ML20057B496

From kanterella
Jump to navigation Jump to search
Contract: Maint & Relocation of Ibm 9370 Sys, Awarded to SBA & Washington Data Sys,Inc
ML20057B496
Person / Time
Issue date: 08/10/1993
From: Birmingham V, Wiggins E
NRC OFFICE OF ADMINISTRATION (ADM), SMALL BUSINESS ADMINISTRATION, WASHINGTON DATA SYSTEMS, INC.
To:
References
CON-NRC-33-93-200 NUDOCS 9309220139
Download: ML20057B496 (39)


Text

_

4 6

I i

AWARD / CONTRACT Page 1 of 2

1. THIS CCNTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350)

RATING e 1..,, P R O J E C,,, s,,o.

. CONTRACT NO.

3.

EFFECTIVE DATE 4-

=

-- J

(

S/1/93 EQ-IRM 200 NRC-33-93-200 l

5. ISSUED BY Ccce:
6. ADMINISTERED BY C::e:

(If other than Item 5}

U.S. Nuclear Regulatory Commission U.S. Nuclear Regulater.* Cc= mission Div. of Contracts & Property Mgmt Div. of Contracts & Pr"rerty Mamt.

~

Contract Neg. Br. No. 1;P-1020 Contract Admin. Br. No.' 2;P-902 Washington, D.C.

20555 Washington, D.C. 20555 j

7.

NAME AND ADDRESS OF CONTRACTCR

8. DELIVERY Prime:

U.S. Small Business Admin.

^{ ]

FOB ORIGIN 1111 18th St., NW; Wash., D.C.20036 (X]

OTHER (See be_ow) i Sub:

Washington Data Systems, Inc.

9. DISCOUNT FOR PROMPI PAYNT 9315 Largo Drive West, Ste 200 I

Landover, MD 20785 Tsch,

Contact:

James Gue l

Talsphone No. 301 499-0300 i 10. SUBMIT INVOICES (4 copies unless otherwise specified) TO TEE ADDRESS i

SHOWN IN ITEM: 6

11. SHIP TO/ MARK FOR CODE
12. PAYMENT WILL BE MA;E BY CODE U.S. Nuclear Regulatory Cc= mission U.S. Nuclear Regula:ory C0= mission Attn: David Barrow Division of Accounting and Finance IRM/DISS - MS P600 GOV /CCM Accounting Section Washington, D.C. 20555 l

Washington, D.C. 2:555 l 13. AUTHORITY FOR USING OTHER THAN YULL AND OPEN CCMPETITION

[] 10 U.S.C. 2304 (c) ( )

EX] 41 U.S.C. 253 (c)

( 5)

}$ (g g

14. ACCOUNTING AND APPROPRIATION DATA 310-20-615-303 B8159-3 BOX 2542 31XO200 $33,187.22 1' 15A. ITEM 153. SUPPLIES /

15C. QUANTITY 15D. UNIT 15E.UN'T ISF. AMOUNT NO.

SERVICES PRICE Nuclear Regulatory Commission hereby accepts Washington Data systems, The U.S.

technical proposal dtd 5/21/93 & revised 6/11/93, which is incorporated Inc.

heroin by this reference and made a part of this contract to perform the work in accordance with Solicitation No. RS-IRM-93-200 which is incorporated heroin and made a part of this contract.

This firm fixed price type contract is completed as follows:

I 15G. TOTAL AWARD AMOUNT OF CONTRACT $33,187.22 EXCEPTION TO STANDARD FORM SF26 (REV.4-85)

Prescr:.bec by GSA p

FAR (48 CFR) 53.214(a)

G[")7 ll 9309220139 930810 1

PDR CONTR

- - - - - - - NRQ-33-93-2OO PDR

l 0 AWARD /CCNTRACT Fage 2 of I Pages 16.

TABLE OF CONTENTS X SEC DESCRIPTION PAGE(S)

PART I - THE SCHEDULE A

SOLICITATION /CCNTRACT FORM B

SUPPLIES OR SERVICES AND PRICES / COSTS C

DESCRIPTION / SPECIFICATIONS / WORK STATEMENT b

PACKAGING AND MARKING E

INSPECTION AND ACCEPTANCE F

DELIVERIES OR PERFORMANCE G

CONTRACT ADMINISTRATICN DATA H

SPECIAL CONTRACT REQUIREMENTS l

PART II - CONTRACT CLAUSES I

l I

CONTRACT CLAUSES I

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER AT*ACHMENTS J

LIST OF ATTACFMENTS l

PART IV - REPRESENTATIONS AND INSTRUCTIONS l

K REPRESENTATICNS, CERTIFICATIONS AND OTHER STATEMENTS CF OFFERORS l

L INSTRUCTICNS, CONDITIONL AND NOTICES TO OFFERORS I

M EVALUATION FACTORS FOR ANARD l

CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE l

l 17.

[X] CONT"-TACTOR'S NEGOTIATED AGREEMENT (Contractor is required to sign this document and return 3 copies to issuing office.) Centractor agrees to furnish and deliver all items or perform all the services set forth or otherwise identified above and on any continuation sheets for the consideration stated herein.

The rights and obligations of the parties to this contract shall be subject to and governed by the following documents: (a) this award / contract, (b) the solicitation, if any, and (c) such provisions, representations, certifications, and specifications, as are attached or incorporated by reference herein.

(Attachments are listed herein.)

i 18.

[ ] AWARD (Contractor is not required to sign this document. ) Your offer on Solicitation Number including the additions or changes made by you which additions or changes are set forth in full above, is hereby accepted as to the items listed above and on any continuation sheets. This award consummates the contract which consists of the following documents: (a) the Government's solicitation and your offer, and (b) this award / contract. No further contractual document is necessary.

j 19A. NAME AND TITLE OF SIGNER OA. NAME OF CONTRACTING OFFICER (me or print)

W RGINIA k.m m ' w.m a M ELOIS J. WIGGINS 9

CONTRACTING OFQ/5R

,6L h

4/

y u 0/ /

4 (Si natpe of pekson authorized to sign) b (Signature of Contracting Officer) 1 20C. DATE SIGNED

$'/O'9 3 G A? U*-

19C. DATE SIGNED EXCEPTION TO STANDARD FORM'26 (REV.4-85)

Page 2 of 25

3 AWARD / CONTRACT Page 1 of I 1.

IHIS CCNTRACT IS A RATED CRDER UNDER DPAS (15 CFR 350)

, RATING I

I. CCNTRACT 50.

3.

EFFEC ~IVE DATE

'4.

REQUISIIIIN/ PROJECT NO.

0353-93-2-00638 8/9/93 5.

ISSUED BY C0ce:

6.

ACMINISTERED BY 2 ce:

(If other than Item 5'-

U.S. Small 5usiness Administration U.S. Nuclear Regulat bt Commission 1111 18th Street, N.W.,

6th F1 Div. of Contracts & Fr:perty Mamt Attn: V.

eellamy-Graham Contract Admin. 3r. No. 2 : P-90~i Washington, D.C.

20035 Washington, D.C.

20555 7.

NAME AND AICRESS OF CONTRACTCR

8. DELIVERY

[]

FOB ORIGIN Washington Data Systems, Inc.

9315 Largo Drive West, Ste 200

9. DISCOUNT FOR PRCFPT PAYMENT Landover, MD 20785 10.SUEMIT INVOICES (4 copies unless otherwise specified) TO T=I ADDRESS SHOWN IN I'EM: 6
11. SHi2 TO/MARR FOR CODE
12. PAYFE WILL BE MADE BY CODE U.S. Nuclear Regulatory Cc :nission U.S. Nuclear Regulatory Commission Attn: David Barrow Division of Accounting and Finance IRM/DISS - MS P600 GOV /COM Accounting Section Washington, D.C. 20555 Washington, D.C. 20555 _
13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION

[ ] 10 U.S.C. 2304 (c) ( ) ~[X] 41 U.S.C.

253 (c) ( 5)

14. ACCOUNTI'iG AND APPROPRIATION DATA 310-20-615-303 38159-3 BOX 2542 31XO200 $33,187.22 15A. ITEM 153. SUPPLIES /

15C. QUANTITY 15D. UNIT 15E. UNIT 15F. AMOUNT NO.

SERVICES PRICE Technical Support Services (See Prime Contract).

See Section I of Prime Contract / Award contract document for special 8(a) Subcontract clauses.

15G.

Total Amount of Firm Fixed Price Contract

$33,187.22 EXCEPTION TO STANDARD FORM SF26 (REV.4-85)

Prescricea by GSA FART 10 CFR) 53. 214 (a)

~

AWARD /CCNTRACT Fage 2 of 2 Pages 16.

