ML20058F709
| ML20058F709 | |
| Person / Time | |
|---|---|
| Issue date: | 11/15/1993 |
| From: | Adams O, Davis W NRC OFFICE OF ADMINISTRATION (ADM), PULSAR DATA SYSTEMS, INC., SMALL BUSINESS ADMINISTRATION |
| To: | |
| References | |
| CON-FIN-D-1883, CON-NRC-33-94-186 NUDOCS 9312080239 | |
| Download: ML20058F709 (64) | |
Text
.=
_~
~ _..
l 1
P e
P AWARD / CONTRACT Page 1 of 2
- 1. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350)
RATING 2.
CONTRACT NO.
- 3. EFFECTIVE DATE 4.
REQUISITION / PROJECT NO.
NRC-33-94-186 11/08/93 IRM-94-186 65G 9 h - / CCC/.V 5.
ISSUED BY Co'cie :
6.
ADMINISTERED BY Code:
1 (If other than Item 5)
US NUCLEAR REGULATORY CCMMISSION U.S. Small Business Administration DIVISION OF CONTRACTS & PROP. MGT.
475 Al1endale Road Contract Administration Br. 2 ATIN:
Ollie Adams WASHINGTON, DC 20555 King of Prussia. PA 19406-1415 4
NAME AND ADDRESS OF CONTRAC~CR I
8.
DELIVERY
[ ]
FOB CRIGIN Pulsar Data Systems. Inc.
[X]
CTHER (See belcw) l 5000 Phildelphia Way. Suite H
._annam, MD 20706 9.
DISCOUNT FOR PROMPT PAYMENT i
N/A l
Principal Investigatcr/Tecnnical
Contact:
James F. Riley Telennone No.: (301) 459-2650 10.SUEMIT INVOICES ( 4. copies unless otherwise specified) TO THE ADDRESS SHOWN IN ITEM: 6
- 11. SHIP TO/ MARK FOR CCDE
- 12. PAYMENT WILL BE MADE BY CODE US NUCLEAR REGULATORY COMMISSICN See Article C.4 DIV. OF ACCCUNTING & FINANCE, MD. NATIONAL BANK BLDG., RM 11104 WASHINGTON DC 20555 AUTHORITY FOR USING OTHER THAN FULL AND OPEN CCMPETITION 13.
[ ] 10 U.S.C. 2304 (c) [ ]
[X] 41 U.S.C. 253 (c) [5]
l
- 14. ACCOUNTING AND APPROPRIATION DATA Appn No. 31X0200.410 B&R: 410-20-615-600 Job Code: D1883 BOC 3131 Amount Obligated:
S276,000.00 15A. ITEM 153. SUPPLIES /
15C. QUANTITY 15D.CNIT 15E. UNIT 15F.N40UNT PRICE
~
NO.
SERVICES ADPE Support Services (See Prime Contract).
See Section I of Prime Contract / Award contract.
4
+
document for Special 8(a) Subcontract clauses, J
i 9312080239 931115 15G.TO CF CCN'I'RACT.
S595,146.90
-3
-186 PDR EXCEPTION TO STANDARD FORM SF26 (REV.4-85)
Prescribed by GSA 9
D i
3
~_
l r
i AWARD / CONTRACT Page 2 of 2 Pages 16.
TABLE OF CONTENTS X SEC DESCRIPTION PAGE(S)
PART I - THE SCHEDULE A
SOLICITATION / CONTRACT FORM B
SUPPLIES OR SERVICES AND PRICES / COSTS C
DESCRIPTION / SPECIFICATIONS / WORK STATEMENT D
PACKAGING AND MARKING E
INSPECTION AND ACCEPTANCE F
DELIVERIES OR PERFORMANCE i
G CONTRACT ADMINISTRATION DATA H
SPECIAL CONTRACT REQUIREMENTS PART II - CONTRACT CLAUSES I
CONTRACT CLAUSES PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHIENTS J
LIST OF ATTACHMENTS PART IV - REPRESENTATIONS AND INSTRUCTIONS K
REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS L
INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS i
2 M
EVALUATION FACTORS FOR AWARD
~
CONTRACTING OFFICER WILL CCMPLETE ITEM 17 OR 18 AS APPLICABLE 17.
[X) CONTRACTOR'S NEGOTIATED AGREEMENT (Contractor is required to sign this document and return 2 copies to issuing office.) Contractor 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.)
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 'tems listed above and on any continuation sheets. This award
_; r.he - contract which consists of the following documents: (a) the const. >-
Gove-N. s rolicitation amd your offer, and (b) this award / contract. No furtl c c % actual document is necessary.
I9A IMTD TITLE OF SIGNER 20A. NAME O CO TRACTING OFFICER Pype or print)
,g, y'
L-w t.w y w;s, sa, y 93;p tre u fM
~~
/k,
y (Signature ot person authorized to sign)
(Signature of Contrak: ting Of ficer)
//
20C. DATE SIGNED 19C. DATE SIGNE)
// /5 N Y3 Th l
/
/C EXCEPTION TO STANDARD FORM 26 (REV.4-85)
Page 3 of 52
-(*
AWARD / CONTRACT Pace 1 c,,,
r
- 1. THIS CCNTRACT IS A RATED ORDER UNDER DPAS (15 CFR 350)
RATING 2.
CONTRACT NO.
3.
EFFECTIVE DATE 4.
REQUISITION / PROJECT NO.
NRC-33-94-186 11/08/93 IRM-94-186
[.;
'5.
ISSUED BY Code:
- 6. ADMINISTERED BY Code:
l (If other than Item 5) j J.S. NUCLEAR REGULATORY COMMISSION US NUCLEAR REGULATORY CCMMISSION DIVISION OF CONTRACTS & PROP. MGT.
DIVISION OF CONTRACTS & PROP. MGT Contract Administration 3r. 2 i
Contract Negotiation Branch 1 WASHINGTON, DC 20555 MAIL STOP P-1020 WASHINGTON, DC 20555
'. NAME AND ADDRESS OF CCNTRACTCR 6.
DELIVERY
[ ]
OB C.UGM Prime:
U.S. Small Business Administration
[X]
OTHER (See belcw) i 475 Allencale Road
<ing of Prussia, PA 19406-1415 i
DISCOUNT FOR PROMPT FAYMENT 9.
Sub:
Pulsar Data Systems, Inc.
UA 5000 Phildelpnia Way, Suite H j
Lannam, MD 20706 1
i Tecn.
Contact:
James Riley; (301) 459-2650 f
- 10. SUBMIT INVOICES (4 copies unless otherwise specified) TO THE ADDRESS SHOWN IN ITEM: 6
- 11. SHIP TO/ MARK FOR CODE
- 12. PAYMENT WILL BE MADE BY CCDE US NUCLEAR REGULATORY COMMISSICN i
See Article C.4 DIV. OF ACCOUNTING & FINANCE, MD. NATIONAL BANK BLDG., RM 11104 WASHINGTON DC 20555
- 13. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION
{ ] 10 U.S.C. 2304 (c) { J
[XJ 41 U.S.C. 253 (c) {5]
l 0\\
- 14. ACCOUNTING AND APPROPRIATION DATA Appn No. 31X0200.410 B &R: 410-20-615-600 Job Code: D1883 l
1 BOC 3131 Amount Obligated:
5276,000.00 1
'15A. ITEM 15B. SUPPLIES /
15C. QUANTITY 15D. UNIT 15E. UNIT ISF. AMOUNT PRICE j
4 NO.
SERVICES The U.S. Nuclear Regulatory Commission hereby accepts Pulsar Data System's technical proposal dated August 9,1993, which is incorporated herein by this reference and made a part of this i
contract to perform the work in accordance with Solicitation No. RS-IRM-93-192 which is This fixed price requirements type incorporated herein and made a part of this contract.
contract is completed as follows-15G. TOTAL AMOUNT OF CONTRACT
$595,146.50 (ESTIMATED)
Prescribed by GSA
{
EXCEPTION TO STANDARD FORM SF26 (REV.4-85) i
P 4
AWARD / CONTRACT Page 2 of 2 Pages i
16.
TABLE OF CONTENTS X SEC DESCRIPTION PAGE(S)
PART I - THE SCHEDULE A
SOLICITATION / CONTRACT FORM B
SUPPLIES OR SERVICES AND PRICES / COSTS C
DESCRIPTION / SPECIFICATIONS / WORK STATEMENT D
PACKAGING AND MARKING E
INSPECTION AND. ACCEPTANCE l
F DELIVERIES OR PERFORMANCE l
G CONTRACT ADMINISTRATION DATA H
SPECIAL CONTRACT REQUIREMENTS l
PART II - CONTRACT CLAUSES I
CONTRACT CLAUSES PART III - LIST OF DOCUMENTS, EX.HIBITS AND OTHER ATTACFMENTS r
J LIST OF ATTACHMENTS PART IV - REPRESENTATIONS AND INSTRUCTIONS K
REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS L
INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS M
EVALUATION FACTORS FOR AWARD
^
CONTRACTING OFFICER WILL COMPLETE ITEM 17 OR 18 AS APPLICABLE 17.
(X] CONTRACTOR'S NEGOTIATED AGREEMENT (Contractor is required to sign this document and return 3 copies to issuing office.) Contractor 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 i
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.)
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 l
Government's solicitation and your offer, and (b) this award / contract. No t
further contractual document is necessary.
19A. NAME AND TITLE OF SIGNER 20A. NAME OF CONTRACTING OFFICER (Type or p( h w )
Elois J. Wiggins
{qrJ ff @
b (Signsture of persl5n itithorized to sign)
(Signature of Cont ing Officer) 19C. DATE SIGNED 20C. DATE SIGNED EXCEPTION TO STANDARD FORM 26 (REV.4-85) i Page 3 of 52
i
(
i
+
TABLE OF CONTENTS PAGE
-l l
8 AWARD / CONTRACT 4
l
~ PART I - THE SCHEDULE.
SECTION B - SUPPLIES OR SERVICES AND PRICES / COSTS.
4 l
4 i
B.1 PROJECT TITLE.
B.2 BRIEF DESCRIPTION OF WORK (MAR 1987) 4
.l ALTERNATE 1 (JUN 1988) 4 B.3 SCHEDULE OF SUPPLIES / SERVICES.
5 i
B.4 OPTION YEAR ONE.
6 B.5 OPTION YEAR TWO.
B.6 CONSIDERATION AND OBLIGATION--DELIVERY ORDERS.
6
[
e (JUN 1988)
SECTION C - DESCRIPTION / SPECIFICATIONS / WORK STATEMENT.
8 8
i C.1 BACKGROUND.
8 i
C.2 CONTRACT OBJECTIVES.................
9
[
C.3 SCOPE..
9 i
C.4 PLACE OF PERFORMANCE.
10 i
C.5 GENERAL REQUIREMENTS 11
-l C.6 SPECIFIC REQUIREMENTS 16 C.7 SYSTEM DOCUMENTATION.
17 i
C.8 SYSTEM SUPPORT SERVICES.
17 C.9 TRAINING.
C.10 PERIOD OF PERFORMANCE (Refer to Article F.5 and.
17 i
C.11 GOVERNMENT FURNISHED EQUIPMENT (GFE) AND SERVICES 17 18 i
C.12 FACILITY ACCESS.
C.13 COMMUNICATION HARDWARE SPECIFICATIONS 18 C.14 COMPLIANCE WITH FIP STANDARDS AND OTHER STANDARDS 18
+
21-1 SECTION D - PACKAGING AND MARKING.
I D.1 PACKAGING AND MARKING (MAR 1987) 21 22
]
SECTION E - INSPECTION AND ACCEPTANCE.
E.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 22 E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987).
22 E.3 STANDARD OF PERFORMANCE AND ACCEPTANCE OF ADP EQUIPMENT.
22 e
(JUN 1988) 1 26 SECTION F - DELIVERIES OR PERFORMANCE.
F.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 26
'f 26 F.2 PLACE OF DELIVERY--REPORTS (JUN 1988).
F.3 PLACE OF DELIVERY--EQUIPMENT (MAR 1987).
26 ALTERNATE 1 (MAR 1987) 27 F.4 MAINTENANCE REQUIREMENTS (ADP SYSTEM / EQUIPMENT).
(MAR 1987)
F.5 DURATION OF CONTRACT PERIOD (MAR 1987) 27 ALTERNATE 3 (MAR 1987) j i
i
~.
J
..m..
6 TABLE OF CONTENTS PAGE l
i 29 SECTION G - CONTRACT ADMINISTRATION DATA G.1 NRCAR 2052.215-72 PROJECT OFFICER AUTHORITY.
