ML20129C253

From kanterella
Jump to navigation Jump to search
Mod 10 to Contract NRC-10-93-127
ML20129C253
Person / Time
Issue date: 09/30/1996
From: Hoover S, Wiggins E
NRC OFFICE OF ADMINISTRATION (ADM), OTIS ELEVATOR CO.
To:
References
CON-FIN-R-0125, CON-FIN-R-125, CON-NRC-10-93-127 NUDOCS 9610230262
Download: ML20129C253 (5)


Text

1

',,* y l*-

(0 l

""^' "'

"^

AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT

"*['S l

2. AMENOMENT/ MODIFICATION NO.
3. EFFECTIVE DATE
4. REQUISITION / PURCHASE REQ. NO.
5. PROJECT No.

(if applicable)

Ten (10)

See Block 15C ADM 93-127 dtd 8/22/96 & 8/23/96

6. ISSUED BY CODE
7. ADMINISTERED BY CODE I (If other tha6 Item 6)

U.S. Nuclear Regulatory Commission Division of Contracts U.S. Nuclear Regulatory Commission Technical Acquisition Branch No. 2 DivisionofContracts$5 T712 Washins, ton, D.C.

205 Mall Stop Tr712 Washington, DC 20555

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP code) 9A. AMENDMENT OF SOLICITATION NO.

United Technologies Oits Elevator 30 South Quaker Lane Alexandria, VA 22314

98. DATED (SEE ITEM 11)

Principal Investigator / Technical

Contact:

Mr. Stanley Hoover 10A. MODIFICATION OF CONTRACT / ORDER NO.

Telephone No.: (703) 461-3400 x

NRC-10-93-127 108. DATED (SEE ITEM 13)

CODE I FACILITY CODE

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS O The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers O is extended O is not extended. Offerors must acknowledge receipt of this amerdnent prior to the hour and dIte specified in the s,olicitation or as amended by one of the following methods: (a) By completing items 8 and 15, cnd returningof fer submitteB or (c) pies of the amenchnent; (b By acknowledging receipt of this amendment on each copy of the co By separate letter or te egram which includes a reference to the solicitation and amenchnent numbers. FAILUR$ OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEXPT OF OFFERS HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change On offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amenchnent, and is received prior to the opening hour and date specified.
12. ACCOUNTING AND APPROPRIATION DATA (If required)

APPN No.: X0200 FIN No.: R0125 B&R No.: 640 15-32-20-40 Job Code: 254A OBLIGATE: 513,274.39

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS, IT MOO!FIES THE CONTRACT / ORDER NO. AS DESCRIBED IN ITEM 14.

A. THIS CHANGE ORDER IS ISSUED PURSUANT To: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A, B. THE ABOVE NUMBERED CONTRACT / ORDER IS M00lFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

X FAR 52.243 1, CHANGES - FIXED PRICE, ALTERNATE II (APR 1984)

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor O is not, 8 la required to sign this document and return 2 copies to the issuing office.

14. DESCRIPTION OF AMENDMENT / MODIFICATION (Organized by UCF section headings, including solicitation / contract subject matter.where feasible.)

(SEE ATTACHED PAGES FOR MOD DETAILS) l Except as provided herein, all terms and conditions of the document referenced in item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF $1GNER (Type or print) 16A. hAME AND TITLE OF CONTRACTING OFFICER (Type or print)

James O.

Siegel EloisJ., Wig 8fSg i

A rea Vice Ppjesident contracting icer 1.CMTRACTOR FFEROR 15C. DATE IGNED 168. U D,5 ES OF AMEg!CA 16C. DATE SIGNED

.\\lE M b

?2 )

/jf Q Mlb A

BY Y

tTr6FiWcFro isign) 57Hffure o r

(signature Ef 'C66tr2%ng Of ficer) 7540-Dd152-8070U 30-105 ANDARD FOak 30 kREV,10 83)

S 10US EDITION UNUSABLE P escribed by GSA FAR (48 CFR) 53.243 9610230262 960930 PDR CONTR NRC.10.-93-127 PDR ev.-.

. ~. _

_,. 3 NRC-10-93-127 Modification No. Ten (10)

Page 2 of 5 The purpose of this modification is to: (1) increase the firm fixed price amount for the replacement of all six (6) elevator hall lanterns at the One White Flint North Building (OWFN) provided for in Modification No. 3 of the contract due to upgrading the hall lantern design to comply with the ADA requirement, (2) revise Subsection B.3, Schedule of Items, (3) revise Section C.1, Statement of Work to include work requirements for the purchase and installation of twelve (12) in-car stop switches, six - (6) inspection key switches and six (6) independent key switches in each of the six elevators at the OWFN l

Building, and a set of four ELSCO roller guides in Elevator #1 at l

the OWFN Building, and (4) increase the obligated and ceiling amounts of the contract by $13,274.39 due to the above within scope changes.

Accordingly, the contract is hereby modified as follows:

1.

Under Subsection B.3, SCHEDULE OF ITEMS AND PRICES, the total fixed price amount of line item no. 4 is increased by

$5,040.00 from $122,593.60 to $127,633.60.

Therefore, the amount of "$122,593.60" is DELETED and REPLACED with

"$127,633.60".

Also, under this subsection, ADD the following line items and associated prices on page 7 of 30, after (End of Clause) under PRICING OPTIONS:

" Purchase of all material, parts, and labor for twelve (12) in-car stop switches six (6) inspection key switches, and six (6) independent service key switches for all six (6) 401 Elevonic Elevators at the One White Flint North Building

$4,115.24 Purchase of all material, parts, and labor for a set of four (4) ELSCO roller guides for Elevator #1 at the One White Flint North Building

$4,119.15" 2.