TABLE OF CONTENTS X SEC DESCRIPTICN PAGE(Si PART I - THE SCHEDULE A

SOLICITATICN/CCNTRACT FORM B

SUPPLIES OR SERVICES AND PRICES /CCSTS C

DESCRIPTION / SPECIFICATIONS / WORK STATEMENT D

PACKAGING AND MARKING E

INSPECTION AND ACCEPTANCE F

DELIVERIES OR PERFORMANCE G

CONTRACT ADMINISTRATICN DATA H

SPEC 3L CONTRACT REQUIREMENTS PART II - CONTRACT CLAUSES I

CONTRACT CLAUSES PART III - LIST OF DOCLNENTS, EXHIBITS AND OTHER ATTACEMENTS J

LIST OF ATTACHMENTS PART IV - REPRESENTATICNS AND INSTRUC"' IONS K

REPRESENTATICNS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS L

INSTRUCTIONS, CCNDITIONS, AND NOTICES TO OFFERORS M

EVALUATION FACTORS FOR AWARD CONTuCTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE 17.

[X] CONTRACTOR'S NEGOTIATED AGREEMENT (Contractor is required to sign i this document and return 3 copies to issuing office.) Centractor agrees to furnish and deliver all items or perform all the services set forth or otherwise identified above and on any continuation sheets for the consideration stated herein.- The rights and obligations of the parties to this contract shall be subject to and governed by the following documents: (a) this award / contract, (b) the solicitation, if any, and (c) such provisions, representatic s, certifications, and specifications, as are attached or incorporated by reference herein.

(Attachments are listed herein.)

18.

L] AWARD (Contractor is not required to sign this document.) Your of f er on Solicitation Number including the additions or changes made by you which additions or changes are set forth in full above, is hereby accepted as to the itens listed above and on any continuation sheets. This award con =ummates the contract which consists of the following documents: (a) the Government's solicitation and your offer, and (b) this award / contract. No further contractual document is necessary.

i 19A. NAME AND TITLE OF SIGNER 20A. NAME OF CONTRACTING OFFICER i

, Type or print)

VIRGINIA BELLAMY-GRAHAM

(

f Paul M. McCoy, President CONTRACT [NG OFFICERj

' 19B. f s 7h M W G nOF CONTRAJyOR 20B.

(D. ST 3TE F

RT by

/m by stVLMtJ (Signature of person fatnor:.ted to sign)

(Signapreof'CojtractingOfficer) 20C. DATE SIGNED

'9C* DATE SIGNED 8/9/93 p/C - h EXCEPTION TO STANDARD FORM 26 (REV.4-85)

- )

i Page 2 of 2S

~1 1

i

, {

ls l

r l

TABLE OF CONTENTS PAGE AWARD /CONTPAC'"

PART I - THE SCHEDULE.

'3 SECTION B - SUPPLIES OR SERVICES AND PRICES /CCSTS.

3 B.1 PROJECT TITLE.

3 3

B.2 BRIEF DESCRIPTION OF WORK (MAR 1987) l B.3 SCHEDULE OF PRICES COST - BASE YEAR.

3 l

B.4 SCHEDULE OF PRICES COST - OPTION YEAR.ONE.

4 4

l B.5 SCHEDULE OF PRICES COST - OPTION YEAR TWO.

5 i

B.6 CCNSIDERATION AND OBLIGATION--FIRM _ FIXED PRICE (JCI 19 88 )

SECTION C - DESCRIPTION / SPECIFICATIONS / WORK STATEMENT.

6 C.1 STATEMENT OF WORK.

6 l

SECTION D - PACKAGING AND MARKING.

13 l

D.1 PACKAGING AND MARKING (MAR 1987) 13 14 SECTION E - INSPECTION AND ACCEPTANCE.

E.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988)-

14 l

E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987).

14 l

SECTION F - DELIVERIES OR PERFORMANCE.

15 F.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 15 15 F.2 REPORTS F.3 PLACE OF DELIVERY--REPORTS (JUN 1988).

15 F.4 DURATION OF CONTRACT PERIOD (MAR 1987)

T 16 ALTERNATE 4 (JUN 1988)

SECTION G - CONTRACT ADMINISTRATION DATA.

17 G.1 NRCAR 2052.215-72 PROJECT OFFICER AUTHORITY.

17 ALTERNATE 1 (JAN 1993)

SECTION H - SPECIAL CONTRACT REQUIREMENTS.

18 H.1 NRCAR 2052.204-71 SITE ACCESS BADGE.

18 l

REQUIREMENTS (JAN 1993)

H.2 NRCAR 2052.215-70 KEY PERSONNEL (JAN 1993) 18 H.3 GOVERNMENT EURNISHED~ EQUIPMENT / PROPERTY - NONE PROVIDED.

19 (JUN 1988)

PART II - CONTRACT CLAUSES.

20-SECTION I - CONTRACT CLAUSES 20 I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 20 I.2 52.217-9 OPTION TO EXTEND THE TERM OF THE 21 CONTPACT (MAR 1989) 1 I.3 52.219-11 SPECIAL 8(A) CONTRACT CONDITIONS 22 (FEB 1990) i

a l

f s

I b

TABLE OF CONTENTS PAGE 22 I.4 52.219-12 SPECIAL 8(A) SUBCONTRACT CONDITIONS.

(FES 1990)

I.5 52.219-17 SECTION 8(A) AWARD (FEB 1990).

23 i

i PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS.

25 i

l l

SECTION J - ~.IST OF ATTACHMENTS.

25 J.1 ACACEMENTS (MAR 1987) 25 l

r i

F

=

t I

i I

t 3

I i

4 l

l 45

?

NRC-33-93-203 Section B PART I - THE SCHEDULE SECTION B - SUPPLIES OR SERVICES AND PRICES / COSTS B.1 PROJECT TITLE The title of this project is as follows:

Maintenance and Relocation of the IBM 9370 System

[End of Clause]

B.2 BRIEF DESCRIPTION OF WORK (MAR 1987)

The Contractor shall furnish the necessary qualified labor repa r parts, maintenance supplies, tools, test equipment, documentation, maintenance diagnostic routines, and otherwise do all things necessary for or incidental to the repair and maintenance of the computer and peripheral equipment.

The Contractor shall also be responsible for the relocation of the IBM 9370 equipment from its current location at One White Flint North (OWFN) to an adjoining loca:icn at Two White Flint North (TWNF).

[End of Clause)

B.3 Scru:.uULE OF PRICES COST - BASE YEAR ITEM Supply / Service QTY Unit Unit Amount Price I

1 9377/090 Processor 12 MO

$1,349.54

$16,194.48 Serial #

00879,40406 4

2 9335/A01 Disk Controller 12 MO 46.98 563.76 Serial #

71617, 81013, 3

9335/B01 Disk Drive 12 MO

$ 131.16

$ 1,573.92 Serial # 26517, 48875 4

1589/C01 1600/6250 Tape 12 MO

$ 659.60

$ 7,915.20 Drive Serial #

00036, 00410 5

9309/002 Rack Enclosure 12 MO 11.61 139.32 Serial #

52526, 52527 54767 6

6186/002 Plotter 12 MO 50.40 604.80 i

Serial # 50796 OWFN 4H17 Page 3 of 25 i

L

g i

6 NRC-33-93-203 Secticn B B.3 (Continued) 7 3179/G10 Graphics Terminal 12 MO 45.00 540.00 Serial # CM98, CNX11, CNX02, CM92, CM94,

CM96 8

3979 Expansion Unit 12 MO

.75 S

9.00 Serial #

24033 9

Relocation of 9370 1

JOB

$5,646.74 S 5,646.74 equipment TOTAL AMOUNT BASE YEAR

$33,187.22 B.4 SCHEDULE OF PRICES COST - OPTION YEAR ONE ITEM Supply / Service QTY Unit Unit Amount Price.