29 l
i ALTERNATE 1 (JAN 1993)
G.2 ORDERING PROCEDURES (MAY 1991) 29 l
31 l
SECTION H - SPECIAL CONTRACT REQUIREMENTS.
H.1 NRCAR 2052.204-71 SITE ACCESS BADGE.
31 i
REQUIREMENTS (JAN 1993)
H. ~2 GOVERNMENT FURNISHED EQUIPMENT / PROPERTY - NONE PROVIDED.
31 I
(JUN 1988) 31 l
H.3 RISK OF LOSS OR DAMAGE--PURCHASE (MAR 1987)........
H.4 REPLACEMENT PART AVAILABILITY (ADPE) (MAR 1987).
32 H.5 ENGINEERING CHANGES (ADP REQUIREMENTS) (JUN 1988).
32 H.6 GLOSSARY OF ADP TERMS (JUN 1988) 34 l
H.7 FIPS PUBS AND STANDARDS COMPLIANCE (MAR 1987).
36 36 f
H.8 TECHNOLOGY SUBSTITUTION.
37 l
H.9 ADVANCE AGREEMENT.
4 38 PART II - CONTRACT CLAUSES.
R 1
38-SECTION I - CONTRACT CLAUSES
. =.
I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 38 l
a 40 l
I.2 52.203-9 REQUIREMENT FOR CERTIFICATE OF PROCUREENT.
i INTEGRITY--MODIFICATION (NOV 1990) 42 j
I.3 52.216-18 ORDERING (APR 1984).
I5 6-2 E
IJT A
1 T RIJ T (APR 1984) i l
I.6 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED 44 LINE ITEM (MAR 1989)
I.7 52.217-9 OPTION TO EXTEND THE TERM OF THE 44 CONTRACT (MAR 1989)
I.8 52.219-11 SPECIAL 8 (A) CONTRACT CONDITIONS 44
)
(FEB 1990) i I.9 52.219-12 SPECIAL 8 (A) SUBCONTRACT CONDITIONS.
45 (FEB 1990)
I.10 52.219-17 SECTION 8(A) AWARD (FEB 1990).
46
'I I.11 52.225-9 BUY AMERICAN ACT--TRADE AGREEMENTS.
47 i
ACT--BALANCE OF PAYMENTS PROGRAM (APR 1991)
I.12 201-39.5202-3 PROCUREMENT AUTHORITY (OCT 1990 FIRMR) 49 f
I.13 201-39.5202-6 WARRANTY EXCLUSION AND LIMITATION.
49 i
- t OF DAMAGES (OCT 1990 FIRMR) i 1.14 TRADE AGREEMENTS ACT (MAY 1991).
50 l
i PARTI 1I LIST OF DOCUMENTS. exH1eITS AND OTHER ATTACHMENTS s2 52 j
SECTION J - LIST OF ATTACHMENTS.
52 J.1 ATTACHMENTS (MAR 1987)...................
i
'I l
r
-NRC-33-94-186 Section B I
t PART I - THE SCHEDULE SUPPLIES OR SERVICES AND PRICES / COSTS SECTION B D.1 PROJECT TITLE The title of this project is as follows:
j
'l DIAL ACCESS NETWORK t
[End of Clause]
B.2 BRIEF DESCRIPTION OF WORI 00MR 1987)
ALTERNATE 1 (JUN 1988)
(a) Brief description of work.
i The Contractor shall perform, through the issuance of delivery orders, modem system integration services (to include hardware amd sof tware evaluation, testing and recom-i mendations), installation / configuration of network manage-ment, software of the product (s) selected, provide automated processing (ADP) and modem network system integration services, and provide on-call and per-call hardware and software maintenance support of the modem network.
This is a fixed-price requirements contract.
i
~'
(b) Orders will be issued for work required by the NRC in accordance with 52.216 Ordering.
Only Contracting-Officers of the NRC or other individuals specifically authorized under this contract may authorize the initiation of work under this contract. The provisions of this contract j
shall govern all orders issued hereunder.
r
[End of Clause]
-l i
B.3 SCHEDULE OF SUPPLIES / SERVICES The Contractor shall provide the following supplies / services in support of the government requirement:
[
analyses and documentation-system integration services
{
maintenance support strategic planning assistance procurement of hardware and software in the following estimated quantities.
Page 4 of 52
f
.~.. -.. ~.
i
(
Section B NRC-33-94-186 i
D.3 (Continued) t EST UNIT TOTAL l
ITEM DESCRIPTION QTY PRICE PRICE 01 Rackmount chassis 11
$1,893.94
$ 20,833.34 01A Secondary Controller 1
210.70 210.70 02 R/M Modem CCITT V.32 bis with CCITT V.42/V.42 bis 260 1,305.26 339,367.60 j
03 S/A Modem CCITT V.32 bis with CCITT V.42/V.42 bis with power supply 200 578.73 115,746.00 l
04 Modem Network Management I
package 11 5,850.32 64,353.52 05 Maintenance within the Principal Period 48 166.12 p/h 7,973.76 l
06 Maintenance outside of the Principal Period 40 206.21 p/h 8,248.40 t
07 Support Services
-- Network Analysis 1
For Each Regional Office:
Labor / Travel:
Region I 4,420.50 4,420.50 Region II 4,787.11 4,787.11 Region III 4,950.94 4,950.94 Region IV 5,303.77 5,303.77 Region V 4,913.12 4,913.12
-- System Integration 1
For Each Regional Office:
Labor / Travel Region I 2,353.04 2,353.04 Region II 2,719.65 2,719.65 Region III 2,883.48 2,883.48 Region IV 3,236.31 3,236.31 Region V 2,845.66 2,845.66 ESTIMATED CEILING PRICE OF THE 8ASE YEARS:
$595,146.90 l
B.4 OPTION YEAR ONE Page 5 of 52
4 Section B NRC-33-94-186 i
B.4 (Continued) 05 Maintenance within the Principal Period 16 172.27 p/h 2,756.32 06 Maintenance outside of the Principal Period 14 213.85 p/h 2,993.90 TOTAL ESTIMATED COSTS FOR OPTION YEAR ONE:
SS,750.22 B.5 OPTION YEAR TWO i
05 Maintenance within the Principal Period 16 178.49 p/h 2,855.33 06 Maintenance outside of the Principal Period 14 221.55 p/h 3,101.42 I
TOTAL ESTIMATED COSTS FOR OPTION YEAR TWO:
$5,956.75 l
NOTE: "S/A" denotes stand alone and "R/M" denotes rack mount This is a requirements contract.
The above quantities are for-l estimating purposes only.
[End of Clause]
j B.6 CONSIDERATION AND OBLIGATION--DELIVERY ORDERS (JUN 1988)
(a) The total estimated amount of this contract (ceiling) for the products / services ordered, delivered, and accepted under this
-[
contract is $595,146.90.
The Contracting _ Officer may unilaterally increase this amount as necessary for orders to i
be placed with the contractor during the contract period provided such orders are within any maximum ordering limitation prescribed under this contract.
(b) The amount presently obligated with respect to this contract i
is $276,000.00.
The Contracting Officer may issue orders for work up to the amount presently obligated.
This obligated amount may be unilaterally increased from time to time by the Contracting Officer by written modification to this contract.
The obligated amount shall, at no time, exceed the contract ceiling as specified in paragraph a above.
When and if the amount (s) paid and payable to the Contractor hereunder shall equal the obligated amount, the Contractor shall not be obligated to continue performance of the work unless and until the Contracting Officer shall increase the amount obligated with respect to this contract.
Any work undertaken by the Contractor in excess of the obligated amount specified above Page 6 of 52 f
)
t Section B NRC-33-94-186 e
f l
B.6 (Continued) 1 f
is done so at the Centractor's sole risk.
[End of Clause]
- i i
l 6
I i
i i
l I
1 1
f 5
1 i
i I
l
!i i
l
.I I
il l
l
,l i'l 4
I t
t i'
-Page 7 of 52 I
t i
4-
w Section C l
NRC-33-94-186 t
SECTION C - DESCRIPTION / SPECIFICATIONS / WORK STATEMENT J
C.1 BACKGROUND The Nuclear Regulatory Commission (NRC) located in R.ockville, MD currently communicates with each of the nuclear power plants, f
other NRC locations and personnel, and various private laboratories throughout the United States, via dial up access using low speed modems.
The NRC's present Dial Access Network (DAN) configuration consists of leased AT&T V.22 modems in two modem pool configurations with various speed and type modems from 300 bps to 9600 bps, both leased and owned, in stand alone configurations throughout the NRC user community.
The Agency's needs have increased and the Agency now requires a means for a i
high speed dial up data exchange and compatibility with the agency's regional offices, other federal agencies as well as private organizations.
With the migration of the NRC to a microcomputer-based local area network (LAN) topology both in the regional offices and the l
headquarters, the requirement for greater security / control, network management, and bandwidth to and trom these geographically.
remote locations is evident.
Applications requiring this additional bandwidth include file j
i transfer, remote access to LAN based applications and minicomputer applications, and the transmission of graphics.
Graphical data to i
be transmitted includes but is not limited to geological mapping
(
information, weather maps, pictorial images of reactor parts, and reactor drawings.
Because unofficial use of government telephone facilities is j
punishable under federal law, the NRC requires a centralized management and control capability for the DAN, including a centralized audit trail, to track inbound and outbound calls for i
cost recovery, and bill back purposes, as well as to protect against unauthorized attenpts to access the NRC LAN environment.
In summary, the NRC requires an upgraded DAN to provide high speed asynchronous and synchronous data commun'crtions coupled with the capabilities of network configuration. Jiagnostics, real-time monitoring and analysis of data traffic, user access management, a high degree of dial access security as well as bi-directional audit trail for cost recovery and bill back As this environment evolves, proper planning, purposes.
procurement, implementation, training, and maintenance are crucial to ensure maximum uptime to mission critical applications.
C.2 CONTRACT OBJECTIVES f
Page 8 of 52
.t i
g Section C i
NRC-33-94-186 C.2 (Continued)
I The purpose of this contract is to upgrade the existing NRC DAN to provide high-speed adaptive equalizing dial up modems to support all the NRC's dial up asynchronous and synchronous modem l
requirements.
In support of this requirement, the NRC DAN will require installation, maintenance, and system integration services i
to ensure inter-operability with other ongoing NRC projects as
}
well as network recommendations for future development.
All i
modems recommended / procured under this contract shall be i'
functionally capable of being interfaced with an asynchronous communications server (ACS) to allow for dial-in as well as i
dial-out capabilities from a microcomputer-based local area l
network (LAN).
All equipment recommended / purchased under this l
contract shall adhere to International Telegraph and Telephone Consultative Committee (CCITT)
Recommendation V.32 bis for 14400 l
Bit per second two-wire duplex modems, the CCITT Recommendation i
V.42 error-correcting procedures for data communications equipment (DCE) using asynchronous-to-synchronous conversion, and the CCITT Recommendation V.42 bis data compression for modems employing CCITT V.42 error correction.
C.3-SCOPE i
In support of NRC's ADP Environment, the contractor shall of f
provide the equipment and services identified in this Statement Work.
The contractor shall work with other NRC contractors and NRC-personnel, where applicable, under the direction of the NRC
[
Project Officer (PO) in accordance with detailed delivery orders.
I The NRC will require three main areas of work to be performed l
[
by the contractor:
(1) Acquire, install (where applicable), and integrate the Irocured system (s); (2) Document the systems implemented and provide training services; and (3) System maintenance support
{
i
[
C.4 PLACE OF PERFORMANCE i
Network components will be procured, tested, configured, integrated, and maintained for all locations described in Sections C.4.1 and C.4.2.
Installation services will be required for those locaticns identified in Section C.4.1 only.
[
l C.4.1 Regional or Remote Locations:
i Region I 475 Allendale Road j
King of Prussia, Pennsylvania 19406-1415 l
t t
Region II j
3 Page 9 of 52 I
+
Section C NRC-33-94-186 C.4 (Continued) 101 Marietta Street Suite 2900 Atlanta, Georgia 30323 i
1 Region III 801 Warrenville Road 1
i Lisle, Illinois 60137 i
t Region IV 611 Ryan Plaza Drive Suite 400 Arlington, Texas 76011-8064 Region V l
1450 Maria Lane Walnut Creek, California 94596-5368 l
l C.4.2 Headquarters Locations Two White Flint North Office Euilding t
11545 Rockville Pike Rockville, Maryland 20852 One White Flint North Office Building j
11555 Rockville Pike Rockville, Maryland 20B52 q
f East West / West Towers Building i
4350 East West Highway Bethesda, Maryland 20814 Maryland National Bank Building 7735 Old Georgetown Road j
Bethesda, Maryland 20814 i
[
r Phillips Building 7920 Nor'olk Avenue j
Bethesda, Maryland 20814 i
4 Woodmont Building 8120 Woodmont Avenue t
Bethesda, Maryland 20814 C.S GENERAL REQUIREMENTS The contractor shall comply with the following general requirements.
i Use of off-the-shelf Eauipment.
