ML20128P263
| ML20128P263 | |
| Person / Time | |
|---|---|
| Site: | Indian Point |
| Issue date: | 10/11/1996 |
| From: | Wiggins E NRC OFFICE OF ADMINISTRATION (ADM) |
| To: | Lofy R AFFILIATION NOT ASSIGNED |
| References | |
| CON-FIN-J-2407-6, CON-NRC-03-93-036, CON-NRC-3-93-36 NUDOCS 9610170191 | |
| Download: ML20128P263 (9) | |
Text
,
M%f'ix..
05GzV
,hg [4}QEW%z
./
11 UNITED STATE 3 g
)
NUCLEAR REGULATORY COMMISSION WASHINGTON. D.C. 20665 4001 OCT 0 41996
- - Parameter 7-Inc ATTN:
Richard A. Lofy
._______.4 13380 Watertown Plank Road Elm Grove, WI 53122
SUBJECT:
TASK ORDER NO.105, ENTITLED, " INDIAN POINT 2 IPAP" UNDER CONTRACT NO. NRC-03-93-036
Dear Mr. Lofy:
~
In accordance with Section G.4, Task Order Procedures, of the subject contract, this letter definitizes Task Order No.105.
effort shall be performed in accordance with the enclosed Statement The of Work (Attachment No. 1) and the Contractor's technical proposal dated October 2, 1996.
)
Task Order No. 105 shall be in effect from the effective date through December 20, 1996 is inclusive of the $5,000.00with a cost ceiling of $123,149.51 (which 1996).
The amount of $119,860.75 verbally authorized-on October 4, represents the total estimated reimbursable costs, the amount of $ 6 represents the fixed fee, and the amount of @ represents the facility's capital cost of money.
Accounting data for Task Order No.-105 are as follows:
B&R No.:
72015111000 Job Code No.:
J-2407-6 T105 I
BOC:
252A RFPA No.:
NRC-03-93-026 dtd 10/1/96 Apprppriation No.:
31X0200.720 Obligated Amount:
$123,149.51 i
The following individual are considered to be essential to the successful. performance of the work hereunder:
Mr.
James E.
l Cummins, Mr. Robert Stakenborghs, and Mr. John L. Mallanda.
5 The Contractor agrees that such personnel shall not be removed from the effort under the task order without compliance with Contract Clause H.1, Kev Personnel.
k i
9610170191 961011 l
\\
\\V
,f
. Contract No. NRC-03-93-026 Task Order No. 105 Your contacts during the course of this task order are:
-Technical Matters:
Armando Masciantonio Project Officer (301) 415-1290 i
Contractual Matters:
John Eastman Contract Specialist (301) 415-6590 l
The issuance of this task order does not amend any terms or i
conditions of the subject contract.
Please indicate your acceptance of Task Order No. 105 by having an official, authorized to bind your organization, c.ecute three (3) i copies of this document in the space provided and return two (2) l copies to the U.S. Nuclear Regulatory Commission, ATTN:
Mr. John Eastman, Division of Contracts, T-7I2, ADM/DC/ TAB 2, Washington, D.C.
20555.
You should retain the third copy for your records.
Sincerely,
/
t
/
/
Elois J. Wiggins, acting Of ficer Technical Acquisi ion Branch No. 2 Division of Contracts Office of Administration
Enclosure:
Statement Work ACCEP D:
Tass Or e
. 105
- _ = =
h Name hes Title f0 N Date 8'
ATTACHMENT NO. 1 DOCKET NUMBER:50-247 B&R NUMBER:
720-15-11-10-00 JOB CODE: J-2407 NRC PROJECT OFFICER: Armando S. Masciantonio TECHNICAL MONITOR:
C. Anderson, Region I. (610)337-5227 PERFORMANCE PERIOD:
10/4/96 - 12/20/96 BACKGROUND An Integrated Performance Assessment Process (IPAP) will be conducted for Indian Point 2. at the plant site near New York City. NY. -The IPAP will assess i
the licensee's performance in the following areas: operations, engineering, l
maintenance, and safety assessment / correction action: andJs to be cerformed in accordance with NRC 11spection Procedure 93808.
In eWineering, contractor personnel will assess the overall programmatic effectiveness and operational performance capability of selected safety systems through an in-depth, multi-disciplinary review to verify that the systems are capable of performing their intended safety function.
