ML20059E511
| ML20059E511 | |
| Person / Time | |
|---|---|
| Issue date: | 06/19/1990 |
| From: | Hagan T, Saluja J, Stewart R NRC OFFICE OF ADMINISTRATION (ADM), SMALL BUSINESS ADMINISTRATION, VIKING SYSTEMS INTERNATIONAL |
| To: | |
| Shared Package | |
| ML20059E510 | List: |
| References | |
| CON-FIN-D-17620, CON-NRC-03-87-028, CON-NRC-3-87-28 NUDOCS 9009100221 | |
| Download: ML20059E511 (5) | |
Text
f 3, N AMENDM$N I Mt.buLn,spqvnen.u...m.w.,
.,, _ _...m.v.
n.o.,f.vacnau.c M T~ m a h a?.~<u.,,4....,
unnvrprmw W,.og-T;r.ssrecar oN uo.
4M9/90 NRR-87-028 4/18/90_
10 (To )-
n ac>m ~.s u a u, o <u v,...~.. <*-. e sa n,,, cog L h, G.,:.,~.;
e *s tc... co e cong m
U.S. Nuclear Regulatory Cortmission Of vision of Contracts & Proper-ty Management Jt!N 15 GM Washington. 0.C.
20555 Ssn.outNy;ck <gsovc.s st.oN No.-
y, L Nnue a~v oo.us os co<a esc ron me w.,,. ae.r,.sa. a..e zu.cosas PRIME:
U. 5. Small Business Administration pgg't g*Q 960 Pennsylvania Arenue, 5th Ploor
'*o^" 6 " "T " " '
Pittsburgh, Pennsylvania 15222 8 $ ^ 47 " ' " ' '" * * ' " I" Stl8:
Viking Systems International x
Npc 03 87-028/SB3-87-1-6012 2070 William Pitt Way Pittsburgh. Pennsylvania 15238
_ os t s-6'in t ins > >>
s os.
^
4-20-87 Jrs.cnuvcoot
~
coot
- 11. THIS ITLM ONLY APN.lES TO AMENOMEtJTS OF sot.tCIT ATIONS f
is e 'ea is not e.
i The eto e n,mtveed Sol;cinatio is emended as set forth in esem 84, the hout end cate specific <t or recei n
Lnons.
mo.es mesta:::
oHers musi actr+4 eor receici of shis emeadment orkw to the hout sad due erw f.ed an the so 118^t"d"c'8 7 tith tott of the OHer (celes of the omendtnent. (b) Dy ackoonteds.0 '.eu.fst of mttf s f.'d! *.I 9 C.*
- O M AC OOWL( O *,.
8 ral^0 le) Dy completN f terns S JmJ 16. and eetutelegram rhich nCludet e reff. trice to the to8.C.tation erk!.sF CitS PRi?R TO THE woVR A mfat:Smed 1 **v SuNT.itted.' of (C) $y v04'a;t agite< or M(14f TO BC Rf C(sVf D A7 THC PL, ACE DESIGNATf D FoR THE REctIPT Or oFIN hm.sh;t.ssthtas w "4<.e w eosteieteen.c' r d i
Ifitff, Dio**d*Q LACh 'dif9/Dm O' If tis' truhtS ff.ef enre to thr' Wti itet on end this emeridrtweig, An
~
C l
IT, cCoVN t eN(. AND*AHa fe oE All0N oa T A (s/ e.e y.Pf df l
Q IHis ITEM APPLIES ONI,Y TO MODinC ATIONS OF CONT R AC7 5/OADE 45 DED in iT E P.' u iT MOOlhES THE CONTHACT/OnOER NO. AS OESCA:
7.' M *E
- t ( M.
i Ga *vmN t t o. (.5 peg./r o.shonis s f *.(' CHANGt $ vil + 0 6I1
- sN. t g.i 14
& e5 N i t t'S5vt D A. I a f 4EO E O d.> t u t c A.