The products procured by the contractor shall be in current I
Page 10 of 52 i
i
1 Section C NRC-33-94-186 C.5 (Continued) production and represent tested and announced hardware l
and software.
Completenesa All software shall be provided in. media compatible with intended system devices.
The equipment hardware and software specified herein shall be fully functional when installed.
Modularity.
The system shall be capable of facilitating the increase or decrease of system size in accordance with the changing needs of the NRC environment.
t Manuals.
The contractor shall provide copies of manuals related to the installation, configuration, and operations of the equipment acquired under this contract.
Warranties.
The contractor shall warrant successful operations of s ied equipment and software for a period of 30 e cutive days beginning on the day of equipment start-up.
The Contractor shall furnish an extended warranty for maintenance (labor and parts) on all hardware and software for a period of one year beginning on the first day of the successful performance period.
Procurement Methodolouv.
Procurement of hardware, software, and other direct and subcontract support services shall be performed by the contractor.
For each procurement of hardware or software, the contractor shall perform a general requirements analysis to provide a Needs statement, and then derive a technical statement of work in a matrix format, with An weighted scoring defined by the Needs statement.
analysis of the pertinent vendors' products (s) will then be performed, to yield the best value to the government.
The Government will review and approve t
the contractor selection before purchase by the contractor.
The government reserves the right to add and delete any equipment or services covered by this contract via a modification to the contract.
The government'shall be the sole authority as to the itens and quantities to be procured by this contract.
C.6 SPECIFIC REQUIREMENTS C.6.1 SYSTEM ACQUISITION AND CONFIGURATION Page 11 of 52
I i
s Section C l
NRC-33-94-186 C.6 (Continued) a)
The contractor shall provide all the required hardware and software identified in Section B, Supplies or Services and Prices / Costs.
b)
The contractor shall receive all equipment at 4
their facility.
i c)
The contractor shall assemble and burn-in all equipment for a period of at least 48 hours5.555556e-4 days <br />0.0133 hours <br />7.936508e-5 weeks <br />1.8264e-5 months <br />.
The site specific configuration of each chassis system shall be installed, see Section C.6.1(d),_
l t
and tested.
d)
The contractor shall configure all equipment into site specific systens as provided by the NRC PO.
l The configuration will include access security features, event logging, port grouping, and audit
+
trail operations.
Additionally, the contractor i
will configure threshold alarm processing.
The contractor will be required to provide the NRC i
with a means of monitoring the entire network both locally and remotely via the operator's console.
e)
The contractor shall inventory, package the units as kits, and ship to the NRC locations as designated by the NRC PO for installation.
The l
I packaging shall be consistent with the manufacturer's recommendations for shipping of l
the hardware and softwn.re.
t C.6.2 SYSTEM INSTALLATION
'I a)
The contractor shall receivo.and inventory each kit at the designated installation locations.
b)
The contractor shall install the units at each site identified in Section C.4.1.
Installation
+
shall consist of proper connection:to the telephone lines provided by the NRC and the appropriate EIA RS-232C connections.
Each system installation shall be tested, final site specific documentation prepared (including test results),
and provided to the NRC PO.
c)
The government will conduct a physical-inspection of each system to determine the completeness and state of each unit delivered.
The government may, upon delivery, reject any unit which is I
incompatible or damaged.
r t
f Page 12 of 52 i
h
P i
i f
Section-C 5
NRC-33-94-186 1
C.6 (Continued)
C.6.3 MAINTENANCE SERVICES The contractor shall provide maintenance services when required by the Government for the DAN system for both hardware and software items procured in this contract.
I Maintenance services shall be categorized as (a) Remedial, (b) Preventive, (c) warranty,.and/or (d) out-of-warranty.
The required contractor response time to maintenance requests shall be dependent upon the time of initial notification of a request for Remedial maintenance services only; i.e.,
either during PPM or outside PPM.
The 2
contractor shall provide on-call maintenance service.
Resident on-site maintenance is not required.
{
i C.6.3.1 PRINCIPAL PERIOD OF MAINTENANCE (PPM)
For the purposes of this contract, the Principal Period of
.l Maintenance (PPM) shall be defined as Monday through l
Friday, 7:30 AM - 4:30 PM, local time at each location.
i C.G.3.2 REMEDIAL MAINTENANCE (Refer to C.6.3) i For routine, non-catastrophic maintenance problems, the l
Government will return products to the contractor's i
facility where they are to be repaired or returned to the manufacturer for repair, tested and returned to NRC in functional operating condition.
Should contractor assistance l
be required to perform remedial maintenance functions, the-l time of initial notification of a request for service shall
}
dictate the appropriate response time required by the l
Government.
j C.6.3.3 WARRANTY MAINTENANCE
.j For items under manufacturer's warranty, maintenance eervices, with respect to the disposition of the failed j
equipment, shall consist of packaging, shipping, and l
tracking all items sent for repair or service to the
)
I manufacturer, with return to the Government of the repaired / serviced items.
The time of request for maintenance services, i.e. on-call outside PPM, shall dictate the response time limitations and invoke any other j
actions required by the contractor on behalf of the i
i Government.
C.6.3.4 OUT OF WARRANTY MAINTENANCE 1
Page 13 of 52 i
s Section C NRC-33-94-186 C.6 (Continued)
For items no longer under warranty, the contractor shall be responsible for tracking, repairing (either directly or indirectly), testing and return to the Government in func-tional operating condition those items sent for service.
Reaponse time is dictated by the type of maintenance request, i.e.,
whether on-call or per-call.
The contractor shall the Government PO with a quarterly. listing of warranted equipment stating the exact expiration date, location, and date of installation of the equipment in question.
j C.6.3.5 MAINTENANCE PLAN The contractor's maintenance plan shall describe the following:
Detailed maintenance strategy for all equipment types by OEM vendor Point of contact for on-call and per-call maintenance
]
trouble calls l
24-hour telephone number at no cost to the Government,.
either local to the Headquarters or 800, for on-call j
and per-call maintenance trouble calls Hourly rate for on-call maintenance both during and outside the PEM 1
s Strategy for the delivery / stocking of spare parts c
C.6.3.6 ON-CALL MAINTENANCE The contractor shall provide on-call maintenance service with a two hour response time and arrival on-site within three hours to all on-call trouble calls for the central-i site communication systems located in the Washington Metropolitan Area, (defined as Maryland, Virginia, and l
Washington D.C.).
The contractor will have available spare r
{
parts to resolve network problems with a minimum of downtime or disruption to the user community.
The contractor will respond to all other central-site communication problems at the Regional Offices outside of i
the Washington Metropolitan Area within two hours and arrival on-site within four hours.
The monthly charge for i
such service is shown in Section B of this contract.
Resident on-site maintenance is not required.
l C.6.3.7 PER.-CALL MAINTENANCE i
i In addition to the specified maintenance service during the Page 14 of 52 i
t i
- . - -..~...s.-..... --
3ection C NRC-33-94-186 C.6 (Continued)
PPM or extension thereof, the contractor shall provide per-call maintenance outside the PPM when a call is placed by the Government CO, PO or his/her designee.
A response time of three hours is required for per-call maintenance, which shall be available for all periods outside the PPM.
?
Charges shall be computed to the nearest quarter of an hour.
The maximum charge for any one per-call maintenance i
i occurrence shall not exceed the total charge for a four hour maintenance service call.
This maximum total charge i
shall include the travel time to and from the equipment site.
Total chargeable travel time shall not exceed one i
hour per call.
The contractor shall only be required to prov!de per-call maintenance for that cquipment covered by on-call maintenance.
C.6.3.8 NON-CHARGEABLE MAIN ?ENANCE ITEMS l
There shall be no additional charge for:
i Replacement parts, unless parts are required due to l'
the fault or negligence of the Government.
Preventive maintenance (maintenance recommended by the equipment manufacturer to maintain proper operation of l
the system), regardless of when performed.
i 4
Travel to and from the contractor facility to the
[
equipment location when On-Call Maintenance services are being provided.
Remedial maintenance (maintenance required due to f
failure of equipment to restore the equipment back to j
service), which was requested during the PPM (and l
I extension thereof as specified in the contract),
regardless of when maintenance is performed.
Time spent by maintenance personnel after arrival at l
the site awaiting the arrival of additional i
maintenance personnel and/or. delivery of contractor supplied parts after a service call has commenced.
Remedial maintenance required on any equipment.when the scheduled preventive maintenance for that equipment preceding the malfunction had not been j
performed unless preventive maintenance was omitted at j
Page 15 of 52 I
i y
vt-a
+,eum m
y
- +, =
-~
.L y_
l Section C NRC-33-94-186 i
C.6 (Continued)
I the Government's request or the contractor was denied access to the equipment.
j Remedial maintenance required within a 48-hour period due to a recurrence of the same malfunction.
C.6.3.9 PREVENTIVE MAINTENANCE Preventive maintenance shall be performed during the l
Government's PPM and extension thereof or contiguous i
periods.
The frequency, quality, and duration of the I
preventive maintenance shall lxa mutually agreed to at.
time of contract award.
i C.6.3.10 MALFUNCTION REPORTS The contractor shall provide a failure reporting program to identify, classify and maintain statistics l
on all hardware / software / system failures; and, for every failure, the symptoms, diagnosis, corrective i
action, and downtime.
In addition, the program shall include detailed plans for analyzing failure reports to detect any failure trends. Reports displaying summary information on hardware / software / system failure trends shall be provided by the contractor to the government at least semiannually.
Detailed
[
reports of all hardware / software / systems failures shall be provided by the contractor to the government within two working days of a valid government request (written task order).
Upon completion of each billable maintenance call, the i
contractor shall provide the information listed below as a minimum:
Date and time notified Date and time of arrival Type and serial numbers of equipment Description of malfunction Date and time device / system was returned as functional Service call reference number Description of action taken, repairs made, parts replaced Disposition of removed defective parts l
2 C.7 SYSTEM DOCUMENTATION i
Page 16 of 52
Section C l
NRC-33-94-186 i
C.7 (Continued)
The contractor shall provide documentation on all proposed i
system (s), system configuration services, and proposed
{'
naintenance provisions to be implemented in support of the NRC ADP Environment with updates when tasked by the Government PO.
This shall include planned equipment i
upgrade schedules complimenting the NRC ADP enhancement plans, implementation schedules for new hardware / software technology, and any other documentation pertinent to the NRC DAN environment.
C.8 SYSTD4 SUPPORT SERVICES The contractor shall provide ADP and DAN system support services.
System integration services shall include identifying new ADP and DAN equipment requirements and specifications, purchasing necessary hardware and software when tasked, installing and pre-operational testing of all DAN components; NRC wide configuration management of the DAN services, DAN security planning / implementation, and other system integration services that may be considered beneficial to the effective and efficient operation of the NRC ADP and DAN environment.
L Additionally, monthly project management / contractual meetings shall be held to review the status of on-going work, and any outstanding contract deliverables.
C.9 TRAINING The contractor shall train a minimum of three and no more than eight Government personnel on the use of the network management functions and operations of the procured system.
Training dates will be established based on mutual agreement between the NRC Project Officer and the Contractor.
Training dates will be established based on mutual agreement between the NRC Project Officer and the Contractor.
C.10 PERIOD OF PERFORMANCE (Refer to Article F.5 and Article I.7)
Services provided under this contract shall support the NRC from the date of contract award for a period of three years.
l l
C.11 GOVERNMENT FURNISHED EQUIPMENT (GFE) AND SERVICES The Contractor shall not use property provided by the Government for any purpose other than in the performance of this contract.
The Government will not provide space, Page 17 of 52
= -
Section C-NRC-33-94-186 C.11 (Continued) equipment, or other facilities.
C.12 FACILITY ACCESS Ten days prior to start of contract performance the l
contractor shall submit to the Contracting Office the i
names, addresses, telephone numbers and social security i
numbers of all personnel assigned to perform work under this contract.
The contractor shall be responsible for assuring that all
[i contractor personnel, authorized to perform work under this contact obtain the appropriate facility access.
Application for facility access shall be made to the NRC PO i
by the contractor project manager.