In addition, contractor personnel will verify completed actions for regulatory commitments that the licensee made in conjunction with the safety systems. Review of safety systems is to be performed in accordance with NRC Inspection Procedure 93801 for a Safety System Functional Inspection (SSFI).
{
OBJECTIVE The objective of this task order is to obtain technical expertise to assist the NRC inspection team in the performance of the IPAP inspection as follows:
an engineering design generalist, either mechanical or electrical, to assist in the evaluation of the licensee *s arogram effectiveness: an electrical design specialist with some knowledge of I&C: and a mechanical design specialist. The individuals ~shall have broad knowledge of nuclear plant design and operations, and shall primaril have a design background, such as from an architect-engineer fi rm, but shall also be familiar with installation and testing and site engineering organization. The individuals shall be thoroughly familiar with NRC regulations and inspaction methodology. Also, tb shall be familiar with the regulatory process, and shall be able to develoa a list of regulatory commitments from docketed licensee correspondence for tie plant system (s) selected for review. The individuals will then be required to verify implementation of the licensee's commitments.
It shall be the responsibility of the contractor to assign technical staff.
employees, and subcontractors, who have the required educational background.
experience, or combination thereof, to meet both the technical and regulatory objectives of the work specified in this S0W.
The NRC will rely on representation made by the contractor concerning the qualifications of the personnel proposed for assignment to this task order including assurance that all information. contained in the technical and cost proposals, including resumes and conflict of interest disclosures, is accurate and truthful.
WORK RE0VIREMENTS AND SCHEDULE The work specified in this Statement of Work (S0W) falls within Section C.3 of the basic contract's S0W.
The contractor shall provide the qualified s)ecialists, and the necessary facilities, materials, and services to assist the N1C staf f in preparing for, conducting, and documenting the inspection activities and findings.
Specific tasks under this task order are:
Task Schedule Comoletion 1.
Develop a list of regulatory Inspection preparation will take commitments for the selected place the weeks of October 7-18.
plant system (s) based upon a 1996, and on October 29-30. 1996, l
review of documented information.
for the engineering design Prepare an inspection plan and generalist: and the weeks of October obtain a thorough understanding 28-November 8.
- 1996, for the of the selected system (s).
In specialists at NRC Region I offices.
- addition, the engineering generalist will provide input to a preliminary inspection repor c.
2.
Perform the inspection.
The inspection is to take ) lace on November 12-22. 1996, at t1e Indian Point 2 site.
3.
Prepare the inspection report.
Documentation of inspection will take place at the contractor's offices the week of November 25-29, 1996 (4 days) and Dec 2-6, 1996 at the NRC Region I offices.
NOTE:
Prior to the start of on-site preparation, the contractor's staff is required to be available to coordinate inspection aspects, such as travel logistics, with the Team Leader.
REPORT RE0VIREMENTS Technical Reoort At the completion of Task 1.
each contractor personnel shall provide an inspection plan to the NRC Team Leader.
In addition, the engineering design generalist'shall provide input to a preliminary inspection report to the NRC Team Leader. The format and scope of this input shall be as directed by the NRC Team Leader.
During Task 2. each contractor personnel shall 3rovide daily reports to the NRC Team Leader. The format and scope of this repor; shall be as directed by the NRC Team Leader.
{
At the completion of Task 2 (prior to the inspection team's exit meeting with the licensee), each contractor personnel shall arovide a draft inspection report i
input to the NRC Team Leader. The format anc scope shall be as cirected by the J
NRC Team Leader. Typically, this input will consist of a handwritten summary of the irmction findings.
At the completion of Task 3 the contractor shall deliver each personnel's final
)
inspection re) ort input (feeder report)'to the NRC Project Manager (original and one copy) wit 1 one hard copy and one computer diskette version (Wordperfect 5.1 or other IBM PC compatible software acceptable to the NRC Team Leader) to the NRC i
Team Leader.
The format and scope of the final report inputs shall be as directed by the NRC Team Leader.
The feeder reports will serve as documentation of the contractor personnel's inspection activities, effort, and findings, and will be used by the NRC Team Leader for the preparation of the NRC's inspection report. The form and scope of the final report input shall be as directed by the NRC Team Leader.