1 9377/090 Processor 12 MO S1,349.54 $16,194.48 Serial #

00879,40406 2

9335/A01 Disk Controller 12 MO 46.98 $

563.76 Serial #

71617, 81013, 3

9335/B01 Disk Drive 12 MO 131.16 S 1,573.92 Serial #

26517,48875 4

1589/C01 1600/6250 Tape 12 MO 659.60 S 7,915.20 Drive Serial #

00036, 00410 5

9309/002 Rack Enclosure 12 MO 11.61 S 139.32 1

Serial #

52526, 52527 54767 6

6186/002 Plotter 12 MO 50.40 $

604.80 Serial # 50796-OWFN 4H17 7

3179/G10 Graphics Terminal 12 MO 45.00 $

540.00 Serial # CM98, CNX11, CNX02, CM92, CM94,

CM96 8

3979 Expansion Unit 12 MO

.75 $

9.00 Serial #

24033 TOTAL AMOUNT OPTION YEAR ONE S27,540.48

(

Bo5 SCHEDULE OF PRICES COST - OPTION YEAR TWO l

Page 4 of 25

r NRC-33-93-203 Section B l

B.5 (Continued)

I ITEM Supply / Service CTY Uni t Unit Amount Price 1

9377/090 Processor 12 MO

$1,349.54 $16,194.48 Serial #

00879,40406 2

9335/A01 Disk Controller 12 MO 46.98 SL 563.76 Serial #

71617, 81013, 3

9335/301 Disk Drive 12 MO 131.16 $ 1,573.92 Serial # 26517, 48875 4

1589/C01 1600/6250 Tape 12 MO 659.60 $ 7,915.20 Drive Serial #

00036, 00410 l

5 9309/002 Rack Enclosure 12 MO 11.61 S 139.32 l

Serial #

52526, 52527 54767 i

6 6186/002 Plotter 12 MO 50.40 $

604.80 Serial # 50796 OWFN 4H17 7

3179/G10 Graphics Terminal 12 MO 45.00 $

540.00 l

Serial # CNW98, CNX11, CNX02, CNW92, CNW94, CNW96 8

3979 Expansion Unit 12 MO

.75 $

9.00 Serial #

24033 TOTAL AMOUNT OPTION YEAR TWO

$27,540.48 TOTAL AMOUNT BASE PLUS OPTION YEARS

$88,268.18 NOTE:

Maintenance prices shall include cot es for preventive, remedial and on-call maintenance.

1

?

[End of Clause]

I B.6 CONSIDERATION AND OBLIGATION--FIRM FIZED PRICE j

(JUN 1988)

The firm fixed price of this contract is S33,187.22

[End of Clause]

Page 5 of 25

NRC-33-93-203 Section C SECTION C - DESCRIPTION / SPECIFICATIONS / WORK STATEMENT C.1 STATEMENT OF WORK C.1.1.

Background

The Nuclear Regulatory Commission (NRC) currently uses various IBM and IBM plug compatible computer equipment.

This cc=puter 1

equipment supports critical NRC productions systems which include Commission Calendaring, Work Items Tracking System, Safety Issues Management System, and General Licensing Data Base System.

It is essential that these systems be kept operational 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> per day in order for NRC to meet its mission.

i C.1.2 Scope The Contractor shall furnish the necessary qualified labor, repair parts, maintenance supplies, tools, test equipment, documentation, maintenance diagnostic routines, and otherwise do all things necessary for or incidental to the repair and maintenance of the computer and peripheral equipment. A list of the equipment to be maintained is found in Section J.

This list may change during the term of this contract.

The Contractor shall also be responsible for relocation of the IBM 9370 equipment from its current location at One White Flin North Building, 11555 Rockville Pike, Rockville, Maryland 20852, to the adjoining location at Two White Flint North.

J C.1.3 Definitions a.

Period of Downtime:

Downtime shall commence when contact is made personally or by telephone, whichever is earlier with the Contractor's maintenance representative or the Contractor.

l l-Downtime shall end when the system and/or machine is returned to the Government in operable condition, including operating software regeneration, if required, ready to perform the schedule workload.

b.

Principal Period of Maintenance:

The Principal Period of Maintenance is from 7:00 a.m. to 5:00 p.m., Monday through Friday, excluding Federal Holidays C.1.4 Service Call Procedures and Requirements a.

Service Call Procedure - The NRC Project Officer or designee will notify the Contractor by telephone of the need for service.

At the time the request for service is made, the Contracter will be provided with the type and location of the equipment, applicable serial number and description of the problem, if known.

The Contractor shall prepare his regular Page 6 of 25 I

Y

c-NRC-33-93-203 Section C C.1 (Continued) commercial repair order in such a manner and form as to eliminate the need for Government written orders and other documentation.

The Contractor shall-arrive at the designated locations within the response times designated herein.

Once the technician arrives at a site, the NRC Project Officer or the designee shal' be notified by the technician that service has commenced and of l

the equipment location.

The technician will notify Project Officer, or designee, when service call is complete and the system has been checked and tested and found to be working properly.

b.

Maintenance Representative - The Contractor shall have a l

maintenance representative who is reachable by telephone or page i

service 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br /> a day 365 days a year.

The Contractor shall j

Drovide a method for the NRC to contact the Contractor at no l

' charge to the Government.

=

c.

Preventive Maintenance - The Contractor shall perform monthly preventive maintenance during the principal pericd of maintenance.

The specific dates and times for the preventive I

maintenance checks shall be specified by the Project Officer.

Scheduled maintenance-should cause minimal equipment downture, i

and shall include as a minimum, an inspection of all major components that meet the original manufacturer's specifications.

d.

Remedial Maintenance - The Contractor shall provide

[

remedial maintenance services during-the principal period of performance.

Within 1 hour1.157407e-5 days <br />2.777778e-4 hours <br />1.653439e-6 weeks <br />3.805e-7 months <br /> of notification of inoperability, the Contractor or his representative shall be in touch with the NRC Project Officer with a schedule detailing how the company intends

(

to handle the call.

Remedial maintenance shall not include electrical work external to the equipment, the furnishing of user maintainable supplies and adding or removing accessories i

attachments or other devices.

It shall not include repair of damage resulting from accident, transportation-between Government sites, neglect, misuse, failure of electrical power of air j

conditioning or humidity control, or cause other than ordinary l

use. During normal working hours, the technician will notify the i

Project Officer, or designee, when the service call. is co=plete and the system has been checked and tested and found to be working properly.

After 5:00 P.M.

or other'non-normal duty hour procedures, the technician will notify the onsite Project Officer i

or designee when the service call is completed.

All authorized j

requests for service issued are subject to the terms and

{

conditions of this contract.

i i

e.

On-Call Maintenance.- The Contractor shall provide for j

all on-call maintenance service on site during times not covered by remedial maintenance.

Within 2 hours2.314815e-5 days <br />5.555556e-4 hours <br />3.306878e-6 weeks <br />7.61e-7 months <br /> of notification of in-

.I operability, the Contractor or his representative shall be in touch with the NRC Project Officer with a schedule detailing how Page 7 of 25

)

i

,<,-,.--.,n

~. -.. - - - -. -.. - ~.

,-.~~;

NRC-33-93-203 Section C C.1 (Continued) the company intends to handle the call.

All equipment shall require continuous technical effort until service is restored and the equipment resumes its original operating condition.

j f.

Response Times for Remedial and On-Call Maintenance -

The Contractor's maintenance personnel shall arrive at the l

designated location within 3 hours3.472222e-5 days <br />8.333333e-4 hours <br />4.960317e-6 weeks <br />1.1415e-6 months <br /> of the time that the NRC Project Officer or the designee notifies the Contractor that the l

service is required.

g.

Engineering Changes (EC) and System Microcode - The Contractor shall maintain complete upgraded compatibility of all boards with the latest EC revision level as well as complete upgrades of all system microcode as required to ensure integrity of the equipment with the latest operating system that pertain to those items of equipment covered by this contract.

The Contractor shall confer with the NRC Project Officer and likewise the NRC Project Officer will confer with the Contractor, regarding any upgraded compatibility changes that may occur and would appear to bear particular significance for the viability of the equipment covered by this contract.

Only upon approval of the Project Officer shall the Contractor install these upgrades, EC's or controller microcode changes.

These changes shall be made at no cost to the Government.

l h.

Malfunction RBports - At the completion of each repair, the Contractor shall suB~it to the Project Officer or designee, a m

signed malfunction incident report which is entered into the systems log book.

The report shall include the information specified in Article F.2.

i.

Non-Chargeable Maintenance Items l

There shall be no additional charges for:

1.

Time spent by maintenance personnel after arrival at the site awaiting the arrival of additional maintenance personnel and/or delivery of parts, i

I etc. af ter a service call has commenced.

2.

Replacement parts, unless such parts are required due to the fault or negligence of the Govermnent.

3.

Acceptance testing of new replacement equipment, required by the Contractor for the purpose of being covered under this maintenance agreement.

i i

l C.1.5 Spare Parts, Inventory, Tools, Instruments I

The Contractor shall maintain an inventory and provide spare j

parts as necessary to properly and efficiently maintain the

- l l

Page 8 of 25 4

I 4

NRC-33-93-203 Section C C.1 (Continued) equipment for the life of the contract.

This inventory shall contain as a minimum the recommended spare parts list provided by the manufacturer.

Only new standard parts or parts equal in performance to new parts shall be used in effecting repairs.

These parts shall provide the same Mean Time Between Failure rate as listed by the original manufacture when new.