Foreign Nationals are not allowed to perform any services under this contract.
i 4
C.13 COMMUNICATION HARDWARE SPECIFICATIONS t
See Section J, Attachment 2 for hardware specifications.
C.14 COMPLIANCE WITH FIP STANDARDS AND OTHER STANDARDS All equipment and software acquired under this acquisition conform to specified applicable Federal Information must Processing Standards Publications (FIPS PUBS). The following Federal Standards, Federal Information Processing l
Standards, CCITT Recommendations, and Industry standards 4
are inclrded as applicable documents.
The impact of each applicable standard shall be as specified in a text I
reference in Section 3 of this document.
C.14.1 FEDERAL STANDARDS FED-STD-1037B, Telecommunications: Glossary of Telecommunications Terra, 3 June 1991 4
C.14.2 FIPS PUBLICATIONS FIPS 22-1 Synchronous Signaling Rates Between Data Terminal and Data Communications Equipment, September 4
1, 1977 (Same as ANSI X3.1-1976)
FIPS 41 Computer Security Guidelines for Implementing the Privacy Act of 1974, May 30, 1975 FIPS 146-1 Government Open Systems Interconnection Profile (GOSIP), April 3, 1991 l
Page 18 of 52 i
Section C NRC-33-94-186 C.14 (Continued)
I C.14.3 NIST PUBLICATIONS NIST Special Publication 500-163, Government Open Systems Interconnection User's Guide, August 1989 l
NIST Special Publication 500-183, Stable Implementation Agreements for Open System Interconnection Protocols, Version 4, 1 December 1990 NIST Special Publication 500-192, Government Open Systems Interconnection Profile User' Guide, Version-i 2,
October 1991 l
C.14.4 CCITT RECOMMENDATIONS V.21: 300 bps Duplex Modem Standardized for Use in the General Switched Telephone Network V.22:
1200 bps Duplex Modem Standardized for_Use on the General Switched Telephone Network and on Leased Circuits V.22 bis:
2400 bps Duplex Modem Using the Frequency Division Technique Standardized for use on the General
-i j_
Switched Telephone Network and on Point-to-Point 2-wire Leased Telephone-Type Circuits i
)
V.24:
List of Definitions for Interchange Circuits Between Data-Terminal Equipment and Data Circuit-Terminating Equipment l
V.28:
Electrical Characteristics for Unbalanced b
Double-Current Interchange Circuits l
V.32:
2-Wire, Full Duplex Modems Operating at Data Signalling Rates of up to 9600 bps for Use on the General Switched Telephone Network and on Leased Telephone-Type Circuits V.32 bis:
2-Wire, Full: Duplex Modems Operating at Data i
Signalling Rates of up to 14,400 bps for Use on the General Switched Telephone Network and on Leased' j
Telephone-Type Circuits C.14.5 INDUSTRY STANDARDS C.14.5.1 Electronics Industry Association (EIA) :
EIA/232-D:
Interface Between Data Terminal Equipment j
and Data Communications Equipment Employing Serial-1 Page 19 of 52
j i
NRC-33-94-186 Section C J
C.14 (Continued)
Binary Data Interchange EIA/TIA-568 Commercial Building Telecommanications Wiring Standards, July 1991 C.14.5 2 American National Standards Institute (ANSI) :
ANSI T1.301 -- 1987 Adaptive Differential Pulse Code Modulation (ADPCM)
ANSI T1.401 Interface Between Carrier and Customer Installations.-- Analog Voice Grade Switched Access Lines Using Loop-Start and Ground-Start Signalling ANSI T1.602-1989 ISDN Signalling
']
ANSI T1.604-1990 ISDN -- Minimal Set of Bearer Services for the Basic Rate Interface C.14.5.3 Other Standards:
OSHA 1910.22 Occupational Safety and Health Standards (29CFR22) General Industry, Revised June 1981 i
NFPA National Fire Protection Association 70-90, National Electrical Code t
The National Electrical Safety Code i
I BOCA Building Official Code Administrator Guidelines on Electrical Power for ADP i
Installations
[End of Clause]
5 i
i 5
I n
~
i f
Page 20 of 52 P
9 m
=
-.-wr
+, - ----
t Section D WRC-33-94-186 1
SECTION D - PACKAGING AND MARKING l
k 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 l
i comply with the Interstate Commerce Commission Regulations, 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.
i
[End of Clause]
1 1
i I
t i
t a
i i
'h P
q l
Page 21 of 52 l
l
Section E NRC-33-94-186 SECTION E - INSPECTION AND ACCEPTANCE E.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 ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER TITLE DATE 52.246-2 INSPECTION OF SUPPLIES JUL 1985
- FIXED-PRICE 52.246-4 INSPECTION OF SERVICES FEB 1992
- FIXED-PRICE 52.246-16 RESPONSIBILITY FOR SUPPLIES APR 1984
[End of Clause]
E.2 PLACE OF INSPTCTION AND ACCEPTANCE (MAR 1987)
Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the Project Officer or Designee at the specified location.
[End of Clause]
E.3 STANDARD OF PERFORMANCE AND ACCEPTANCE OF ADP EQUIPMENT (JUN 1988)
(a) General. This clause establishes a standard of performance which must be met before any ADP equipment delivered under this contract is accepted by the Government. This also includes replacement machines, substitute machines, and machines which are added or field modified (modifications of a machine from one model to another) after a successful performance period.
(b) Performanct S'riod rjnd Effectiveness Level. The performance period shall begin on the installation date and shall end when the equipment g me the standard of performance for a period of 3 r
.ecutive days by operating in conformance with the Contractor's technical specifications and functional descriptions, or as quoted in the Contractor's proposal, which must satisfy the requirements of this contract at an effectiveness level of 99 percent or more.
Page 22 of 52
Section E NRC-33-94-186 E.3 (Continued)
(c) Continuance of Perf omance Period. If the equipment does Q not meet the standard of performance during the initial f93 /gg aj consecutive days, the performance period shall continue on a basis until the standard of performance is met for day-by-day $0 consecutive days.
a total of m D /cM (d) Egilure to Meet Standard Performance. If the equi ge
- fails to meet the standard of performance after$0 ca n ar days from the installation date or start of the performance period, whichever is later, the Government may at its option request a replacement or terminate the contract and request the immediate removal of the equipment.
(e) Effectiveness Level Computations. The effectiveness level for a system is computed by dividing the operational use time by the sum of the operational use time plus system failure downtime.
(f) Changes in Ecuipment. The effectiveness level for machines added, field-modified, or substituted, or for a replacement machine is a percentage figure determined by dividing the operational use time of the machine by the sum of that time plus downtime resulting from equipment failure or the machine being tested.
(g) Ooerational Use Time for System. Operational use time for performance testing for a system is the accumulated time during which the Central Processing Unit is in actual operation, including any intervals of time between the start and stop of the processing of the programs.
(h) Operational Use Time for Eauioment. Operational use time for performance testing for a machine added, field-modified, or substituted or for a replacement machine is defined as the accunnlated time during which the machine is in actual use.
(i) System Failure Downtime. System failure downtime is that period of time during which the scheduled productive workload, or simulated workload, being used for acceptance testing cannot be continued on the system due to machine (s) failure.
If simulated workload is being used for acceptance testing, it must be consistent with the data processing requirements set forth elsewhere in this contract.
(j) Start of Downtimg. Downtime for each incident shall start-from the time the Government contacts the Contractor's designated representative at the prearranged contact point until the system (s) or machine (s) is (are) returned to the Government in proper operating condition, exclusive of actual travel time required by the Contractor's maintenance personnel but not in excess of one hour on each day such services were Page 23 of 52
~
i Section E
~
NRC-33-94-186 E.3 (Continued) requested. However, at the request of the Contractor, the Government shall make available not only the failed equipment, but also those machines which must be used by the Contractor to accomplish such repairs. The Contractor shall provide an answering service or other continuous telephone coverage to permit the Government to make such contact.
(k) Ecuinment Use Durina System Downtime. During a period of system failure downtime, the Government may use operable equipment when such action does not interfere with maintenance of the inoperable equipment. The entire system will be considered down during such periods of use. Whenever the operable equipment is not released to the Contractor upon request, all such usage periods shall be considered system operational use time in computing the effectiveness level.
(1) Machine Failure Downtime. Machine failure downtime for a machine added, field-modified, or substituted, or for a replacement machine after the system has completed a successful performance period is that period of time when such machine is inoperable due to its failure.
(m) Minimum of Use Time. During the performance period for a system / machine, a minimum of 120 hours0.00139 days <br />0.0333 hours <br />1.984127e-4 weeks <br />4.566e-5 months <br /> of operational use time with scheduled productive or simulated work will be required as a basis for computation of the effectiveness level. However, in computing the effectiveness level, ti'e actual number of operational use hours shall be used when that number exceeds the minimum of 120 hours0.00139 days <br />0.0333 hours <br />1.984127e-4 weeks <br />4.566e-5 months <br />. Machines added, field modified and substitute machines are subject to the 120 hours0.00139 days <br />0.0333 hours <br />1.984127e-4 weeks <br />4.566e-5 months <br /> minimum use time requirement. However, the Government shall accept such machine (s) without the addition of simulatec work solely to achieve the minimum of 120 o rs pse. time, provided the average effectiveness for the $
Pueptance period is equal to or better than the level specified in paragraph b above.
(n) Date of Accentance. The Government shall not accept equipment and shall not pay charges until the standard of performance is met. The date of acceptance shall be the first day of the successful performance period.
(o) Daily Records. The Government shall maintain appropriate daily records to satisfy the requirements of this clause and shall notify the Contractor in writing of the date of the first day of the successful performance period.
(p) Measurement of Onerational Use Time. Operational use time and downtime shall be measured in hours and whole minutes.
(q) Delav of Start of Performance Period. If necessary, the Page 24 of 52 i
l Section E j
NRC-33-94-166 1
E.3 (Continued)
Government may delay the start of_the performance period, but such delay shall not exceed 5 consecutive days; therefore, the performance period must start not later than the 5 day after i
the installation date. Should the Government delay the start of the perfon..ance period, rental charges shall accrue for that period of time between the installation date and the start of the performance period and shall be paid only upon completion of the successful performance period.
(r) Remote Devices. For remote devices the standard of performance shall be determined in accordance with paragraph m, above. A remote device is defined as any
[
contractor-supplied device which is connected to the. Central Processing Unit by way of data transmission lines rather than l
r contractor-supplied direct cable connection. The effectiveness level for equipment supplied by the Contractor shall be
- l computed in accordance with paragraph f, above, and shall exclude downtime attributable to related equipment, cables, transmission lines, wires, etc., not supplied by the Contracto..
i
[End of Clause}
i I
1'
?
I t
E
- i i
f i
- t
~
t l
i l
r Page 25 of 52 e
a w
g
i Section F NRC-33-94-186 SECTION F - DELIVERIES OR PERFORMANCE F.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 t
52.212-13 STOP-WORK ORDER AUG 1989
[End of Clause]
F.2 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 (2 copies)
U.S. Nuclear Regulatory Commission ATTN:
Stanley D. Wood IRM/TB (MS P-612)
Washington, D.C.
20555
[
t (b) Contracting Officer (1 copy)
[End of Clause]
F.3 PLACE OF DELIVERY--EQUIPMENT (MAR 1987)
ALTERNATE 1 (MAR 1987) l The items to be furnished hereunder shall be delivered, with all charges paid by the Contractor, to:
U.S. Nuclear Regulatory Commission Contract Number: NRC-33-94-186 l
SEE CLAUSE C.4
[End of Clause]
i Page 26 of 52 J
o i
NRC-33-94-186 Section F i
F.4 MAINTENANCE REQUIREMENTS (ADP SYSTEM / EQUIPMENT)
}
(EUR 19 87)
{
(a) Responsibilities of the Contractor.
The Contractor shall provide maintenance (labor and parts) at the prices shown in this contract, and shall keep the equipment in good operating condition.
Maintenance services shall not include electrical i
work external to the equipment, the furnishing of supplies, and adding or removing accessories, attachments or other-devices.
It shall not include repair of damage resulting_from accident, transportation between Government sites, neglect, l
misuse, failure of electrical power of air-conditioning or humidity control, or causes other than ordinary use.
(b) Responsibilities of the Government.
(1) Government personnel shall not perform maintenance or attempt repairs to equipment while such equipment is under the purview of this contract unless agreed to by the Contractor.
(2) Subject to security regulations, the Government shall permit access to the equipment which is to be naintained.