~. ~
3,3 T hac t Oa ;t e No.
e u. '. a* *.. r u h t e r/%.
f ivt C u4 NC * > ro.r ft. TMt Atovt NUMDt' 84C D con f A ACT/onoCR e5 Moo *P 8E o TO Af rL EC T T H( AO r a As4 4 3.goygsg.
e sN If E.M la,s'vaSUAN1 TO TH( AUTHO Att Y o oppropi44e4 #ete. ats.) SC T F 0817 94 c r~.aimaML*aht. AGNE LMLNT'@h te(Q $NTO EIiE5(T4N r to Av7HoHo Y o* s Cl a use 5 Indirect Rates; Clause 16.504(b), indefinite Quar 3tity Contracts;. and._
x Subsection G.1, t,I ausb 52.243-2, Changes-Cost Reimbursement.
- o. ot nt e as
.it n ea.1 -esa.<,aro..c. <w.no
~
r O,, ooi. Q.s,co ;,eo c,;c, inis occemees mo,,i..o
_4.. comm >o is,,, m o,<e.
~
< u..Mit=in<.a< < i<*..eu a MPORTANT: Contra: tor ii~onc H,e uon oc mNone,, sivoo.# ocavoN to o, une er oc no.
><.a. on.. <s.o e..*.<.uuo.<w.u 1
c Modification 10 follows on Page 2 9009100221 900619 PDR CONTR NRC-03-87-028 PDC
. e e..n c : < r......;...... c. a........m.... i a,,=
~,a
...... au. i n.m, a., i ea,.... n...., c,.. m...... -<
-2,.,..
na.*auc ANo 1.e u or iSwaTiTrem o* *Et= a,n.< v.an
. w..u.
. na, uav t A.,o o n.t or 5.aNc a <7,,<, e,.,s See Sigraturc, " age
. :+CM C %'G 05
~
See Signature Page
~ ' ' " ~
j s'K. DAtt 5 GNLT 4 44.. UN I t' D 5'IIII'38'T TrII'It8 1
l'*S. CON T 4 Acto 4;9f * ( noa l
~
854:,.*.-.**-.&
1e,
.*H..*
~~~ ~5.e.:r.;e'VoI~IE in5*'a t....e e ' * ~~
~
$ t i.'.Dt.it D 8 (18'M M 6
- h V.
3 t4
.,
- h* 9 * * <r Ho g. c..,t u o i 30 l '.,
80 7 64. C :isS* 3 J 't.
ACvooVSLosteoN vNV$At%4 DUPLICATE ORIGINAL l
w w
e Contract NRC-03-87-028 SB3-87-1-6012 Modification 10 Page 2 of 5 This modificatun is to extend the period of performance of the basic contract through A.nril 19, 1992 and to increase the contract ceiling by
$526,710.00 f rom $74,290.00 to $1,300,000.00. Additionally, this modification provides for revision of the basic contract to require obilgation of funds on each individual task order rather than the contract.
Accordingly, the contract is revised as follows:
i.
1.
Under Section B.1, Brief Description of Wori,, paragraph b,' the la'st sentence is revised to read as follows:
"The contractor shall perform when and if ordered, services specified I
in individual task orders placed during the life of this contract up to
.and including a total cumulative amount of $1,300,000.00."
2.
Section B.2, Consideration and Obligation; is revised to increase the contract ceiling amount by $526,710.00 from $773,290.00 to
$1,300,000,00 and to obligate the money on a task order basis.
Therefore, SectiorL. P. Consideration and Obligation is revised to B
read as follows:
"a. The Maximum Ordering Limitation (MOL) for products and services ordered, delivered and accepted.under this contract is 1,300,000.00.
The Contracting Officer may place orders with the contractor during the contract period provided the aggregate amount of such orders does not exceed the MOL.
b.