These parts shall be available for installation within 1 hour1.157407e-5 days <br />2.777778e-4 hours <br />1.653439e-6 weeks <br />3.805e-7 months <br /> of problam diagnosis.

In event that this part fails, the Contractor must have a backup part within a maximum of 24 hours2.777778e-4 days <br />0.00667 hours <br />3.968254e-5 weeks <br />9.132e-6 months <br />.

All diagnostic tools required for repair of said equipment should be available within the Washington D.C. Metropolitan Area.

Parts which have been replaced shall become the property of the Contractor.

The Contracter shall maintain complete upgraded compatibility en all required spare parts and inventory under this contract.

C.1.6 Relocation of 9370 equipment a.

The NRC will be consolidating its computer facilities into one location at Two White Flint North approximately January 1994.

The NRC Project Officer will give at least five (5) working days written notice to the Contractor of the moving date.

The Government shall be charged for disassembly and reassembly at the applicable on-call maintenance rates set forth in the Schedule.

The Contractor shall provide the following services for the relocation; 1.

Dismantle all of the equipment - the Contractor shall disconnect all of the power sequencing cables, bus and tag cables and any other cables that connect the racks to each other or to power.

Each cable shall be labeled with the location of where each cable connects to within the rack,' slot and card.

2.

Prepare the equipment for removal from OWFN - the Contractor shall box up all the cables, tape all doors shut and tape all of the panel covers to the rack.

3.

Move the equipment - the Contractor shall move the equipment, cables and diagnostic manuals to the new location.

l 4.

Reinstall the equipment - the Contractor shall remove and dispose of all the packing materials used and reconnect all of the cables.

5.

Verify system operational capability - the Centractor shall power up the system and verify that all components return to a normal operational state.

Page 9 of 25 l

1

i*

NRC-33-93-203 Section C l

l C.i (Continued) i b.

Insurance requirements -

the Contractor shall provide insurance to cover total system replacement costs.

In the event that any of the equipment is damaged during the move, the Contractor shall provide the necessary replacement equipment or component to ensure that the NRC is operational for the next business day.

C.1.7.

Documentation All documentation, software manuals, diagnostic routines and any other aids (hereinafter called documentation) necessary to perform maintenance under this contract, shall be furnished by the Contractor whose property it shall remain.

The government, as a party to the contract, shall not be required to aid in the acquisition of documentation necessary to perform under the contract for the term of the contract.

C.1.8.

Responsibilities of the Government a.

Government personnel will not perform maintenance or attempt repairs to equipment when such equipment is under the purview of this contract unless agreed in writing by the Contractor.

b.

Subject to security regulations, the Government shall permit access to the eq'Jipraent which is to be maintained.

c.

The Government will maintain site requirements in accordance with the equipment environmental specifications furnished by the Original Equipment Manufacturer (OEM).

C 1.9 Changes to Equipment a.

The Government reserves the right to add, replace and delete equipment being furnished maintenance services within the general scope of this contract.

Such additions or replacements l

will be considered a change within the meaning of the " changes a

clause in the contract.

If any such addition or replacement of equipment causes an increase or decrease in the cost of, or the time required for performance of any of the work under this contract, an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall be modified in writing accordingly as indicated on the " changes' clause in this contract.

b.

Should the Government make alterations or install attachments which affect the maintenance of this equipment, the continuation of maintenance service on this equipment shall be subject to mu tual agreement, pursuant to the " changes" clause.

Should *he alternations or attachments increase the maintenance Page 10 of 25

i.

1 1

i NRC-33-93.203 Section C C.1 (Continued) costs to the Contractor, additional maintenance charges shall be made on an individual installation basis.

If such alterations or attachments create a safety hazard, the Contractor may discontinue maintenance service on the hazardous equicment.

C.1.10 Centracter Alterations Proposed Centractor sponsored alterations to equipment shall be made cnly with the written consent of the NRC Project Officer.

Appropriate modifications of the contract shall be negotiated for each such alteration which either enhances the value of the system to the Government or decreases the overall maintenance cost.

C.1.11 Certificate of Maintainability a.

At such time as the services of the Contractor are terminated, expire contractually or are otherwise not extended, or upon request by the NRC Contracting Officer at any time, the Contracter shall issue, within five (5) working days, a

" Certificate of Maintainability" for all equipment maintained under this contract.

b.

The certificate shall state that preventive maintenance in accordance with the specifications of the Original Equipment Manufacture (OE3) has been performed and that the equipment is performing in accordance with the OEM's specifications such that the OEM (or the OEM's successor in interest) would commit that it would assume maintenance of equipment without billing any one-time charges (including but not limited to repair or inspection charges) if such maintenance were assumed effective the day after the Contractor's performance ceases.

The Contractor is

~

responsible for bearing all costs associated with obtaining such certification at no separate charge to the Government.

c.

Should the Contractor fail to issue the required Certification of Maintainability in accordance with this clause, or should any equipment fail to perform in accordance with certification, the Contractor shall be liable to the Government for any reasonable costs incurred by the Government for the purpose of bringing the equipment up to the required OEM maintenance level.

C.1.12 COMPETENCY OF CONTRACTOR PERSONNEL All services under this centract are to be performed by competent personnel, experiened and highly qualified to provide required services in accordance with the best commercial practices, without unnecessary delays or interference with j

Government functions.

]

Page 11 of 25 l

1 e

~~v t

-e

NRC-33-93-203 Section C C.1 (Continued)

[End of Clause]

1 i

IIIIS PAGE BLANK INTENTIONALLY l

'i l

i a

?

i a

f I

t i

f b

Page 12 of 25

?

I 1

ru

-wns1er

,we e,.w w,,-

3 p

y rwi,'

w-e-iy up

++-ge$

e9=Mw rt'

-e+e y

,+1"

\\

I y

NRC-33-93-203 Section D SECTION D - PACKAGING AND MARKING D.1 PACKAGING AND MARKING (MAR 1987)

The Contractor shall package material for shipment to the NRC in such a manner that will ensure acceptance by common carrier and safe delivery at destination.

Containers and closures shall comply with the Interstate Commerce Commission Regalations, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation.

On the front of the package, the Contractor shall clearly identify the contract number under which the product is being provided.

[End of Clause]

1 l

l i

=

i i

Page 13 of 25

7-

)

NRC-33-93-203 Section E SECTION E - INSPECTION AND ACCEPTANCE E.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 19 88)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.

Upon request, the Contracting Officer will make their full text available.

I.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NDSER TITLE DATE 52.246-4 INSPECTICN OF SERVICES FEE 1992

- FIXED-PRICE

[End of Clause]

E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 19 87 )

Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the Project Officer at the destination.

[End of Clause]

l i

Page 14 of 25

- - i

4 NRC-33-93-203 Section F i

i SECTION F - DELIVERIES OR PERFORMANCE J

i I

F.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988)

)

This contract incorporates one or more clauses by. reference, with the same force and effect as if they were given in full text.

Upon request, the Contracting Officer will make their full text available.

I.

FEDERAL ACQUISITICN REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER TITLE DATE 52.212-13 STOP-WORK ORDER AUG 1989 i

52.212-15 GOVERNMENT DELAY OF WORK APR 1984

[End of Clause]

F.2 REPORTS a.

Preventive Maintenance Requirements Report.

The Contractor i

shall provide this report monthly throughout the contract tenn for each I

model of equipment and shall include the following data:

1.

Equipment model number 2.

Equipment nomenclature 3.

Frequency of preventive maintenance (i.e., monthly, weekly) 4.

Duration of preventive maintenance -(i.e.,

two hours,

~

i one hour) b.

Malfunction Reports - At the completion of each repair, the Contractor shall submit to the Project Officer or designee, a signed malfunction incident report which is entered into the systems log book.

The report shall include as a minimum.

1 1.

The date and time the Contractor was notified.

2.

The date and time of arrival 3.

Type and serial number (s) of the equipment.

4.

Description-of the malfunction and corrective action taken.

F.3 PLACE OF DELIVERY--REPORTS (JUN 1988)

The items to be furnished hereunder shall be delivered, with all charges paid by the Contractor, to:

(a) Project Officer (1 copy

)

Page 15 of 25

NRC-33-93-203 Section F F.3 (Centinued)

U.S. Nuclear Regulatory Commission Attn: David Barrow IRM/DISS MS-P600 Washington, D.C.

20555 j

(b) Contracting Officer (1 copy) l l

[End of Clause]

F.4 DURATION OF CONTRACT PERIOD (MAR 1987)

ALTERNATE 4 (JUN 1988)

The ordering period for this contract shall commence on 8/1/93 and will expire on 7/31/94.

Any orders issued during this period shall be completed withia the time specified in the order, unless otherwise specified hereil..