(3) The Government shall provide adequate storage space for l
spare parts and adequate working space, including heat, light, ventilation, electrical current and outlets and telephones (for local calls only) for the use of maintenance personnel.
These facilities shall be within the reasonable distance of the equipment to be serviced and shall be provided at no charge to the Contractor.
(4) The Government shall provide time for contractor sponsored equipment modifications within a reasonable time after being notified by the Contractor that the l
modification is ready to be made.
The time required to i
make the modification shall be outside the normal preventive maintenance hours.
j (5) The Government shall maintain site requirements in accordance with the equipment environmental specifications furnished by the Contractor.
[End of Clause]
j F.5 DURATION OF CONTRACT PERIOD (MAR 1987)
ALTERNATE 3 (MAR 1987)
Although the Government contemplates use of the system (s)
(hardware and software) for the system's life of 5 YEARS from date of installation, the term of this contract is from November 8, l
1993 through November 7, 1996.
Page 27 of 52 1
~ =_
i Section F
- NRC-3 3 - 9 4 - 18 6..
1
?
F.5 (Continued)
[End of Clause]
1
!'t P
r t
I L
i 5
i
?
I i
a r
1 i
t
.)
i
~;
J 1
e 1
e Page 28 of 52 J
-l
- - -.. - +.
~
.+
__,..,,.i...
,,e<w
-#4
A NRC-33-94-186 Section G b
SECTION 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 officer for this contract is:
Name:
Stanley D. Wood Address: U.S. Nuclear Regulatory Commission IRM/TB (MS P-612)
Washington, D.C.
20555 Telephone Number: (301) 492-7723 (b) The project officer shall:
(1) Place delivery orders for items required under this contract.
(2) Monitor contractor performance and recommend to the contracting officer changes in requirements.
l (3) Inspect and accept products / services provided under the z
contract.
(4) Review all contractor invoices / vouchers requesting i
payment for products / services provided under the contract and make recommendations for approval, disapproval, or suspension.
L
- (c) The project officer may not make changes to the express terms and conditions of this contract.
l i
[End of Clause]
t G.2 ORDERING PROCEDURES (MAY 1991) i
(' ) In addition to the contracting officer, contract a
administrator, and project officer, the following individuals are authorized to issue delivery orders under this contract:
r n/a Page 29 of 52 4
.. =
NRC-33-94-186 Section G G.2 (Continued)
(b) All delivery orders shall be prepared in accordance with FAR 16.506 and may be issued in writing, or by written telecommunications.
6
[End of Clause]
i 4
l i
-i i
i l
i i
8 4
j 4
i i
}
i l
e t
Page 30 of 52 l
i t
t
i NRC-33-94-186 Section H SECTION H - SPECIAL CONTRACT REQUIREMENTS 1
H.1 NRCAR 2052.204-71 SITE ACCESS BADGE I
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-I 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 i
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 performance of contract work, and to assure the safeguarding of any Government records or data that contractor personnel may come into contact with.
IEnd of Clause]
H.2 GOVERNMENT FURNISHED EQUIPMENT / PROPERTY - NONE PROVIDED (JUN 19 88) l The Government will not provide any equipment / property under this contract.
(End of Clause]
f H.3 RISK OF LOSS OR DAMAGE--PURCHASE (MAR 1987)
(a) The Government is relieved of all risks of loss or damage to the equipment, up to and including the day prior to the first day of a successful performance period, except for:
(1) Loss or damage caused by nuclear reaction, nuclear radiation, radioactive contamination, war, insurrection, civil strife, rebellion, weapons of war; or (2) Negligence on the part of the Government or its agents, provided, however, that the Government shall be relieved
)
of the liability for such risks of loss or damage due to negligence if any commercial customer of the Contractor
)
is relieved of such liability under like circumstances.
l Page 31 of 52 d
,e-,
e NRC-33-94-186 Section H H.3 (Continued) i (b) If the Government is liable for loss or damage of a machine, the Contractor shall have the option to restore the machine to its previous condition, in which event the Government shall pay the Contractor to perform such restoration at the Contract or's then-current prices, terms, and conditions.
If f
the Contractor elects not to restore the machine, the Government may, at its own expense, restore the machine to its previous condition.
If, however, the machine is lost or damaged beyond repair, the Government shall pay to the Contractor the same price for the machine as the Government would have paid had it purchased the machine on the day prior to the loss or damage under the provisions of this contract.
This clause shall govern risk of loss or damage, notwithstanding any other provisions of this contract relating to title, payment, or ownership.
[End of Clause]
H.4 REPLACEMENT PART AVAILABILITY (ADPE) (MAR 19 87) i The Contractor guarantees that replacement parts for each piece
[
of equipment in this contract will be available for the system's t
(item's) life of 5 YEARS.
The Contractor shall notify the Government 1 year before the end of the system's (item's) life as j
to the continuing availability of parts subsequent to this period.
If parts will not be available from the Contractor, then the-l Government may require the Contractor to furnish data that is available to assist the Government to obtain such parts from another source.
[End of Clause]
i H.5 ENGINEERING CHANGES (ADP REQUIREMENTS) (JUN 1988)
(a) After contract award, the Government may solicit, and the Contractor is encouraged to propose independently, engineering changes to the equipment, software specifications or other requirements of this contract.
These changes may be proposed to save money, to improve performance, to save energy, or to satisfy increased data processing-requirements.
However, if proposed changes relating to improved performance are i
necessary to meet increased data processing requirements of the user, those requirements shall not exceed the contract requirements by more than 25 percent.
If the proposed changes are acceptable to both parties, the Contractor shall submit a price change proposal to the Government for evaluation'within 30 days of such acceptance. Those proposed engineering changes that are acceptable to the Government will be processed as modifications to the contract.
Page 32 of 52 1
.~
I Section H NRC-33-94-186 E.5 (Continued)
?
(b) As a minimum, the following information shall be submitted by the Contractor with each proposal:
(1) A description of the difference between the existing contract requirement and the proposed change, and the i
comparative advantages and disadvantages of each; r
(2) Itemized requirements of the contract which must be changed if the proposal is adopted, and the proposed i
revision to the contract for each such change; (3) An estimate of the changes in performance and cost, if that will result from adoption of the proposal;
- any, (4) An evaluation of the effects the proposed change'would have on collateral costs to the Government such as Government-furnished property costs, costs of related items, and costs of maintenance and operation; and (5) A statement of the time by which the change order adopting the proposal must be issued so as to obtain the maximum benefits of the changes during the remainder of this contract, also, any effect on the contract completion time or delivery schedule shall be identified.
(c) Engineering change proposals submitted to the Contracting Officer shall be processed expeditiously.
The Government shall not be liable for proposal preparation costs or any i
delay in acting upon any proposal submitted pursuant to this clause.
The Contractor has the right to withdraw, in whole or in part, any engineering change proposal not accepted by the Government within the period specified in the engineering change proposal.
The decision of the Contracting Officer as to the acceptance of any such proposal under this contract shall be final and shall not be subject to the " Disputes" clause of this contract.
(d) The Contracting Officer may accept any engineering change proposal submitted pursuant'to this clause by giving the Contractor written notice thereof.
This written notice may be The given by issuance of a modification to this contract.
Contractor shall remain obligated to perform in accordance with the terms of the existing contract.
(e) If an engineering change proposal submitted pursuant to this clause is accepted and applied to this contract, an equitable adjustment in the contract price and in any other affected provisions of this contract shall be made in accordance with this clause and other applicable clauses of this contract.
When the cost of performance of this contract is increased or Page 33 of 52 l
1
Section H
.NRC-33-94-186 H.5 (Continued) decreased as a result of the change, the equitable adjustment increasing or decreasing the contract price shall be in l
accordance with the " Changes" clause rather than under this clause, but the resulting contract modification shall state that it is made pursuant to this clause.
(f) The Contractor is requested to identify specifically any information contained in the engineering change proposal which it prefers not be disclosed to the public.
The identification of information as confidential and/or proprietary is for information purposes only and shall not be binding on the Government to prevent disclosure of such information.
The Contractor is advised that such information may be subject to i
release upon request pursuant to the Freedom of Information Act (5 U.S.C. 552).
[End of Clause]
H.6 GLOSSARY OF ADP TERMS (JUN 1988)
The definitions and explanations set forth in this glossary are an integral part of the terns and conditions of this contract.
(a) Data Processing Equipment System and/or Subsystem.
The complement of individual machines and operating software furnished by the Contractor and acquired to operate as an integrated group.
(b) Equipment.
An all inclusive term which refers either to an i
individual machine or to the total complement of machines required to operate as an integrated group.
. i (c). Equipment and/or Operating Software Failure.
A malfunction in j
the contractor-supplied equipment and/or operating software, excluding all external factors, which prevents the l
accomplishment of the job.
(d) Installation Date.
The date by which the Contractor must have the ordered equipment ready for use by the Government.
(e) Machine.
An individual unit, including features installed 1
thereon, of a data processing system, or subsystem, identified by a type and/or model number, such as a central processing unit, additional memory module, a tape unit, a card reader, etc.
h (f) Mechanical Replacement.
The replacement of one machine-for another occasioned by the mechanical condition of the j
equipment being replaced.
. j (g) Operating Software.
Those routines that interface directly Page 34 of 52 i
-w a.i.
-,r
r t
i
~.
Section H j
NRC-33-94-186 i
H.6 (Continued) with hardware (including peripheral devices), the computer i
operations, applications and utility programs.
i (h) Operational Use Time.
The time during which equipment is in actual operation, exclusive of idle time, standby time, or i
maintenance time due to machine failure; not. synonymous with l
" power-off" time.
(i) Preventive Maintenance.
That maintenance performed by the Contractor which is designed to keep the equipment in proper i
operating condition.
It is performed on a scheduled basis.
(j) Principal Period of Maintenance.
Any 9 consecutive hours per l
day, including an official meal period not to exceed 1 hour1.157407e-5 days <br />2.777778e-4 hours <br />1.653439e-6 weeks <br />3.805e-7 months <br /> j
per day, between the hours of 7:30 A.M. and 4:30 P.M., Monday.
through Friday, excluding holidays observed at the NRC
'j installation.
(k) Extended Maintenance Period Option.
Option to require maintenance service during any extension of the Principal l
Period of Maintenance at a fixed price for such period, j
regardless of the number of calls requested during such s
period.
(1) Remedial Maintenance.
That maintenance performed by the f
Contractor which results from Contractor supplied equipment or operating software failure.
It is performed as required and l'
is therefore on an unscheduled basis.
On) Total Monthly Charges.
(1) Rental.
All monthly charges for the use (rental) of equipment and software and for maintenance thereof.
(2) Maintenance of Government-owned.
All monthly charges for the maintenance of equipment and software supplied under j
this contract.
1 ha) Alteration.
An alteration is defined as any change to a machine which deviates from the physical, mechanical, or electrical nachine design (including ndcrocode), whether or not additional-devices or parts are required.
(o) Attachment.
An attachment is defined as the mechanical, i
electrical, or electronic interconnection of equipment manufactured by other than the original equipment manufacturer and connected to the machine or system.
i
[End of Clause]
i l
i i
Page 35 of 52 f
Section h l
NRC-33-94-186 l
H.7 FIPS PUBS AND STANDARDS COMPLIANCE (MAR 1987) l In no case shall the Contractor or any subcontractor take any l
action or use any replacement parts that would result in equipment l
that is not in compliance with applicable FIPS PUBS and Standards (See Section J for List of Attachments) without written approval
[
of the Contracting Officer.
[End of Clause]
i i
H.8 TECHNOLOGY SUBSTITUTION All hardware, software and support services (installation, upgrades, warranty and maintenance repairs, and technical support services) shall
[
be the most modern and cost-effective available at the time of delivery and installation.
The Contractor shall propose substitute items whenever the Contractor or its subcontractor is offering replacement or substitutes for the components in question and the contractor offers i
the particular product to any of its commercial or Government customers.
The Government may request that those items be substituted for comparable items originally offered.
The Government reserves the right to accept or reject proposed substitutions.
The substitute item shall meet or exceed the applicable requirements
[
and specifications of this solicitation.
4
)
Any substitute item shall be fully compatible with NRC hardware and software installed at the time the substitute is proposed for use.
The substitute item shall have capacity and performance characteristics j
equal to or better than those of the component it is to replace.
The criteria used originally for testing the Contractor's hardware will be used to determine acceptability of substitute items.
l The substitute item shall offer the same or increased function as the item it is to replace.
j The price of the item shall be equal to or more cost-effective than the item it is to replace.
