1 1

4 b1 i

L.4 ,A e 3 ,,)a F4 U.1 }],; h. 7 p. ' '?, M' - :l 5.7 l %' l 5.1

__..m... J.e.- ..Gb,- v. t t 37, Si e Stand 2rd a: d ?? -- cT e114 ft __,.*... 6, It cas te=a ce:ar=inM Oi; Oe scr rf c's desc-ibed herein ar*'o z c l ais"". #. 'd 'J:02~ =e 5:1ccard Ice :dai Classifica:ica ;'anual as No, ol = d Ce c:::arn's average annual r-esi;::s f r 1 3 -[-- 'I * $}L'g a'7,i [ 17 7e m =us: n:: e:2:d12Hffifen:sheclassid ]l(.$4.nes. -) *' t a 4

,, 2, 3, j

e b [ e t D., k.c h f k n r 4e l' !) k'. b k >B I4 e. I s-t i. ,i >.e .I 4 r.- .F*r r. Y,' t r i >4' O P ee p M' 5I I.i-! .1 ( ,i P. i ,M E. 9 s'

u w. e..w.m.m.p.: . ~. t. x =.;. = e Article I - Statement of Work A.

Background

The Water Reactor Safety Research Information Meeting is held each year to review progress and technical accomplishments in research programs. In addition to the plenary sessions, the meeting includes workshops and review group meetings covering the status of research programs which involve international interest. The overall meeting is international in scope and includes participation by personnel from U.S. Government laboratories, various research firms and independent laboratories, reactor vendors, utilities, and universities. European countries, Australia, Japan, China, Mexico, Canada, and South Korea. B. Scope of Work The contractor shall provide the personnel, services and material to coordinate and administer the planning and arrangements for conducting the 10th Water Reactor Safety Research Information Meeting to be sponsored by the Office of Nuclear Regulatory Research. The meeting is tentatively scheduled to be held at the National Bureau of Standards, located in Gaithersburg, Maryland. If NBS is not available, the Contractor will be responsible for acquiring another location which shall be large enough to accommodate the expected number of participants. Specifically, the following tasks shall be accomplished: The contractor shall make arrangements for meeting facilities, assist people with motel reservations, bus transportation, luncheons, the preparation and distribution of approximately 1000 meeting notices, some to be sent before the meeting, the agenda, and the distribution of papers presented at the meeting. Government facilities and funds are to be employed for these activities with the exception of the costs of the motels, luncheons and coffee and beverages served at the meeting. The contractor shall supervise the activities at the registration desks at the time of the meeting including the collection of registration fees and payment for services. He also coordinates NBS Services, i.e., reproduction, arrangements for table and chairs, provided at the meeting, including the availability of NBS projectionists and various items of visual aid equipment used during the meeting. Approximately 750 persons are expected to attend the four day meeting scheduled for October 12-15, 1982 with a daily attendance ranging between '400 and 450 persons. The four day meeting will entail eight (8) hours per day. There maybe as many as ten (10) meetings being conducted at one time. The proceedings of the meeting will be published either as separate reports or in a bound volume, to highlight the accomplishments and progress in safety research performed over the past year. This will require review of the papers to be published and editorial services to assure publication in conformity with NRC technical reporting guidelines. i

~. .aL .~.,,:...T : L.. ,., ;;. J,.. m.' , u..:JJ..~ %.c 4 ./ i . C. Qualifications To assure a high level of technical quality to the meeting, the meeting coordinator shall have pricr experience in managing safety research information meetings of an international character as well as experience in the management of safety research work itself. The meeting coordinator shall be familiar with RES sponsored research programs, their scope and objectives, and the key personnel who perform the work. He shall also have a broad knowledge of the safety research programs conducted abroad, th6tr key personnel, and. relationship to U.S. programs. ARTICLE II - Deliverable Items / Delivery Schedule Etem Description Quantity Schedule 1 proceedings of meeting (to be 1 copy Between 30 to 45 days after published either as separate the meeting reports or in a bound volume) ARTICLE III - Period of performa. e The period of performance for work herein shall be from effective date of contract through November 29, 1982. As a minimum, the Contractor shall provide 100 staff days. ARTICLE TV - Piyment A. In the absence of a discount, the contractor shall be paid upon the submission of a proper and correct 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. The contractor's invoice or public voucher shhl1 identify the contract number and the nature and extent of the supplies / services for which payment is claimed. C. If this contract provides for a discount, the contractor shall indicate the contract's discount terms (Block 16 of SF-33) on the face page of the invoice or voucher.. ARTICLE V - Total Amount of Contract The firm fixed price amount of this contract for the delivery and acceptance of the supplies stipulated in ARTICLE I is $ 20,000.00 - I tl

.,...., m.., ,s ~.m,., 3.m. m.,.,.,_ 1 ARTICLE VI - Inspection and Acceptance Inspection and acceptance of the services and documentation called for hereunder shall be accomplished by the Contracting Officer or his duly authorized representative who for the purposes of this contract shall be the Project Officer. ARTICLE VII - Project Officer' Harold Sullivhnis 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 request 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 directive whatever. The Project Officer is responsible for: (1) monitoring the contractor's technical progress, including surveillance and assessment of performance, and recommending to the Contracting Officer changes in requirements; (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 requested for reimbursement by contractors and submit recommendations 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 specificat, ions 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. ARTICLE VIII - 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 information, documents and material furnished by the Commission 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 this contract, transmit to the Commission all rec, comp 1Cion or termination of ords 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. A # G

] = _ w.... u.n az.- mw.:.w yr. mum..: ~ ' B. The contractor shall be responsible for safeguarding from unauthorized disclosure any information or other documents and material exempt from 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, requirements, and directions of the Commission with respect to such material. C. The contractor's duties under this clause shall not be construed to limit or affect in any way the contractor's obligation to conform to all security regulations and requirements of the Commission pertaining to classified information and material. ARTICLE IX - Key Personnel Pursuant to this Article (Key Personnel), the following individuals are considered to be essential to the successful performance of the work hereurider 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. Stanley A. Szawlewicz ARTICLE X - Reserved ARTICLE XI - Alterations in Contract The following alterations have been in the General Provisions of this contract: .FPR Changes and NRC Additions to Standard Form 32, General Provisions attached hereto and forming a part of this contract, is further modified as follows: Clause-Clause Deleted Substituted Title 12 44 Disputes 22 47 Utilization of Labor Surplus Area Concerns 32 None Minority Business En'terprises Subcontracting Program 33 None Preference for' U.S. Flag Air carriers I L.

~.s..... ... e... : ) i PART IV LIST OF ATTACHMENTS General Provisions NRC Contractor Or anizational Conflict of Interest (41 CFR Part 20 Optional Form 60 Proposal Summary and Data Sheet NRC Organization Chart 9 .}}