(See 52.216 Ordering.)

The term of this contract may be extended at the option of the Government for two additional twelve conth periods.

[End of Clause]

l l

l I

Page 16 of 25 T

l NRC-33-93-203 Section G SECTICN G CONTRACT ADMINISTRATION DATA G.1 NRCAR 2052.215-72 PROJECT OFFICER AUTHORITY ALTERNATE 1 (JAN 1993)

(a) The contracting officer's authorized representative, hereinafter referred to as the project office * "-- *his centract is Name:

David Barrow i

Address: U.S. Nuclear Regulatory Ccmmission IRM/DISS MS-P600 l

Washington, D.C. 20551 h

Telephone Number: (301) '492-8308 (b) The project officer shall:

(1) Monitor contractor performance and recommend to the contracting officer changes in requirements.

(2) Inspect and accept products / services provided under the contract.

l (3) Review all contractor invoices / vouchers requesting payment for products / services provided under the contract and =ake recommendations for approval, disapproval, or suspension. _

(c) The project officer may not make changes to the express terms and conditions of this contract.

i

[End of Clause]

i G.2 REMITTANCE ADDRESS (MAR 1987)

If-item 15C. of the Standard Form 33 has been checked, enter the remittance address below:

Name:

Mrf = nd ShH -= 1 n=nk. Ammiena fc - WriqT 1

Address: Acet. 6010042123 P. O. Box 630823 Baltir: ore, MD 21263

[End of Clause)

Page 17 of 25

NRC-33-93-203 Section H SECTION H - SPECIAL CCNTRACT REQUIREMENTS H.1 NRCAR 2052.204-71 SITE ACCESS BADGE REQUIREMENTS (JAN 1993)

During the life of this contract, the rights of ingress and egress for contractor personnel must be made available as required.

In this regard, all contractor personnel whose duties under this contract require their presence on-site shall be clearly identifiable by a distinctive badge furnished by the Government.

The Project Officer shall assist the contractor in obtaining the badges for the contractor personnel.

It is the sole responsibility of the contractor to ensure that each employee has proper identification at all times.

All prescribed identification must be immediately delivered to the Security Office for cancellation or disposition upon the termination of employment of any contractor personnel.

Contractor personnel must have this identification in their possession during on-site performance under this contract.

It is the contractor's duty to assure that contractor personnel enter only those work areas necessary for perfornance of contract work, and to assure t.he safeguarding of any Government records or data that contractor personnel may come into contact with.

[End of Clause]

H.2 NRCAR 2052.215-70 KEY PERSONNEL (JAN 1993)

(a) The following individuals are considered to be essential to the successful performance of the work hereunder:

James Gue, Engineer-in-Charge The contractor agrees that personnel may not be removed from the contract work or replaced without compliance with.

paragraphs (b) and (c) of this section.

(b) If one or more of the key personnel, for whatever reason, becomes, or is expected to become, unavailable for work under this contract for a continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the proposal or initially anticipated, the contractor shall immediately notify the contracting officer and shall, subject to the concurrence of the contracting Page 18 of 25

NRC-33-93-203 Section H H.2 (Continued) officer, promptly replace the personnel with personnel of at least substantially equal ability and qualifications.

(c) Each request for approval of substitutions must be in writing and contain a detailed explanation of the circumstances necessitating the proposed substitutions.

The request must also contain a complete resume for the proposed substitute and other infornation requested or needed by the contracting Officer to evaluate the proposed substitution.

The contracting officer or his/her authoriced representative shall evaluate the request and promptly notify the contractor of his or her approval or disapproval in writing.

(d) :f the contracting officer determines _that suitable and timely replacement of key personnel who have been reassigned,

erminated, or have otherwise become unavailable for the contract work is not reasonably forthcoming, or that the resultant reduction of productive effort would be so substantial as to impair the successful completion of the contract or the service order, the contract may be terminated by the contracting officer for default or for the convenience of the Goverr; ment, as appropriate.

If the contracting officer finds the contractor at fault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, or damage.

i

[End of Clause)

H.3 GOVERNMENT FURNISHED EQUIPMENT / PROPERTY - NONE PROVIDED (JUN 1988)

The Government wili.not provide any equipment / property under this contract.

1

[End of Clause]

Page 19 of 25

~

i i

  • j':

NRC-33-93-203 Section I j

CONTRACT CLAUSES PART II CONTRACT CLAUSES SECTION I I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 19 88)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.

Upon request, the Contracting Officer will make their full text available.

I.

FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER TITLE DATE 52.202-1 DEFINITIONS SEP 1991 52.203-1 OFFICIALS NOT TO BENEFIT APR 1984 52.203-3 GRATUITIES APR 1984 52.203-5 COVENANT AGAINST CONTINGENT FEES APR 1984

~

52.203-6 RESTRICTIONS ON SUBCONTRACTOR JUL 1985 SALES TO THE GOVERNMENT 52.203-7 ANTI-KICKBACK PROCEDURES OCT 1988 52.203-10 PRICE OR FEE ADJUSTMENT FOR SEP 1990 i

ILLEGAL OR IMPROPER ACTIVITY 52.209-6 PROTECTING THE GOVERNMENT'S NOV 1992 INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.215-1 EXAMINATION OF RECORDS BY FEB 1993 COMPTROLLER GENERAL 52.215-2 AUDIT - NEGOTIATION FEB 1993 52.215-33 ORDER OF PRECEDENCE JAN 1986 52.217-2 CANCELLATION OF ITEMS APR 1984 52.219-8 UTILIZATION OF SMALL BUSINESS FEB 1990 CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS 52.219-13 UTILIZATION OF WOMEN-OWNED AUG 1986 SMALL BUSINESSES 52.219-14 LIMITATIONS ON SUBCONTRACTING JAN 1991 52.220-3 UTILIZATION OF LABOR SURPLUS APR 1984 AREA CONCERNS 52.222-3 CONVICT LABOR APR 1984 52.222-26 EQUAL OPPORTUNITY APR 1984 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL APR 1984 DISABLED AND VIETNAM ERA VETERANS 52.222-36 AFFIRMATIVE ACTION FOR APR 1984 HANDICAPPED. WORKERS Page 20 of 25

NRC-33-93-203 Secticn I I.1 (Continued)

NUMBER TITLE DATE l

52.222-37 EMPLOYMENT REPORTS ON SPECIAL JXi 1988 DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA 52.223-6 DRUG-FREE WORKPLACE JUL 1990 52.225-11 RESTRICTIONS ON CERTAIN FOREIGN MAY 1992 PURCHASES 52.227-1 AUTHORIZATION AND CONSENT APR 1984 52.227-2 NOTICE AND ASSISTANCE REGARDING APR 1984 PATENT AND COPYRIGHT INFRINGEMENT 52.229-4 FEDERAL, STATE, AND LOCAL JAN 1991 TAXES (NONCOMPETITIVE CONTRACT) 52.232-1 PAYMENTS APR 1984 52.232-8 DISCOUNTS FOR PROMPT PAYMENT APR 1989 52.232-11 EXTRAS APR 1984 52.232-17 INTEREST JAN 1991 52.232-23 ASSIGNMENT OF CLAIMS JAN 1986 52.232-25 PROMPT PAYMENT SEP 1992 52.232-28 ELECTRONIC FUNDS TRANSFER APR 1989 PAYMENT METHODS 52.233-1 DISPUTES DEC 1991 52.233-3 PROTEST AFTER AWARD AUG 1989 52.237-3 CONTINUITY OF SERVICES JAN 1991 52.242-13 BANKRUPTCY APR 1991 52.243-1 CHANGES - FIXED-PRICE AUG 1987 Alternate III (APR 1984) 52.244-5 COMPETITION IN SUBCONTRACTING APR 1984

+

52.246-25 LIMITATION OF LIABILITY - SERVICES APR 1984 52.249-1 TERMINATION FOR CONVENIENCE OF APR 1984 THE GOVERNMENT (FIXED PRICE) (SHORT FORM) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY APR 1984 AND SERVICE) 52.253-1 COMPUTER GENERATED FORMS JAN 1991

[End of Clause]

I.2 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 1989) l (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires.

The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option provision.

Page 21 of 25

NRC-33-93-203 Section I I.2 (Continued)

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three years.

[End of Clausel I.3 52.219-11 SPECIAL 8 (A) CONTRACT CONDITIONS (FEB 1990)

The Small Business Administration (SBA) agrees to the following:

(a) To furnish the supplies or services set forth in this contracti l

according to the specifications and the terms and conditions hereof by subcontracting with an eligible concern pursuant to the provisions of section 8(a) of the Small Business Act, as amended (15 U.S.C.

637(a)).