To propose a substitute item, the Contractor shall submit a written proposal to the Contracting Officer, addressing each of the applicable l
qualifications _in Section C and any other attributes of the substitute i
item of which the Government should be aware. Additionally, the
{
Contractor agrees to demonstrate the proposed item prior to delivery, if requested by the Government.
No hardware shall be substituted until the Contractor has submitted a proposal to the NRC Contracting Officer with adequate supporting f
justification, an agreement between the NRC Contracting Officer and_the 1
I Contractor is reached to effect such substitution, and authorized by written, bilateral modification to the Contract. The Government may allow component substitutions when, in the opinion of the NRC Page 36 of 52
i t
i Section H l
.NRC-33-94-186 I
E.8 (Continued)
Contracting Officer, it is in the best interest of the Government to do j
so.
The best interest means at least equivalent performance with i
significant economic benefit, significantly enhanced performance at no additional cost to the Government, or a combination ~of both the above.
)
All proposed technology modifications, substitutions, and additions to the Contract shall be evaluated as to their benefit to the Government.
the In detemining the comparative life cycle costs of such proposals, i
performance costs over the remaining life of the Contract shall be 4
included.
i H.9 ADVANCE AGREEMENT J
If, during the tem of this contract, the contractor's indirect rates decrease by more than 5%, the Government reserves the right to renegotiate the fixed prices contained in Clause B.3.
l
\\
i t
i i
I l
L i
i I
I i
t J
Page 37 of 52 i
'l Section I NRC-33-94-186 PART II - CONTRACT CLAUSES I
SECTION I - CONTRACT CLAUSES g
'I.1 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 19 88)
-}
s This contract incorporates one or more clauses by reference, j
with the same force and effect as if they were given in full text.
j Upon request, the Contracting Officer will make their full text l
t available.
)
I.
FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES NUMBER TITLE DATE j
52.202-1 DEFINITIONS SEP 1991 52.203-1 OFFICIALS NOT TO BENEFIT APR 1984 l
52.203-3 GRATUITIES APR 1984 52.203-5 COVENANT AGAINST CONTINGENT FEES APR 1984 j
3 52.203-7 ANTI-KICKBACK PROCEDURES OCT 1988 52.203-10 PRICE OR FEE ADJUSTMENT FOR SEP 1990 l
ILLEGAL OR IMPROPER ACTIVITY l
52.203-12 LIMITATION ON PAYMENTS TO JAN 1990 t
INFLUENCE CERTAIN FEDERAL j
l TRANSACTIONS 52.209-6 PROTECTING THE GOVERNMENT'S NOV 1992 j
INTEREST WHEN SUBCONTRACTING WITH
'l CONTRACTORS DEBARRED, SUSPENDED, t
f j
OR PROPOSED FOR DEBARMENT 52.210-5 NEW MATERIAL APR 1984
.l 52.210-7 USED OR RECONDITIONED MATERIAL, APR 1984 i
RESIDUAL INVENTORY, AND FORMER
{
GOVERNMENT SURPLUS PROPERT*I i
52.215-1 EXAMINATION OF RECORDS BY FEB 1993 i
COMPTROLLER GEIERAL 1
52.215-2 AUDIT - NEGOTIATION FEB 1993 l
52.215-22 PRICE REDUCTION FOR DEFECTIVE JAN 1991 I
1 COST OR PRICING DATA 1
52.215-24 SUBCONTRACTOR COST OR DEC 1991 PRICING DATA 52.215-26 INTEGRITY OF UNIT PRICES APR 1991 l
Alternate I (APR 1991) 52.215-27 TERMINATION OF DEFINED BENEFIT SEP 1989 4
PENSION PLANS 52.215-33 ORDER OF PRECEDENCE JAN 1986 j
i 52.215-39 REVERSION OR' ADJUSTMENT OF PLANS JUL 1991 FOR POSTRETIREMENT-BENEFITS OTHER THAN PENSIONS (PRB)
Page 38 of 52
r i
4 Section I NRC-33-94-186
-l
'I.1 (Continued)
DATE l
NUMBER TITLE 52.219-8 UTILIZATION OF SMALL BUSINESS FEB 1990
{
CONCERNS AND SMALL
-l DISADVANTAGED BUSINESS CONCERNS 52.219-13 UTILIZATION OF WOMEN-OWNED AUG 1986 i
f SMALL BUSINESSES 52.219-14 LIMITATICNS ON SUBCONTRACTING JAN 1991 j
52.220-3 UTILIZATION OF LABOR SURPLUS APR 1984 AREA CONCERNS 52.222-20 WALSH-HEALEY PUBLIC CONTRACTS ACT APR 1984 APR 1984 l
52.222-26 EQUAL OPPORTUNITY 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL APR 1984 i
DISABLED AND VIETNAM ERA VETERANS 52.222-36 AFFIRMATIVE ACTION FOR APR 1984 i
HANDICAPPED WORKERS i
52.222-37 EMPLOYMENT REPORTS ON SPECIAL JAN 1988 DISABLED VETERANS AND VETERANS t
OF THE VIETNAM ERA 52.223-2 CLEAN AIR AND WATER APR 1984 52.223-6 DRUG-FREE WORKPLACE JUL 1990 i
52.225-11 RESTRICTIONS ON CERTAIN FOREIGN MAY 1992 PURCHASES 52.225-17 BUY AMERICAN ACT - SUPPLIES UNDER MAY 1993 l
EUROPEAN COMMUNITY AGREEMENT J
52.227-1 AUTHORIZATION AND CONSENT APR 1984 3
52.229-4 FEDERAL, STATE, AND LOCAL JAN 1991 TAXES (NONCOMPETITIVE CONTRACT) 52.232-1 PAYMENTS APR 1984 I
52.232-8 DISCOUNTS FOR PROMPT PAYMENT APR 1989 52.232-17 INTEREST JAN 1991
)
52.232-23 ASSIGNMENT OF CLAIMS JAN 1986 f
Alternate I (APR 1984)
[
52.232-25 PROMPT PAYMENT SEP 1992 52.232-28 ELECTRONIC FUNDS TRANSFER APR 1989 l
PAYMENT METHODS i
.52.233-1 DISPUTES DEC 1991 52.233-3 PROTEST AFTER AWARD AUG 1989 52.242-13 BANKRUPTCY APR 1991 52.243-1 CHANGES - FIXED-PRICE AUG 1987 52.244.-1 SUBCONTRACTS (FIXED-PRICE APR 1991 CONTRACTS) 52.244-5 COMPETITION IN SUBCONTRACTING APR 1984
'52.246-23 LIMITATION OF LIABILITY APR 1984 l
52.246-25 LIMITATION OF LIABILITY - SERVICES APR 1984 52.249-2 TERMINATION FOR CONVENIENCE APR 1984 l
OF THE GOVERNMENT (FIXED-PRICE) l 52.249-8 DEFAULT (FIXED-PRICE SUPPLY APR 1984 AND SERVICE) 52.253-1 COMPUTER GENERATED FORMS JAN 1991 1!
i i
Page 39 of 52 i
l
Section I
~~
NRC-33-94-186 I.1 (Continued)
DATE NUMBER TITLE
[End of Clause]
I.2 52.203-9 REQUIREMENT FOR CERTIFICATE OF PROCUREMENT INTEGRITY--MODIFICATION (NOV 1990) l (a) Definitions. The definitions set forth in FAR 3.104-4 are hereby incorporated in this clause.
(b) The Contractor agrees that it will execute the certification set forth in paragraph (c) of this clause when requested by the Contracting Officer in connection with the execution of any modification of this contract.
(c) Certification.
As required in paragraph (b) of this clause, the officer or employee rr.
wible for the modification proposal shall execu d
following certification:
CERTIFICATE OF PROCUREMENT INTEGRITY--
MODIFICATION (NOV 1990) l l
(1)
I, [Name of certifier]
am the officer or e.mployee responsible for the preparation of this modification proposal and hereby certify that, to the best of my knowledge and belief, with the exception of any information described in this certification, I have no information concerning a violation or possible violation of subsect.4,on 27 (a), (b), (d), or (f) of the Office of Federal Procurement Policy Act, as amended * (41 U.S.C. 423),
(hereinafter referred to as "the Act"), as implemented in the FAR, occurring during the conduct of this procurement (contract and modification number).
(2)
As required by subsection 27(e) (1) (B) of the Act, I l
further certify that to the best of my knowledge and belief, l
each officer, employee, agent, representative, and consultant who has of [Name of Offeror) participated personally and substantially in the preparation or submission of this proposal has certified that he or she is familiar with, and will comply with, the requirements of subsection 27(a) of the Act, as implemented in the FAR, and will report immediately to me any information concerning a violation or possible violation of subsections 27(a), (b),
(d), or (f) of the Act, as implernented in the FAR, pertaining to this procurement.
(3)
Violations or possible violations:
(Continue on plain Page 40 of 52
(
Section I NRC-33-94-186 l
I.2 (Continued) bond paper if necessary and label Certificate of Procurement Integrity--Modification (Continuation Sheet), ENTER NONE IF NONE EXISTS) i
)
[ Signature of the of ficer or employee responsible for the modification proposal and date]
[ Typed name of the officer or employee responsible for the modification,toposal]
i
- Subsections 27(a), (b), and (d) are effective on December 1,
1990. Subsection 27 (f) is effective on June 1, 1991.
i THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001.
(d) In making the certification in paragraph (2) of the certificate, the officer or employee of the competing Contractor responsible for the offer or bid,.may rely upon a one-time certification from each individual required to submit l
a certification to the competing Contractor, supplemented by periodic training.
These certifications shall be obtained at i
the earliest possible date after an individual required to certify begins employment or association with the contractor.
If a contractor decides to rely ~on a certification executed prior to the suspension of section 27 (i.e., prior to December 1, 1989), the Contractor shall ensure that an individual who has so cert!.fied is notified that section 27 has been reinstated.
These certifications shall be maintained by the Centractor for a period of 6 years from the date a certifying s pieyee's employment with the company ends or, for an agency, repretentative, or consultant, 6 years from the date such individual ceases to act on behalf of the contractor.
(e) The certification required by paragraph (c) of this clause is a material representation of fact upon which reliance will be placed in executing this modification.
l Page 41 of 52
~
J B
n-
Section I ITRC 94 - 186 I.4 (Continued) written notice stating the Contractor's intent not to-ship the l
item (or items) called for and the reasons.
Upon receiving.
l this notice, the Government may acquire the supplies or l
l services from another source.
t
[End of Clause]
l t
I.5 52.216-21 REQUIREMENTS (APR 1984) ALTERNATE I i
.l (APR 1984) t I
(a) This is a requirements contract for the supplies or services specified, and etfective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract.
Except as this contract may otherwise provide, if i
the Government's requirements do not result in orders in the l
i quantities described as " estimated" or " maximum" in the Schedule, that fact shall not constitute the basis for an
{
equitable price adjustment.
l (b) Delivery or performance shall be made only as authorized by i
orders issued in accordance with the Ordering clause.
Subject to any limitations in the Delivery-Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with
_i the Ordering clause. The Government may issue orders _ requiring l
delivery to multiple destinations or performance at multiple
[
locations.
(c) The estimated quantities are not the total requirements of the Government activity specified in the Schedule, but'are estimates of requirements in excess of the quantities that the l
i activity may itself furnish within its own capabilities.
Except as this contract otherwise provides, the Government i
shall order from the Contractor all of that activity's requirements for supplies and services specified in the Schedule that exceed the quantities that the activity may i
itself furnish within its own capabilities.
l (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this
[
contract.
t (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor vill not accept an order providing for the accelerated delivery, the l
Government may acquire the urgently required goods or services
+
1 fram another source.
I Page 43 of 52
i i
i Section I l
NRC-33-94-186 l
I.5 (Continued) i (f) Any order issued during the effective period of this contract i'
and not completed within that period shall be completed by the
' Contractor within the time specified in the order.
The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent i
as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract 60 days after-contract expiration.
t
[End of Clause]
l I.6 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED t
LINE ITEM 000R 1989) i The Government may require the delivery of the numbered line l
item, identified in the Schedule as an option item, in the i
quantity and at the price stated in the Schedule.
The Contracting ~
j Officer may exercise the option by written notice to the Contractor within 60 days. Delivery of added items shall continue l
at the same rate that like items are called for under the contract, unless the parties otherwise agree.
[End of Clause]
?