As a minimum, each feeder report input shall include the following:
Identity of the individuals (name, company, and title) that provided e
information to the contractor personnel specialist during the inspection, e
For each area inspected. a description of the activities and general findings and conclusions reached regarding the adequacy of the area.
l e
For each area with a concern or findings, a discussion of the concerns or 4
find'ings with technic 31 bases.
NOTE:
The contractor is not required to undertake any further efforts toward report finalization. For example, management review of the feeder report beyond its submittal to the NRC Team Leader and Project Manager is not needed.
Business Letter Reoort The contractor shall provide monthly progress reports in accordance with the requirements of the basic contract.
l MEETINGS AND TRAVEL One, one-person, 5-day trip to NRC Region I offices Tor inspection preparation (October 7-11, 1996)
One, one-person ~,~ 4-day trip to NRC Region I offices' for inspection preparation (October 15-18. 1996)
One, one-person, 2-day trip to NRC Region I offices for inspection preparation (October 29-30, 1996)
Two, two-person, 5-day trips to NRC Region I offices for inspection preparation (October 28-November 1. 1996, and November 4-8, 1996)
One, three-person,11-day trip to the plant site near New York. NY. to assist the NRC in conducting the subject inspection (November 12-22. 1996)
One, three-person, 5-day trip to NRC Region I offices for documentation of specialist's inspection activities and findings (December 2-6. 1996)
The contractor's staff shall coordinate all travel arrangements in advance with the NRC Team Leader.
ESTIMATED LEVEL OF EFFORT Number Diccioline
![qv_r_g r
Individual No.1 Engineering Generalist (Mechanical or Electrical) 302 Individual No.2 Electrical Design Specialist 292 Individual No.3 Mechanical Design Specialist 292 The estimated level ~ of effort for Individual No.1 consists of 110 hours0.00127 days <br />0.0306 hours <br />1.818783e-4 weeks <br />4.1855e-5 months <br /> for inspection preparation,110 hours0.00127 days <br />0.0306 hours <br />1.818783e-4 weeks <br />4.1855e-5 months <br /> for on-site inspection, and 82 hours9.490741e-4 days <br />0.0228 hours <br />1.35582e-4 weeks <br />3.1201e-5 months <br /> for inspection documentation. The estimated level of effort for Individuals No. 2 and 3 consists of 100 hours0.00116 days <br />0.0278 hours <br />1.653439e-4 weeks <br />3.805e-5 months <br /> for inspection preparation,110 hours0.00127 days <br />0.0306 hours <br />1.818783e-4 weeks <br />4.1855e-5 months <br /> for on-site inspection, and 82. hours for inspection documentation.
NRC FURNISHED MATERIAL Documents ' required to prepare for the inspection will be provided by the NRC Team Leader.
TECHNICAL DIRECTION The Technical Monitor for this task order is C. Anderson. The Technical Monitor may issue technical instructions from time to time during the duration of this task order. Technical instructions must be within the general statement of work stated in this task order and shall not constitute new assignments of work or changes of such nature as to justify an adjustment in cost or period of performance. The contractor shall refer to Section G.1 of the basic contract for further information and guidance on any technical directions issued under this task order.
Any modifications to the scope of work, cost or period of performance of this task order must be issued by the Contracting Officer and will be coordinated with the NRR Project Officer.
OTHER APPLICABLE INFORMATION~
The work specified in this S0W is 100% licensee fee recoverable. The contractor shall provide fee recovery information in the monthly progress reports in accordance with the requirements of the basic contract.
The contractor's personnel assigned to this task order will have to be badged for unescorted access privilege at the plant site. The contractor shall provide all documentation required for badging (as identified by the NRC Team Leader) at the plant site.
Questions concerning badging and the plant site access shall be addressed to the NRC Technical Monitor.
)
ATTACHMENT NO. 2 l
52.232-22 Limitation of Funds.
As prescribed in 32.705-2(c), insert the following clause in solicitations and contracts if an incrementally funded cost-reimbursement contract is contemplated. The 60-day period may be varied from 30 to 90 days and the 75 percent frdm 75 to 85 percent
' Task Order' or other appropriate designation may be substituted for
' Schedule' wherever that word appears in the clause.
LIMITATION OF FUNDS (APR 1984)
(a) TLe parties estimate that performance of this contract will not cost the Government more than (1) the estimated cost specified in the Schedule or, (2) if this is a cost-sharing contract, the Government's share of the estimated cost specified in the Schedule.