(b) That in the event SBA does not award a subcontract for all or a part of the work hereunder, this contract may be terminated either in whole or in part without cost to either party.

l (c) Except for novation agreements and advance payments, delegates l

to the U.S. Nuclear Regulatory Commission the responsibility l

for administering the subcontract to be awarded hereunder with complete authority to take any action on behalf cf the Government under the tenns and conditions of the subcontract; provided, however, that the U.S. Nuclear Regulatczy Commission shall give advance notice to the SBA before it issues a final notice terminating the right of a subcontractor to proceed with further performance, either in whole or in part, under the subcontract for default or for the convenience of the Government.

(d) That payments to be made under any subcontract awarded under this contract will be made directly to the subcontractor by the U.S. Nuclear Regulatory Commission.

(e) That the subcontractor awarded a subcontract hereunder shall have the right of appeal from decisions of the Centracting Officer cognizable under the " Disputes" clause of said subcontract.

(f) To notify the U.S. Nuclear Regulatory Commission Contracting Officer immediately upon notification by the subcontractor that the owner or owners upon whom 8(a) eligibility was based plan to relinquish ownership or control of the concern.

[End of Clause]

I.4 52.219-12 SPECIAL 8 (A) SUBCONTRACT CONDITIONS (FEB 1990)

Page 22 of 25

i NRC-33-93-203 Section I I.4 (Continued)

(a) The Small Business Administration (SBA) has entered into Ocntract No. NRC-33-93-200 with the U.S.

Nuclear Regulatory Commission to furnish the supplies or services as described therein.

A copy of the contract is attached hereto and made a part hereof.

(b) The Washington Data Systems, hereafter referred to as the subcontractor, agrees and acknowledges as follcws:

(1) That it will, for and on behalf of the SBA, fulfill and perform all of the requirements of Contract No.

NRC-33-93-200 for the consideration stated therein and that it has read and is familiar with each and every part of the contract.

2) That the SEA has delegated responsibility, except for novation agreements and advance payments, for the administration of this subcontract to the U.S. Nuclear Regulatory Commission with complete authority to take any action on behalf of the Government under the terms and conditions of this contract.

(3) That it will not subcontract the performance of any of the requirements of this subcontract to any lower tier subcontractor without the prior written approval of the SEA and the designated Contracting Officer of the U.S.

Nuclear Regulatory Commission.

(4) That it will notify the U.S. Nuclear Regulatory Commission Contracting Officer in writing immediately upon entering an agreement (either oral or written) to transfer all or part of its stock or other ownership interest to iny other party.

~

(c) Payments, including any progress payments under this subcontract, will be made directly to the subcontractor by the U.S. Nuclear Regulatory Commission.

[End of Clause]

l I.5 52.219-17 SECTION 8 (A) AWARD (FEB 1990)

(a) By execution of a' contract, the Small Business Administration (SBA) agrees to the following:

1 (1) To furnish the supplies or services set forth in the contract according to the specifications and the terms and conditions by subcontracting with the Offeror who has been determined an eligible concern pursuant to the provisions of section 8(a) of the Small Business Act, as amended (15 U.S.C.

637(a)).

Page 23 of 25

1

't NRC-33-93-203 Section I I.5 (Ccatinued)

(2) Except for novation agreements and advance payments, delegates to the U.S.

Nuclear Regulatory Cc= mission the responsibility for administering the contract with comolete authority to take any action on behalf of the Government under the terms and conditions of the contract; provided, however that the contracting agency shall give advance notice to the SBA before it issues a final notice terminating the right of the subcontractor to proceed with further performance, either in whole or in part, under the contract.

(3) That payments to be made under the contract will be made directly to the subcontractor by the contracting activity.

(4) To notify the U.S. Nuclear Regulatory Commission l

Contracting Officer immediately upon notification by the subcontractor that the owner or owners upon whom 8 (a) eligibility was based plan to relinquish ownership or control of the concern.

(b) The offeror / subcontractor agrees and acknowledges that it l

will, for and on behalf of the SBA, fulfill and perform all of the requirements of the contract.

[End of Clause]

i i

l l

t l

Page 24 of 25

s.

i NRC-33-93-203 Section J I

PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS i

SECTION J - LIST OF ATTACHMENTS J.1 ATTACEMENTS (MAR 1987)

]

Attachment Number Title i

1 Billing Instructions 2

Standard Form 1411 with Instructions 3

List and Location of Equipment l

e Page 25 of 25

12/17/91 BILLING INSTRUCTIONS FOR FIXED PRICE CONTRACTS General:

The contractor shall prepare vouchers or invoices as prescribed FAILURE TO SUBMIT VOUCHERS / INVOICES IN ACCORDANCE WITH THESE herein.

INSTRUCTIONS WILL RESULT IN REJECTION OF THE VOUCHER / INVOICES AS IMPROPER Form:

Claims shall be submitted on the payee's letterhead, voucner/ invoices, or on the Government's Standard Form 1034, "Public Voucher for Purchases and Services Other than Personal," and Standard Form 1035, "Public Voucher for Purchases Other than Personal--Continuation Sheet."

These forms are available from the US Government Printing Office, 710 North Capitol Street, Washington, DC 20401.

Numoer of Cooies: An original and three copies shall be submitted.

Failure to suomit all the required copies will result in rejection of the voucher / invoice as improper.

Desianated Aaency Billino Office:

Vouchers / invoices shall be submitted to the following address:

US Nuclear Regulatury Commission i

Division of Contracts and Property Management Contract Administri. tion Branch, P-902 Washington, DC 20S55 HAND-DELIVERY OF VOUCRERS/ INVOICES IS DISCOURAGED AND WILL NOT EXPEDITE PROCESSING BY THE NRC.

However, should you choose to deliver vouchers /

invoices by hand, including delivery by any express mail service or special delivery service which uses a courier or other person to deliver the voucners/ invoices in person to the NRC, such vouchers / invoices must be addressed to the above Designetad Agency Billing Office and will only be accepted at the following locacion.

US Nuclear Regulatory Commission One White Flint North - Mail Room 11555 Rockville Pike Rockville, MD 20852 HAND-CARRIED SUBMISSIONS WILL NOT BE ACCEPTED AT OTHER THAN THE ABOVE ADDRESS Note that the official receipt date for hand-delivered vouchers / invoices will be the date it i

vived by the official agency billing office in the Division of Contracts cad Property Management.

Acency Payment Office:

P>enent will continue to be made by the office designated in the contr;c: la Block 13 of the Standard Form 26 or Block 25 l

of the Standard Form 2,

Jth'ver is applicable.

?

^2 2

The contractor shall submit a voucher or invoice only after the Frecuency:

NRC's final acceptance of services rendered or products delivered in i

performance of the contract unless otherwise specified in the contract.

Precaration and Itemization of the Voucher / Invoice:

The voucher / invoice shall be prepared in ink or by typewriter (without strikeovers).

Corrections or erasures must be initialed.

To be considered a proper voucher / invoice, all of tha following elements must be included:

l 1.

Contract number 2.

Sequential voucher / invoice number 3.

Date of voucher / invoice 4.

Project Officer's name and mail stop as designated in the contract.

1 5.

Payee's name and address.

(Show the name of the contractor and its correct address.

In addition, when er, assignment of funds has been made by the contr stor, or a different payee has been designated, include the name and address of the payee.)

Indicate the name and telephone number of the individual responsible for answering questions which the NRC may have regarding the voucher / invoice.

6.

Description of articles or services, quantity, unit price, and total i

amount.

7.

Weight and zone of shipment, if shipped by parcel post.

8.

Charges for freight or exprass shipments.

Attached prepaid bill if shipped by freight _or express.

Instructions to consignee to notify the Contracting ~ 0fficer of receipt l

of shipment.

10.

For Indefinite Delivery contracts or contracts under which progress payments are authorized, the final voucher / invoice shall be marked

" FINAL VOUCHER" or " FINAL INVOICE."

Currency:

Billings may be expressed in the currency normally used by the contractor in maintaining his accounting records and payments will be made in that currency. However, the U.S. dollar equivalent for all vouchers / invoices paid under the contractor may not exceed the total US dollars authorized in the contract.

Supersession: These instructions supersede any previous billing instructions.

s

4, e

4. mo.u iuN,LvN m i auo..m,eN

,ou

,,,,,,oveu a

oms *O.