I.7 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT 000R 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 preliminarv notice does not co= nit the i
I Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option provision.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
c
[End of Clause]
I.8
'52.219-11 SPECIAL 8 (A) CONTRACT CONDITIONS (FEB 1990)
The Small Business Administration (SBA) agrees to the following:
)
f To furnish the supplies or services set forth in this contract i
fa) according to the specifications and the terms and conditionsto l
hereof by subcontracting with an eligible concern pursuant l
1
+
Page 44 of 52 l
+
\\
e Section I NRC-33-94 186 f
I.2 (Continued)
[End of Clause]
7 I.3 52.216-18 CRDERING (APR 1984)
Any supplies and services to be furnished under this centract (a) shall be ordered by issuance of delivery orders by the individuals or activities designated in the Schedule.
Such orders may be issued from November 8, 1993 through November 7, 1996.
(b) All delivery orders are subject to the terms and conditions of this contract.
In the event of conflict between a delivery order and this contract, the contract snall control.
7 If mailed, a delivery order is considered " issued" when the (c) Goverra.ent deposits the order in the' mail.
Orders may be e
issued orally or by written teleconnunications only if authorized in the Schedule.
[End of Clause)
I.4 52.216-19 DELIVERY-ORDER LIMITATIONS (APR 1984) t (a) Minimum order. When the Government requires supplies or i
services covered by this contract in an amount of less than 1 SYSTEM, the Government is not obligated to purchase, nor is 6
the Contractor obligated to furnish, those supplies or j
services under the contract.
(b) Maximum order. The Contractor is not obligated to honor--
Any order for a single item in excess of total estimated t
(1) l ceiling price; 1
]
(2) Any order for a combination of items in excess of SO:
or A series of orders from the same ordering office within 2 (3) days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above.
l (c) If this is a requirements contract (i.e., includes the 52.216-21 of the Federal Requirements clause at subsectionthe Government is.not required (FAR)),
Acquisition Regulation of any one requirement from the Contractor"if to order a part requirement exceeds the maximum-order limitations _ in j
that paragraph (b) above.
P Notwithstanding paragraphs (b) and (c) above, the Contractor (d) shall honor _any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days days after issuance, with Page 42 of 52 t
Section I
.NRC-33-94-186 Z.8 (Continued) 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 tenninated either in whole or in part without cost to either party.
(c) Except for novation agreements and advance payments, delegates i
to the U.S. Nuclear Regulatory Commission the responsibility for administering the subcontract to be awarded hereunder with complete authority to take any action on behalf of the Government under the terms and conditions of the subcontract; provided, however, that the U.S. Nuclear Regulatory 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 Contracting Officer cognizable under the " Disputes" clause of said subcontract.
(f) To notify the U.S. Nuclear Regulatory Commission Contracting l
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.
f
[End of Clause]
I.9 52.219-12 SPECIAL 8(A) SUBCONTRACT CONDITIONS (FEB 1990)
(a) The Small Business Administration (SEA) has entered into Contract No. NRC-33-9 -186 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 Pulsar Data Systems, Inc., hereafter referred to as the subcontractor, agrees and acknowledges as follows:
(1) That it will, fbrandonbehalfoftheSBA, fulfill and 3
perform all of the requirements of Contract No.
NRC-33-94-186 for the consideration stated therein and that it has read and is familiar with each and every part Page 45 of 52
h g
Section I WRC-33-94-186 i
-2.9 (Continued) of the contract.
l (2) That the SBA 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 terns 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 SBA and the designated Contracting Officer of the U.S.
~
Nuclear Regulatory Commission.
1 (4) That it will notify the U.S. Nuclear Regulatory Commission Contracting Officer in writing immediately upon entering i
an agreement (either oral or written) to transfer all or part of its stock or other ownership interest to any l
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]
j h
I.10 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) To furnish the supplies or services set forth in the l
contract according to the specifications and the terms and conditions by subcontracting with the_ Offeror who has l
been determined an eligib?.e concern pursuant to the j
provisions of section 8 (a) of the Small Business Act, as i
amended (15 U.S.C. 637(a)).
)
(2) Except for novation agreements and advance payments, delegates to the U.S. Nuclear Regulatory Commission the responsibility for administering the contract with
-l complete 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.
i (3) That payments to be made under the contract will be made Page 46 of 52
---r
[
t Section I NRC-33-94-186 1
I.10 (Continued) directly to the subcontractor by'the contracting j
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 will, for and on behalf of the SBA, fulfill and perform all of
[
the requirements of the contract.
[End of Clause)
I.11 52.225-9 BUY AMERICAN ACT--TRADE AGREEMENTS ACT--BALANCE OF PAYMENTS PROGRAM (APR 1991) l (a) This clause implements the Buy American Act (41 U.S.C.
10),
the Trade Agreements Act of 1979 (19 U.S.C. 2501-2582), and the Balance of Payments Program by providing a preference for j
domestic end products over foreign end products, except for I
certain foreign end products which meet the requirements for classification as designated country end products or Caribbean
-l Basin country end products.
" Caribbean Basin country end product," as used in this clause, means an article that (1) is wholly the growth, product, or manufacture of a Caribbean Basin country (as defined in section 25.401 of the Federal Acquisition Regulation (FAR)),
or (2) in the case of an article which consists in whole or in part of materials from another country or instrumentality, has been substantially transformed into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was so transformed.
The term includes services (except transportation services) incidental to its supply; provided that the value of those incidental services does not exceed that of the product itself.
It does not include service contracts as such.
The term excludes products that are excluded from duty free treatment for Caribbean countries t
under the Caribbean Basin Economic Recovery Act (19 U.S.C.
2703 (b) ).
These exclusions presently consist of (i) textiles and apparel articles that are subject to textile agreements; (ii) footwear, handbags, luggage, flat goods, work gloves, and l
leather wearing apparel not designated as eligible articles.
for the purpose of the Generalized System of Preferences under l
Title V of the Trade Act of 1974; (iii) tuna, prepared or preserved in any manner.in airtight containers; (iv) or any product derived from petroleum; and (v) l petroleum, watches and watch parts (including cases, bracelets and i
Page 47 of 52 r
m
P Section I f
NRC-33-94-186 I.11 (Continued) straps), of whatever type including, but not limited to, j
mechanical, quartz digital or quartz analog, if such watches I
and watch parts contain any material that is the product of any country to which the Tariff Schedule of the United States
(
(TSUS) column 2 rates of duty apply.
i
" Components," as used in this clause, means those articles, materials, and supplies incorporated directly into the end products.
" Designated country end product," as used in this clause, i
means an article that (1) is wholly the growth, product, or manufacture of the designated country (as defined in section
'l 25.401 of the Federal Acquisition Regulation (FAR)), or (2) in the case of an article which consists in whole or in part of materials from another country or instrumentality, has been substantially transformed into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was so transformed.
The l
term includes services (except transportation services) incidental to its supply, provided that the value of those incidental services does not exceed that of the product t
itself.
It does not include service contracts as such.
" Domestic end product," as used in this clause, means (1) an nnmanufactured end product mined or produced in the' United States, or (2) an end product manufactured in'the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of.the i
cost of all its components.
A component shall.also be a
considered to have been mined, produced, or manufactured in the United States (regardless of its source in fact) if the end product in which it is incorporated is manufactured in the_
United States and the component is of a class or kind (i) determined by the Government to be not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality, or (ii) to which the agency head concerned has determined that it would be inconsistent with the public interest to apply the i
restrictions of the Buy American Act.
"End products," as used in this clause, means those articles,-
materials, and supplies to be acquired under this contract for i
public use.
" Foreign end product," as used in this clause, means an end product other than a domestic end product.
t (b) The Contracting Officer has determined that the Trade Agreements Act applies to this acquisition.
Unless otherwise specified, the Act applies to all items in the schedule.
The l
Page 48 of 52 i
l
'I
Section I q
NRC-33-94-186
-I.11 (Continued)
Contractor agrees to deliver under this contract only domestic end products unless, in its offer, it specifies delivery of i
foreign end products in the provision entitled " Buy American j
Act--Trade Agreements Act--Balance of Payments Program Certificate."
An offer certifying that a designated country end product or a Caribbean Basin country end product will be supplied requires the Contractor to supply a designated country end product or a Caribbean Basin country end product i
or, at the Contractor's option, a domestic end product.
Contractors may not supply a foreign end product for line i
items subject to the Trade Agreements Act unless the foreign end product is a designated country end product or a Caribbean Basin country end product (see FAR 25.401), or unless a waiver l
is granted under section 302 of the Trade Agreements Act of 1979 (see FAR 25.402 (c)).
(c) Offers will be evaluated in accordance with the policies and
~
procedures of Subpart 25.4 of the FAR.
f
[End of Clause]
i I.12 201-39.5202-3 PROCUREMENT AUTHORITY (OCT 1990 FIRMR)
This acquisition is being conducted under the regulatory blanket delegation of GSA's exclusive procurement authority for_FIP l
resources.
I.13 201-39.5202-6 WARRANTY EXCLUSION AND LIMITATION f
OF DAMAGES (OCT 1990 FIRMR)
Except as expressly set forth in writing in this agreement and i
except for the implied warranty of merchantability, there are no i
warranties expressed or implied.
i l
In no event will the Contractor be liable to the Government for consequential damages as defined in the Uniform Commercial Code, section 2-715, in effect in the District of Columbia as of January 1,
- 1973, i.e.--
i l
Consequential damages resulting from the seller's breach l
include--
(a)
Any loss resulting from general or particular requirements and needs of which the seller at the time of i
contracting had reason to know and which could not reasonably be prevented by cover or otherwise; and (b)
Injury to person or property proximately resulting from any breach of warranty.
t i
Page 49 of 52 i
I i
4 Section I-
~*
NRC-33-94-186 I.14 TRADE AGREEMENTS ACT (MAY 1991)
(a) This clause implements the Trade Agreements Act of 1979 (19 U.S.C. 2501-2582) by providing a preference for U.S. made end products, designated country end products, and Caribbean Basin country end products over other products.
t
" Caribbean Basin country end products," as used in this clause, means an article that: (1) is wholly the growth, product, or manufacture of a Caribbean Basin country (as i
defined in section 25.401 of the Federal Acquisition i
Regulation (FAR)), or (2) in the case of an article which consists in whole or in part of materials from another country or instrumentality, has been substantially transformed into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was so transformed. The term includes services (except transportation services) incidental to its supply; provided that the value of those incidental services does not exceed that of the product itself.
It does not include service contracts as such.
The term excludes products that are excluded from duty free treatment from Caribbean countries under the Caribbean Basin Economic Recovery Act (19 U.S.C.
2703(b)).
These exclusions presently consist of (i) textiles and apparel articles that are subject to textile agreements; (ii) footwear, handbags, luggage, flat goods, work gloves, and-leather wearing apparel not designated as eligible articles for the purpose of the Generalized System of Preference under title V of the Trade Act of 1974; (iii) tuna, prepared or preserved in any manner in airtight containers; (iv) petroleum, or any product derived from petroleum; and (v) watches and watch parts (including cases, bracelets and straps) of whatever type including, but not limited to, mechanical, quartz digital or quartz analog, if such watches i
or watch parts contain any material that is the product of any country to which the Tariff Schedule of the United States (TSUS) colunm 2 rates of duty apply.
" Designated country end product," as used in this clause, means an article that (1) is wholly the growth, product, or manufacture of the designated country (as defined in section 25.401 of the Federal Acquisition Regulation (FAR)), or (2) in the case of an article which consists in whole or in part of materials from another country or instrumentality, has been substantially transformed into a new and different article of commerce with a name, character, or use distinct from that of i
the article or articles from which it was so transformed. The term includes services (except transportation services) incidental to its supply, provided that the value of those incidental services does not exceed that of the product itself.
It does not include service contracts as such.
"End products," as used in this clause, means those articles, i
Page 50 of 52
Section I NRC-33-94-186 I.14 (Continued) materials, and supplies to be acquired under this contract for public use.
"U.S. made end product," as'used in this clause, means an article which (1) is wholly the growth, product, or j
manufacture of the United States, or (2) in the case of an article which consists in whole or in part of materials from another country or instrumentality, has been substantially transformed in the United States into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was so transformed.
"Nondesignated country end products," as used in this clause, means any end product which is not a U.S. made end product or designated country end product.
i
" United States," as used in this clause, means the United States, its possessions, Puerto Rico, and any other place which is subject to its jurisdiction, but does not include leased bases or trust territories.
(b) The Contractor agrees to deliver under this contract only U.S.
made end products, designated country end products, Caribbean Basin country end product, or, if a national interest waiver i
is granted under section 302 of the Trade Agreements Act of 1979, nondesignated country end products.
Only if such waiver is granted may a nondesignated country end product be delivered under this contract (s).