Notwithstanding paragraph (a) above, the Contractor shall honor any order exceeding the MOL in paragraph (a) above, unless that order (s) is returned to the Contracting Officer within 10 days af ter issuance, with written notice stating the Contractor's intent not to accept the order and the reasons. Upon receiving this notico, the Government may acquire the supplies or services from another source.
i f-In lo.
r 1
o
Contract NRC-03-87-028 SB3-87-1-6012 Modification 10 Page 3 of 5 The guaranteed minimum obligated by the Government under this c.
contract if $768,678.15, which represents the total amount obligated on task orders 1 through 10 listed below. Effective with Task Order 11, the Contracting Officer will obligate funds on each task order issued.
Task Order Task Order Task Order Number Ctiling Obligation 1
$101,219.00
$101,219.00 2
32,583.00 32,583.00' 3
90,178.00 90,178.00 5
299,890.00 299,890.00 6
90,558,20 90.558.20 8
17,258.00 17,258.00 9
0,840.00 9,840.00 10 127 151.95 127.151.95 TOTAL
$N8,678.15
$768,678.15
~
l
- Task Order 4 and 7 were concelled.
I d.
A total estimated cost as well as any fee,-if any, will be negotiated for each task order and will be incorporated as a ceiling in the resultant task order.
The Contractor shall-comply with the provisions of 52.232 1. imitation of Cost for fully funded task orders and 52.232 Limitation of Funds for incrementally funded task orders, issued hereunder."
Under Section F.5, Duration of Contract Period, is deleted it its t
3.
]
entirety and the following paragraph is substituted in lieu thereof:
"The ordering period for this contract shall commence on the 4/20/87 I
and will expire on 4/19/92. Any orders issued during this period shall l
be' completed within the time specified in the order, unless etherwise j
specified herein.
(See 52.216 Ordering (APR1984)."
k J
w(,
Contract NRC-03-87-028 SB3-87-1-6012 Modification 10 Page 4 of 5 52.216-18, Under section I, contract Clauses, FAR Clause No.
Ordering.(APR 1984), paragraph (a) is revised to convert the end 4.
~
date for placing orders from 36 months to April 19, 1992.
Therefore, the last sentence is revised to read as follovs:
"Such orders may be issued from the effective date of contract through April 19,1992.
Under Section G, Contract Administration _ Data, Subsection G.l(a),
i 5.
Indirect Rates, is revised to-read as follows:
"G.1 Indirect Rates Pending the establishment of final indirect rates which shall be negotiated based on audit of actual costs, the contractor shall be a.
l.
reimbursed for allowable indirect costs as follows:
Applicable Rate.
Cost Base Period Categy 4/13/87 - 4/12/89 Overhead 77.5%
Direct Labor 4/13/87 - 4/12/89 G&A 47.5%
Direct Labor 4/13/89 - 4/12/92 Overhead 80 %
Direct Labor 4/13/89 - 4/12/92 G&A 50 %
Direct Labor l'
As a result of the above changes, the tern,2 and conditions of Task Order 1
Hos. 1, 2, 3, 5, 6, 8, 9, and 10 remain unchanged.
o 1
,l.
l l
o l
d N
?! -
1 1
y
'-- ~ ___
o>
0,,0 Contract NRC-C3-87-028 SB3-87-1-6012 i
Modificat1on 10 i
Page 5 of S l
TRIPARTITE AGREEMENT s
Signature Page SUBCONTRACTOR:
VIKING SYSTEMS INTERNATIONAL d[lF/9 Mob
[4 Date:
sy:
Q Name:
T A d-E S A L 4 T A fYuddcaik'-
Title:
PRIME CONTRACTOR:
U. S. SMAll. RUSINESS ADMINISTRATION By:
4;rf.48
[>-
Datc:
,df- //_
-/
Name R*0TA i. D
> T E VITlt T
Title:
C.O.N T R A C T I N G O F fil C E10 PROCURING OFFICE:
U. S. NUC EAfr1((5D T RY OMMISSION 08
((/
/
By:
f tr /3 Date:
Name:-
_ imothyF.(Haqan
~
T
Title:
Contractina Officer i
!a n'[
\\'
e a
ii t0 g