CONTR ACT PRICING PROPOSAL COVER SHEET 9000-0013 e7,*e FA A 15 #0J4/all NOTE Thst vorm es us,a.n contract actions it sunrnission et cost or or ciens cara is <*ouerca J. Ne*Mk MN Q AyC H Ls a OF Of f E NC H 8snCahGe 44/* Lodes Je4 N *4 M t. **NO I l l Ls. u F QF F t HV H h e-vin T jd ( L LLPMQN L NU QF CONT ACT

4. TYPE OF CCNTR ACT ACTION #checa s 10 LETTER CONTRACT l A NEW CONTR ACT i
19. CH ANGE ORDE R iE. UNPRICED ORDE R
  1. 7 "' " '# #" '

C. PRICE REVISION /

R EDETERMIN ATION f

S. T 'E OF CONT Rg!.Caeca*

6. PROPOSED CCST <a.a.cs

]FFP

{ CPFF OPlF CPAF A. COST B. PROF IT/ FEE C. T O T A L OTHER cpeestys 3

g g

[ FPI

7. PLACEt5) ANO PE R SOC (5) DF PER F O R MANC E
8. List anc reterence fee centification. ci antity and tual ofice proposeo for eacn contract isne stem. A kna stem cost breatoown swooorting tnes rdao as re.

L'se emme mesasnee.s owirea unless otnerw.= soeciteso ev ene Contracting Of ficer. tConranse or nr erse. nd enen on staan paper, af neceanery.

A LINE ITEM NO B ICENTIFICATICN i C. OU ANTITY ' O TCT AL PRICE I E :E5 i

I f

I i

i

9. PROVICE N AMe. ADDRESS. AND TE LEPHONE NUMBER FOR THE SOLLOWING Uf assusesen A. CONT R ACT AOMihinTR AT aON OF F CE
b. AuO4T OF FICE i
10. wtL6 v ou E E G6.& E T-E USE OF AN v GOV E R NMENT PR OPERT Y 11 A. DO YOU R EQue R E GO V E R N-411(r,. T v FE OF FINANCING e, ones MENT CONT R ACT N tN ANCING :

are TIM E PER FO R hs ANCE OF THt5 wCRs(f ilf **Yes " sdentity)

TO PERFORM THt$ PROPO5EO ADVANCC PROGRESS NT AC T ? (if "Yes," compse ts id PAYMENi S PAYMENTS

,C

]YES hNO

. O veS O~O Ocu^a^~Tercio*~s

13. a5 T Ht5 P ROPOS AL CONSIST ENT waT M v ouH E ST ABLiSMEO EST 4,
12. MAV E YOU BEEN Avw AHOED AN v CONT R ACTS OR SuSCONT D ACTS MATING AND ACCOUNTING PR ACTICE5 AND PROCEDURES AND FOR THE SAME OR SIMILAR ITEMS WITHtN THE PAST 3 YEARS?

F AR PART 31 COST PRINCIPLE 5? (11"No," espsaine (if "Yes." sdennfy ssem est. customerssa and contreet numeenen

]YES ]NO

]YES 0"o M COST ACCOUNTING STANDARDS BOARD (CASB) DATA #u6He Law s1379 as amendes es FAJt PAstT 30s

8. H A VE YOU SU6Mt TTE D A C A50 Os5C6G5VRE ST A TEVEN T A. a sLL TMi5 CON T m ACT ACTION BE SwaaECT T O CASS REGWLA-ICASB DS-2 or alt fit "Yes." wecsty an propeans she efface so wnsen TION 5? (11 "No,"esosam sn proponess submasted and atossermened to 6e eseemases ONO YES h YES NO O. a5 AN Y A bpECT OF T M s5 P ROPOSAL.NLON585T EN T w e rM vova BE IN NON-C. M A v E vou BEEN NOTIF e E O T M A I v ou A de E O A M A Y DiSCLOSEO PR ACTICES OR APPLICABLE COST ACCOUNTING COMPLIANCE waT** YOUR Ot5CLQ5URE STATEMENT OR COST ST ANDA RO5? (Jf "Yes. ' espeem sa proposess ACCOUNTING ST ANDARO5? (if " Yes '~ espasen an proposess

]YES bNO O ves O ~o This proposas is tuomstted an response to tne RFP. contract rnocif e.ation. etc. in item 1 and rettects our Dest estimates andsor actual costs as of th's date an3 conforms witn tne instructions en F AR 15404-6 tbs (21. Table 15-2. By suomstring inis propouil, tne otteror. if seiectea f or negotiatIOS. 7tf'ts 19e contracting ort'Cer or an authorized representative tne riqnt to examine. at any tim n

erenced or enCtuotd in Ine Cr3cosas as tne tWests for oftCinn, tnat we61 cermit an a*'90uate ovatuaterw' r** **"e Nooosen oriC*

Jh NAME OF F tRM

13. NAME AtwD T 4 T LE (Typep aa. C AT E QF bygMa$ggQN i

y g t

l l

..,a u.-.

~u

-+

~ ~,

,-a;u

.n.,

- _,- ~ ~.

?

1 l;

l I

STANDARD FORM 1411 WITH INSTFCCTIONS 4

1.

SF 1411 provides a vehicle for the offeror to submit to the Government a j

pricing proposal of estimated and/or incurred costs by contract line item i

with supporting informatien, adequately cross-referenced ~ suitable for i

detailed analysis.

A cost-element breakdown using the.' applicable format i

prescribed in 7A, B or C below, shall be attached for eacn propo' sed line item and must reflect any specific requirennts established by the.

Contracting Officer.

Supporting breakdowns must be furnished for eacn cost element, consistent with offeror's cost accounting system.

1 When more than one contract line item is proposed, summary total amounts j

covering ~ all line items must be : furnished for each - cost element.

If j

agreement has' been reached with Government representatives. on use of forward pricing rates / factors, identify the agreement,- include: a copy, and i

describe its nature.

Depending on ~ offeror's system, breakdowns.shall be provided for the following basic elements of cost, as applicable.

1 f

Materials - Provide a consolidated priced summary of individual' material

]

quantities included in the various tasks, orders, or contract line items 3

i being proposed and the basis for pricing (vendor-quotes, invoice prices, i

j etc.).

i Subcontracted Items - Include parts, components, assemolies, and services that are to be produced or performed by others in accordance with offeror's design, specifications, or direction and that are applicable i

only to the prime contract.

For each subcontract over 5500,000, the support should provide a listing by source, item quantity,- price, type of i

subcontract, degree of competition, and basis for establishing' source and reasonableness of price, as well as the results of review and evaluation i

of subcontract proposals when required by FAR 15.806.

t l

Standard Consnercial Items Consists of items that offerer normally fabricates, in - whole or in ~part, and that are generally stocked in inventory.-

Provide an appropriate explanation of the basis for pricing.

If price is based on cost, provide a cost breakdown; if priced at other than cost, provide justification for exemption from submission of cost or i

i pricing data, as required by FAR 15.804-3(e).

b Interorganizational Transfer (at other than cost) - Explain pricing method i

used.

(Sea.fAR 31.205-26.)

}

Raw Material - Consists of material in a form or state that requires further processing.

Provide priced quantities of items required for the pr_oposal.

i Interorganizational Transfer (at cost) - Include separate breakdown of cost by element.

i Provide a time-phased (e.g., monthly, quarterly, etc.)

Direct Labor -

I breakdown of labor hours, rates, and cost by appropriate category, ano furnish bases for estimates.

c w.

-m- - e

~.

r

-n-

'-, wee,

.-evi-=-

--vv,-w

-w-.

-w

?

Indirect Costs - Indicate how offeror has computed and applied offaror's indirect costs, including cost breakdowns, and showing trends and budgetary data, to provide a basis for evaluating the reasonableness of proposed rates.

Indicate the rates used and provide an appropriate explanation.

1.ist all other costs not otherwise included in the Other Costs categories described above (e.g., special tooling, travel, computer ano consultant services, preservation, packaging and packing, spoilage and rework, and Federal excise tax on finished articles) and provide bases for pricing.

if more than $250, provide the following information on Royalties separate page for each separate royalty or license fee:

name and address of licensor; date of license agreement; patent numbers, patent application serial numcers, or other basis on which the royalty is payable; brief i

desc?tption (including any part or model numbers of each contract item or component on which the royalty is payable); percentage or dollar rate of royalty per unit; unit price of contract item; number of units; and total dollar amount of royalties.

In addition, if specifically requested by the Contracting Officer, provide a copy of the current license agreement, and identification of applicable claims of specific patents.

(See FAR 27.204 4

and 31.205-37.)

Facilities Capital Cost of Money - When the offerer elects to claim facilities capital cost of money as an allowable cost, the offeror must submit Form CASB-CMF and show the calculation of the proposed amount (see FAR 31-205-10).

2.

As part of the specific information required, the offerer must submit with offeror's proposal, and clearly identify as such, cost or pricing data (that is, data that are verifiable and factual and othentise as defined in FAR 15.801).