Under Section C.1, STATEMENT OF WORK, DELETE subsection C.1.2.3 and SUBSTITUTE with C.1.2.1, and ADD subsections C.1.2.2 and C.1.2.3 to read as follows:

"C.1.2.1 Replacement of Elevator Hall Lanterns The Contractor shall furnish all materials, parts, and labor to replace each hall lantern for the One White Flint North 401 Elevonic elevators.

The Contractor shall furnish the government with a minimum of three lantern styles-to select from.

Each style shall be compatible

4 NRC-10-93-127 i,

Modification No. Ten (10)

Page 3 of 5 1

with the decor and finishing of the building.

At the

-- government's-opt-ionrthe-Contractor shall install the samples (replace existing lanterns) where directed in order to allow the government the opportunity to 4

evaluate the lanterns while the elevators are in j

operation.

If requested, the Contractor shall submit additional samples to the government for consideration.

NOTE:

The hall lantern to be installed shall be the sample provided as Alternate Two in the United Technologies Otis Elevator proposal dated February 19, 1996.

The Contractor shall furnishe4 a proposed plan to install the new lanterns.

When developing the plan, the Contractor shall take into consideration that the elevators shall not be taken out of service between the hours of 6:00 a.m. and 6:00 p.m.,

Monday through Friday.

The installation plan shall be developed to ensure that work which has begun must be completed to ensure that all elevators are in service by 6:00 a.m.

the following government workday.

The Contractor shall also annotate the plan to reflect the delivery schedule for each style furnished and the duration of the installation project.

Comoletion Schedule o Replacement lanterns shall be delivered by November 13, 1996.

o Installation of replacement lanterns shall be completed by January,15, 1997.

The total price for performance of all efforts described under this subsection C.1.2.1, Replacement of Elevator Hall Lanterns is $127,633.60, as set forth in Subsection B.3, item no.

4."

"C.1.2.2 Elevator In-Car Stop Switches, Inspection Key Switches and Independent Service Key Switches The Contractor shall furnish all materials, parts, and labor to install twelve (12) key operated, "in-car stop", two position key switches (two switches per elevator) to replace the existing in-car. push-pull or toggle stop

.w i

NRC-10-93-127 Modification No. Ten (10)

Page 4 of 5 switches.

The new switches shall conform to ANSI /ASME

- A17.1d-1986~ Code, Rule-210. 2v.

The new key switches shall be clearly marked "STOP" and shall indicate the stop and run positions.

The new keys shall be removable in either the stop or run position.

Contractor shall also furnish all materials, parts, and-l labor to install six (6) new inspection key switches and six (6) new independent key switches (one per elevator-).

Contractor shall replace the existing UTA and UTF switches with a UTC or UTB key switch.

l C.1.2.4 Upgrade Roller Guides in Elevator #1 l

The Contractor shall furnish all materials, parts, and labor to install a' set of four (4) ELSCO Model A roller guides with neoprene wheels on the OWFN Otis 401 Elevonic Elevator number one (#1).

Upon completion of the installation, the contractor shall test the elevator to ensure all adjustments have been performed I

t in accordance with the manufacturers specifications."

Work Reauirements I

l For the work to be completed under subsections C.1.2.3 and C.1.9.4, the Contractor shall: (1) perform all work I

after hours to prevent any disruption of service to the OWFN building occupants, (2) remove all excess i

materials from the NRC premises, and (3) obtain prior approval from the NRC Project Officer (Dennis Tarner)

, of the date the work will commence."

l 3.

Under Subcection B.7,

" TOTAL CONTRACT CEILING AND OBLIGATION", the obligated and contract ceiling amounts L

are increased by $13,274.39 from $1,591,942.93 to

$1,605,217.32.

Therefore, subsection B.7 is deleted in its entirety and substituted with the following in lieu thereof:

"The total contract amount for performance of the fixed price and time and material efforts of this contract is

$1,U05,217.32.

The total funds obligated for performance of all contract requirements is $1,605,217.32."

l l

l y

m

1

'.h'"

NRC-10-93-127 Modification No. Ten (10)

Page 5 of 5 NOTE:

The total contract amount consists of THE TOTAL FIRM FIXED-PRICE OF THE CONTRACT (Base year: $399,405.17, Option-Year One: $365,796.00, and Option Year Two: $380,424.00, totalling $1,145,625.17), THE TOTAL COST FOR TIME AND MATERIAL PRE-MAINTENANCE SERVICES ($237,224.16), THE TOTAL COST FOR REPLACEMENT OF THE OWFN ELEVATOR, LOBBY HALL LANTERNS

($127,633.60), THE TOTAL COST FOR THE INSTALLATION OF TWELVE IN-CAR STOP SWITCHES, SIX INSPECTION KEY SWITCHES, AND SIX INDEPENDENT SERVICE KEY SWITCHES ($4,115.25), THE TOTAL COST FOR THE INSTALLATION OF A SET OF FOUR ELSCO MODEL A ROLLER GUIDES IN ELEVATOR NO. 1 ($4,119.15), and the TOTAL COST FOR THE PERFORMANCE INCENTIVE BONUS (Base Year: $26,500.00, Option Year One: $30,000.00, and Option Year Two: $30,000.00, totalling $86,500.00).

All other terms and conditions remain unchanged.

A summary of obligations from the award date, through the date of this action is given below:

Total FY93 Obligation Amount:

$467,807.45 Total FY94 Obligation Amount:

$657,211.48 Total FY95 Obligation Amount:

$406,924.00 Total FY96 Obligation Amount:

$73,274.39 Cumulative Total of NRC Obligations:

$1,605,217.32 This modification obligates FY96 funds in the amount of

$13,274.39.

f

_m