The Contractor agrees to use its best efforts to perform the work specified in the Schedule and all obligations under this contract within the estimated cost, which, if this is a cost-sharing contract, includes both the Government's and the Contractor's share of the cost.
(b) The Sched 21e specifies the amount presently available for payment by the Goternment and allotted to this contract, the items covered, the Gover. Ment's share of the cost if this is a cost-sharing contract, and the p'riod of performance it is estimated the allotted amount will cover. The parties contemplate that the Government will allot additional funds incrementally to the contract up to the full estimated cost to the Government specified in the Schedule, exclusive of any fee. The Contraccor agrees to perform, or have performed, work i
on the contract up to the point at which the total amount paid and payable by the Government under the contract approximates but does not exceed the total amount actually allotted by the Government to the contract.
(c) The Contractor shall notify the Contracting Officer in writing whenever it has reason to believe that the costs it expects to l
incur under this contract in the next 60 days, when added to all costs previously incurred, will exceed 75 percent of (1) the total amount so far allotted to the contract by the Government or, (2) if this is a cost-sharing contract, the amount then allotted to the contract by the Government plus the Contractor's crresponding share. The notice shall' state the estimated amount of additional funds required to continue performance for the period specified in the Schedule.
(d) Sixty days,before the end of the period specified in the Schedule, the Contractor shall notify the Contracting Officer in writing of the estimated amount of additional funds, if any, required to continue timely pe*formance under the contract or for any further period specif'ied in the Schedule or otherwise agreed upon, and when the funds will be required.
(e) If, after notification, additional funds are not allotted by the end of the period specified in the Schedule or another agreed-upon date, upon the contractor's written request the contracting Officer will terminate this contract on that date in accordance with the provisions of the Termination clause of this contract. If the contractor estimates that the funds available will allow it to continue to discharge its obligations beyond that date, it may specify a later date in its request, and the Contracting Officer may terminate this contract on that later date.
(f) Except as required by other provisions of this contract, specifically citing and stated to be an exception to this clause--
(1) The Government is not obligated to reimburse the contractor for costs incurred in excess of the total amount allotted by the Government to this contract; and (2) The Contractor is not obligated to continue performance under
l52.232-22 (continued...)
(including actions under the Termination clause of this (i) the amount then this contract or otherwise incur costs in excess of (ii) if this is a contract) allotted to the contract by the Government.or,the amount then allotted by the Government
)
until the cost-sharing contract, tha contract plus the Contractor's corresponding share, t
Contracting Officer notifies the Contractor in writing that the amoun allotted by the Government has been increased and specifi l
d by the Government to this contract.The estimated cost shall be increased to the exte (1)
(g)
(2) if this is a the amount allotted by the Government or,the amount then allotted by the Government to exceeds the cost-sharing contract, ths contract plus the Contractor's corresponding share,If this is a cost-sharing estimated cost specified in the Schedule. contract the increase shall b formula specified in the Schedule. communication, or representation in any form other (h) No notice, above, or from any person than that specified in subparagraph (f) (2) the amount allotted other than the Contracting Of ficer, shall af f ect-mee of the specified In the ab to this contract.
is not obligated to reimburse the Contractor j
by the Government for any costs in excess of the total amount allotted by the Government notice, the Government tract or to this contract whether incurred during the course of the con as a result of termination.When and to the extent that the amount allotted by the (i) is increased, any costs the Contractor Government to the contract (1) the amount incurs before the increase that are in excess of (2) if this is a previously allotted by the Government or,the amount previously allotted by the h
Government to the contract plus the Contractor's corresponding s are, cost-sharing contract, d
less shall be allowable to the same extent as if incurred afterwar, un i
d the Contracting Officer issues a termination or other not c specified evpenses. Change orders shall not be considered an authorization to i
h exceed the amount allotted by the Government specified in t eincreasing the amouf (j) unless they contain a statement
- Schedule, Nothing in this clause shall affect the right of theIf this contract is termin allotted.
(k)
Government to terminate this contract.
Contractor shall negotiate an equitable distribution of all property produced or purchased under the contract, the Government and the based upon the share of costs incurred by each.
allot sufficient funds to allow (1) If the Government does notthe contractor is entitled to a percentage of f
completion of the work,the fee specified in the Schedule equalling the percentag completion of the work contemplated by this contract.
(End of clause)l l