In addition, submit with offeror's proposai any information reasonably required to explain offeror's estimating process, including:

a. The judgmental factors applied and the mathematical or other methods used in the estimate, including those used in projecting from known data;'and
b. The nature and amount of any contingencies included in the proposed price.

3.

There is a clear distinction between submitting cost or pricing data and merely making available books, records, and other documents without identification. The requirement for submission of cost or pricing data is met when all accurate cost or pricing data reasonably available to the offeror have been submitted, either actually or by specific identification, to the Contractinq Officer or an authorized representative.

As later information comes into the offeror's possession, it should be promptly submitted to the Contracting Officer.

The -

requirement for submission of cost or pricing data continues to the time -

of final agreement on price.

?

4.

In. submitting offeror's

proposal, offeror must include an
index, appropriately referenced, of all the cost or pricing data and information accompanying or identified in the proposal._

In aedition, any future additions and/or revisions, up to the date of agreement an price, must. be annotated on a supplemental index.

1 5.

By submitting offeror's. proposal, the

offeror, if selected.for negotiation,
grants, the Contracting 0fficer or.an authorized I

representative the right to examine those books, recoros. ' documents, and i

other supporting data.that will permit adequate evaluation of the proposed price.

This right may be exercised at any time before awara.

5.

As soon as practicable after final agreement on price, but before the i

award resulting from the proposal, the. offeror'shall, uncer-the conditions l

l stated in FAR 15.804-4, suosit a Certificate.of Current Cost or Pricing Data.

7.

Headings for Submission of Line-Item Sunusaries:

j A. New Contracts (including Letter contracts).

l 4

Proposed Contract Proposed Contract Cost Elements Estimate-Total Cost Estimate-Unit Cost Reference l

(1)

(2)

. (3)

(4) j Under Column (1) - Enter appropriate cost elements.

i Under Column (2) - Enter those neesssary and reasonable costs that-in offeror's ~ judgment will properly be incurred in efficient contract l

performance.

When any of the costs in this column have a_lready been incurred (e.g., under a letter contract or unpriced order), describe them on an attached supporting schedule.

When preproduction or startup costs l

~

are significant, or when specifically requested to do so by 'the Contracting Officer, provide a full identification and explanation of them.

j I

l Under Column (3) - Optional, unless required by the Contracting Officer.

Under Column (4) - Identify the attachment in which the information i

supporting tfie specific cost element may be f aund.

Attaen separate pages as necessary.

i j

7 I

B.

Change Ordtrs (modifications).

l 1

Cost of

)

Estimated Deleted Cost of All Work Cost Work Already Net Cost to Cost of Nat Cost of Elements Deleted Performed Be Deleted Work Added Change

' Reference (1)

(2)

(3)

(4)

(5)

(6)

(7)

Under Column (1) - Enter appropriate cost elements.

I I

Under Column (2) - Include (i) current estimates of wnat the cost would l

have been to complete deleted work not yet performed, and (ii) the cost l

of deleted work already performed.

Include the incurred cost of deleted wort: already Under Column (3) performed, actually computed if

possible, or estimated in the Contractor's Accounting records.

Attach a detailed inventory of work, materials,

parts, components, and hardware already
,urchased, manufactured, or performed and deleted by the change, indicating. the cost and proposed disposition of each line item.

Also, if -offeror desires to retain these items or any portion of them, indicate the amount - offered for them.

Enter the net cost - to be - deleted which i s the Under Column (4) estimated cost of all deleted work less the cost of deleted work already performed. Column (2)'less Column (3) = column (4).

Under Column (5) - Enter the offeror's estimate for cost of work added by the change.

When nonrecurring costs are significant, or when specifically requested to do so by the Contracting Officer, provide full identification and explanation of them.

Under Column (6) - Enter the net cost of change which is the cost of work added, less the net cost to be deleted. - When this results is negative, place the amount in parentheses.

Column (4) less Column (5) = Column

~

(6).

Identify the attachment in which the information Under Column (7) supporting the specific cost element may be found.

Attach separate pages as necessary.

1 e-i.m-

+--+9wygy-

.myWe' ge + v e-m-y qeg--,-

4

-e+--

i-mmy qW me w

as w

4eme-+,as i-ik,iw-

.g

r-3

?

i l

C.

Price Revision /Redetemination Numoer of Numoer of Redetermina-Units Units To Be Contract tion Proposal Cutoff Date Comoleted Completed Amount Amount Difference (1)

(2)

(3)

(4)

(5)

(6)

Incurreo Incurred Incurred Cost-Cost Cost-Total Estimated Cost Preproduc-Completed Work In Incurred Cost To Estimated Elements tion -

Units Process Cost Complete Total Cost Reference l

(7)

(8)

(9)

(10)

(11)

(12)

(13)

(14)

Under Column (1) - Enter the cutoff date required by the contract, if applicable.

Under Column (2) - Enter the number of units completed during tne 1eriod for which experienced costs of production are being submitted.

I Under Column (3) - Enter the number of units remaining to be completed under the contract.

Under Column (4) - Enter the cumulative contract amount.

Under Column (5) - Enter the offeror's redetermination proposal amount.

l and Under Column (6) - Enter the difference between the contract: amount the redetermination proposal amount.

When this result is negative, place i

the amount in parenthesis.

Column (4) less Column (5) - Column (6).

Enter appropriate cost elements.

When residual Under Column (7) inventory exists, the final costs established under fixed-price-incentive and fixed-price-redeterminable arrangements should be net of the fair market value of such inventory.

In support of subcontract costs, ' submit a listing of all subcontracts subject to repricing action, annotated as to their sta.tus.

Under Column (8) -- Enter all costs incurred under the contract before starting production and other nonrecurring costs (usually referred to as startup costs) from offeror's books and records as of the cutoff date.

These include such costs as preproduction engineering, special plant rearrangement, training program, and any identifiable nonrecurring costs such as initial rework, spoilage, pilot runs, etc.

In the event tne amounts are not segregated in or otherwise available from offeror's recorcs, enter in this column offeror's best estimates.

Explain tne basis for each estimate and how the costs are charged on offeror's accounting recorcs (e.g.,

included in production costs as direct

r.

engineering labor, charged to manufacturing overhead, etc.).

Also how the costs would be allocated to the units at their various states of contract completion.

Under Columns (9) and (10) - Enter in Column (9) the production costs from offeror's books and records (exclusive of precroduction costs reported in Column (8) of the units completed as of the cutoff date.

Enter in Column (10) the costs of work in process as determined from offeror's records or ~ inventories at the cutoff date.

When the amounts for work in process are not available in Contractor's records but reliable estimates for them can be made, enter the estimated amounts in Column (10) and enter in Column (9) the differences between the totil incurred costs (exclusive of preproduction costs) as of the cutoff date and these estimates.

Explain the basis for the estimates, including identification of any provision for experienced or anticipated allowances, such as shrinkage, rework, design changes, etc.

Furnish experienced unit or lot costs (or labor hours) from inception of contract to the cutoff date, improvement

curves, and any other available production cost history pertaining to the item (s) to ' which offeror's proposal relates.

Under Column (11) - Enter total incurred costs (Total of Columns (8),

(9), and (10)).

Under Column (_2) - Enter those necessary and reasonable costs that in 1

Contractor's judgment will properly be incurred in' completing the remaining work to be performed under the contract with respect to the item (s) to which Contractor's proposal relates.

Under Column (13) - Enter total estimated cost (Total of Columns (11) and (12)).

Identify the attachment in which the information Under Column (14) supporting the specific cost element may be found.

Attach separate pages as necessary.

e e

7 if

1

.. h.

N I

1 1

List of Computer EOuipment System 1 ( NRC'7M1 )

?27-'090 Processor Serlai 30373

?]:5.A01 Disk Ccntrciler

~1517

?2:5 501 Disk Drive 26517

539/C01 1600/6250 Tape Drive 00036 9309/002 Rack Enclosure 52526 3309'002 Rack Enclosure 52527 System 2 ( NRC'IM2 )

937 2090 Processor 40406 9335/A01 Disk Ccntrclier

~

31013 9335/301 Disk Drive 48875 I

1539/C01 1600/6250 Tape Drive 00410 9309/002 Rack Enclosure 54767 Miscellaneous 6 36/002 Plotter 50796 OWFN 4H17 2*.79/G10 Grapnics Terminal CNW98 OWFN 4H17 2'79/G10 Grapnics Terminal CNX11 PHIL P604

'.79/G10 Grapnics Terminal CNX02 PHIL F604 2"79/G10 Grapnics Ter=1nal CNW92 PHIL 237
"79/G10 Grapnics Terminal CNW94 PHIL 2G13
~~9/G10 Grapnics Terminal CNW96 PHIL P634 2979 Expansion Unit 24033 OWFN 4H17

-w en 1

l