(c) Offers will be evaluated in accordance with-the policies and procedures of part 25 of the FAR except that offers of U.S.
made end products shall be evaluated without the restrictions of the Buy American Act or the Balance of Payments Program.
[End of Clause]
i i
1 Page 51 of 52 v
Section J NRC-33-94-186 r
~'
PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS SECTION J - LIST OF ATTACHMENTS J.1 ATTACHMENTS (MAR 1987) l Attachment Number Title i
Billing Instructions i
2 Equipment Technical Specification i
3 Page 52 of 52
~
ATTACHMENT 1
\\
12/17/91 BILLING INSTRUCTIONS FOR FIXED PRICE CONTRACTS The contractor shall prepare vouchers or invoices as prescribed General:
FAILURE TO SUBMIT V0UCHERS/ INVOICES IN ACCORDANCE WITH THESE herein.
INSTRL'UIONS WILL RESULT IN REJECTION OF THE V0UCHER/ INVOICES AS I Claims shall be submitted on the payee's letterhead, voucher / invoices, Form:
or on the Government's Standard Form 1034, "Public Youcher 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.
An original and three copies shall be submitted. Failure Number of Cooies:
to submit all the required copies will result in rejection of the voucher / invoice as improper.
Desionated Acency Billino Office: Vouchers / invoices shall be submitted to the following address:
I US Nuclear Regulatory Comission Division of Contracts and Property Management Contract Administration Branch, P-902 Washington, DC 20555 HAND-DELIVERY OF V0UCHERS/ INVOICES IS DISCOURAGED AND WILL NOT E However, should you choose to deliver vouchers /
PROCESSING BY THE NRC.
invoices by ha.'d, including delivery by any express mail service or special delivery service which uses a courier or other person to deliver the vouchers / invoices in person to the NRC, such vouchers / invoices must be addressed to the above Designated Agency Billing Office and will only be accepted at the following location.
US Nuclear Regulatory Comission One White Flint North - Mail Room 11555 Rockville Pike l
Rockville, MD 20852 HAND-CARRIED SUBMISSIONS WILL NOT BE ACCEPTED AT OTHER THAN i Note that the official receipt date for hand-delivered vouchers / invoices will
't be the date it is received by the official agency billing office in the Division of Contracts and Property Management.
Payment will continue to be made by the office Acency Payment Office:
designated in the contract in Block 13 of the Standard Form 26 or Block 25 of the Standard Forn 33, whichever is applicable.
~ I 2
Frecuency:
The contractor shall submit a voucher or invoice only after the NRC's final acceptance of services rendered or products delivered in performance of the contract unless otherwise specified in the contract.
Preparation and Itemization of the Voucher / Invoice: The voucher / invoice o
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 the following elements must be included:
l.
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.
5.
Payee's name and address.
(Show the name of the contractor and its correct address.
In addition, when an assignment of funds has been made by the contractor, 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 amount.
7.
Weight and zone of shipment, if shipped by parcel post.
8.
Charges for freight or express shipments. Attached prepaid bill if shipped by freight or express.
9.
Instructions to consignee to notify the Contracting Officer of receipt of shipment.
10.
For Indefinite Delivery contracts or contracts under which progress payments are authorized, the final voucher / invoice shall be marked
" FINAL V0UCHER" 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 l
the contract.
Supersession: These instructions supersede any previous billing instructions.
' i*
ATTACHMENT 2 l
l
~.
i r
t 1.
EQUIPMENT TECIINICAL SPECIFICATIONS r
The equipment provided under this contract shall meet the l
following mandatory requirements and be CCITT V.32 bis with CCITT V.42/V.42 bis compliant:
5 2.
MODEMS BOTH STAND ALONE (S/A) AND RACK MOUNT (R/M) t All modems shall meet the following minimum requirements:
?
2.1 COMPATIBILITY
All modems under this contract shall be compatible and functionally operate with the following types of modems:
Bell 103J Bell 212A CCITT V.22 and V.22 bis CCITT V.32 CCITT V.42 and V.42 bis CCITT V.32 bis 2.2 FLOW CONTROL. All modems shall be capable of employing all of the following flow control methods:
7 XON/XOFF RTS/ CTS 4
2.3 INTERFACE SPECIFICATIONS.
All modems shall be buffered
)
EIA/TIA 232D/CCITT V.24 /V.28 DB-25 f or DTE connection. All i
telephone line interfaces for S/A modems shall be USOC RJ-11C/RJ-45S and for R/M modems may be USOC RJ-11C/RJ-45S, Amphenol, or terminal strip or post.
2.4 MODULATION TECHNIQUES. All modems shall employ the following.
modulation techniques-Bell 103 (FSK) l Bell 212A (DPSK)
CCITT V.22 bis (QAM)
CCITT V.32 (QAM) l CCITT V.32 bis (TCM) i 2.5 DIAGNOSTICS.
All modems shall be capable of performing the following diagnostic tests 1
g
-e-t
-r f
I w
(
Analog loopback with selftest Remote Digital loopback with selftest Local Digital loopback t
2.6 POWER REQUIREMENTS.
All S/A models and R/M chassis shall operate within the following electrical power specifications:
105 to 127 VAC, 60Hz.
2.7 STATUS INDICATORS.
All modems shall have on the front panel, as a minimum, the following status indicators or be capable of indicating the following condition states:
power test ~
.l data terminal ready i
transmit data receive data i
2.8 CALL PROGRESS MONITORING.
All modems shall support on-screen call progress monitor and the S/A models shall also provide for a built-in speaker for audio indication of call status.
The modems shall allow for common English response codes, i.e.
CONNECT AT 9600, CONNECT AT 2400, etc. and for their numerical equivalents, i.e.
O, 10, etc.
The option for the type of j
response shall be user definable via the use of software commands.
2.9 COMMAND SET.
All modems shall be fully compatible with the Hayes AT command set and the CCITT V.25 bis specification for asynchronous and synchronous call origination.
I 2.10 STORED NUMBER REDIAL. All modems shall permit user initiation of dialing any one of at least four (4) stored numbers.
2.11 AUTO DIAL AND AUTO RE-DIAL. All modems shall permit automatic dialing as well as automatic redialing from a DCE device i
utilizing the Hayes Command set and CCITT V.25 bis for l
asynchronous and synchronous call origination.
l 2.12. AUTO-ANSWER.
All modems shall be capable of bel ~ng either software or hardware programmed to automatically answer an in l
incoming call within the prescribed referenced standards Section 2.4 (MODULATION TECHNIQUES).
3 2.13 NON-VOLATILE CONFIGURATION.
All modems shall allow for non-volatile configuration storage of at least one configuration l
l 2
t w
m, w
- l 3
1 i
[
I to minimize administrator interaction in the event of power failures or other disruptions of service not directly caused by the modem system or hardware.
2.14 USER DEFINABLE OPTIONS.
All modems shall allow for a minimum of the following user definable options:
parity I
speed response code last number re-dial dial from a directory of four stored numbers that
[
can be changed at the user's discretion volume of on-board speaker (for S/A units only),
i 1.e.
loud, medium, low or off 2.15 ERROR CORRECTION.
All modems shall use or employ the CCITT f
V.42 methods of error correction.
j 2.16 DATA COMPRESSION.
All modems shall'use or employ the CCITT V.42 bis methods of data compression.
1 2.17 FCC COMPLIANCE.
All modems shall comply with FCC Part 15 Class A radio frequency radiation
- limits, FCC Part 68 registration requirements, and be UL approved.
2.18 MEAN TIME BETWEEN FAILURE.
All modems shall have a Mean Time Between Failure (MTBF) of at least 30,000 hours0 days <br />0 hours <br />0 weeks <br />0 months <br />.
l 2.19 ADAPTIVE LINE EQUALIZATION.
All modems shall provide support for automatic adaptive bi-directional line equalization and shall include real-time bi-directional speed
- shifting, functionally equivalent to the Microcom MNP (tm) level 10 i
protocol.
i 2.20 FOOTPRINT.
The S/A modem model shall have a footprint no larger than 100 square inches. This requirement is to allow for more usable work space in the user's area.
2.21 MANUAL CALL ORIGINATION.
The modem shall allow for calls to be manually originated using a standard telephone instrument.
3.
STAND ALONE MODEM POWER.
Each modem shall be equipped with a UL approved and list minimum six-foot power cord and transformer. All S/A modems delivered under this contract shall be interchangeable with any other S/A modem delivered under this contract with respect to the power cord and 3
14 L
s transformer.
4.
RACK MOUNT SYSTEM.
The rack mount system shall meet the following mandatory requirements:
4.1 The rack mount system shall be capable of supporting 32 modems in a single chassis.
4.2 Each R/M system shall have its own power supply to power the modems associated with that particular rack and provide the capability to add an additional fully redundant power supply for purposes of system reliability. (NOTE: In no case shall this specification override or diminish the requirement of Section 2.18).
4.3 The chassis shall be capable of being installed in a standard 19 inch data cabinet with adaption to a 23" cabinet should the NRC require the same.
4.4 The R/M system shall allow for front access to all modems and ease of access for any other removal / serviceable boards / components installed.
The R/M system shall provide front panel visual status indicators, or be capable of indicating, the following for each modem in the chassis:
transmit data receive data data set ready clear to send data terminal ready ready to send data carrier detect test mode speed of operation power alarm 4.5 The R/M system shall provide a data terminal equipment (DTE) interface of EIA/TIA 232D/CCITT V.24 DB-25 for each modem in J
the system and one EIA/TIA 232D/CCITT V.24 DB-25 for remote or local control of the chassis system.
4.6 The R/M system shall accommodate " hot swapping" to minimize j
system downtime and allow for rapid swapping, maintenance, and j
reconfiguration of rack mounted equipment.
5.
NETWORK MANAGEMENT PACKAGE (MANDATORY REQUIREMENTS) 4
j i
e4 I
i i
i t
5.1 SECURITY 5.1.1 Fixed Callback:
The system shall allow for a fixed callback security as defined by both individual or group user identification and associated password.
S.1.2 Variable Callback:
The system shall allow for variable callback as defined by both individual or group user i
identification and associated password.
i 5.1.3 User Identifications shall be maintained in a database with a capacity of at least 3,000 users per chassis and shall be password protected under a supervisory password with more than one level of security.
l 5.1.4 The system shall allow for " automatic log on" utilizing the user identification and appropriate password for direct dial-in users.
5.2 AUDIT TRAIL Audit trail information shall be available for ' call I
information by user identification to include users who originate a dial-up session via a locally attached LAN communications server DTE connection as well as remote dial-in users. The information shall include, but not be j
limited to, user identification, number called (when t
appropriate), time, date, and duration of each call.
5.3 MANAGEMENT REPORTS:
The system shall provide _for, but not be limited to, the following report (s) that contain the information requested:
percentage of chassis utilization number of completed calls number of failed calls number of retransmissions repeated password attempts alarm history i
audit trail summaries for each user in the chassis system
5.4 DIAGNOSTICS
The system shall provide for the following diagnostics:
full range of analog and digital loopback tests a
(both local and remote) t S
i
.L' modem self-tests monitor function capability busy-out or removal from service of any modem in the chassis by utilizing software commands alarm or event threshold setting on various critical as well as user definable settings with the capability to automatically notify at least one pre-configured remote site provide for automatic corrective action on a
def ective modem as determined by an alarm threshold as referenced above, corrective action may be in the form of software make busy, removal from a group, removal of dial tone, etc.
5.5 CONFIGURATION SUPPORT:
The system shall allow for both local and remote configuration of chassis modems by both uploading of configuration information and v;.a individual modem control.
The system shall provide for backup of all like rack mount database systems and their associated configurations for ease of network management.
The configuration information shall be either in a format, or capable of being reformatted, to permit importation of the information into a database or spreadsheet application, i.e. dBase III, Lotus 1 3, etc.
5.6 MANUALS
For purposes of this contract, manuals are defined as installation, operational, trouble resolution and gonfiguration instructions for each device / unit delivered.
All equipment, whether S/A, R/M, chassis system, or network management related shall be delivered with a full set of manuals.
All software shall be delivered with a full set of manuals.
One full set of manuals on each piece of equipment and software shall be delivered to the NRC Project Officer upon procurement action completion or contract award.
5.7 WARRANTY
All equipment shall be provided with a minimum of 6
t
+
l j
)
?
i 1
J one year warranty by the manufacturer.
Instructions for return of warranted equipment shall be provided by the contractor at time of contract award and incorporated into the j
support services as outlined in Section C.6.3 (Maintenance Services),
i f
h
.L 1
P I
I P
t P
?
5
?
I 7
. _ _.