ML20129D557
| ML20129D557 | |
| Person / Time | |
|---|---|
| Issue date: | 10/23/1996 |
| From: | Meehan B NRC OFFICE OF ADMINISTRATION (ADM), SOUTHWEST RESEARCH INSTITUTE |
| To: | |
| References | |
| CON-FIN-D-1035, CON-NRC-02-93-005, CON-NRC-2-93-5 NUDOCS 9610250073 | |
| Download: ML20129D557 (7) | |
Text
--
-. - -- ~..
a,.
'heh fHsGN AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT
' "'"^ # ' '
"^$' l' '*['8 '
FFS# 5097R008
- 2. AMENDMENT / MODIFICATION No.
- 3. EFFECTIVE DATE
- 4. REQUISITION / PURCHASE REQ. No.
- 5. PROJECT No.
95 10/23/96 RFPA NMS-93-005 10/22/96 (If applicable) g
- 6. ISSUED BY CODE
- 7. ADMINISTERED BY CODE I U. S. Nuclear Regulatory Connission (If other tha'n item 6)
Division of Contracts, M/S T-712 Washington, DC 20555 1
J
- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP code) 9A. AMENDMENT OF SOLICI ATION NO.
Southwest Research Institute 6220 Culebra Road Post Office Drawer 28510 9B. DATED (SEE ITEM 11)
San Antonio, Texas 78228-0510 Wesley C. Patrick, President, CNWRA 10A. MODIFICATION OF CONTRACT / ORDER No.
l (210) 522-5158 x
TIN # 74-1070544 NRC-02 93-005 i
108. DATED (SEE ITEM 13)
CODE I FACillTY CODE
- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS O The above rubered solicitation is amended as set forth in Item 14.
O is not extended.
The hour and date specified for receipt of
{
Offers O is extended, licitation or as amendedOf ferors must acknowledge receipt of this amenchent prior to the hour an date speelfled in the so by one of the following methods: (a) By completing items 8 and 15, tnd returning copies of the amenchent! (b By acknowledging receipt of this amendment on each copy of the 1
offer submittea or (c) By separate letter or te e ram which includes a reference to the solicitation and amendment numbers.FAILURdOFYOURACKNuwLEDGMENTTOBERECEfVEDATTHEPLACEDESIGNATEDFORTHERECEI HOUR AND DATE SPECIFIED MAY RESULT IM REJECTION OF YOUR OFFER. If by virtue of this amenctnent you desire to change cn offer already submitted lon and this amendment, and is received prior to the opening hour and date 1
rsference to the solicitat 1
- 12. ACCOUNTING AND APPROPRIATION DATA (!f required)
B&R # 75015251005 JC# D1035 BOC#252a Appn. No. 31x0200 obligate: $6,703,000
- 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS, IT MODIFIES THE CONTRACT / ORDER NO. AS DESCRIBED IN ITEM 14.
1 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.
52.243-2 Changes Cost Reimbursement B. THE ABOVE NUMBERED CONTRACT / ORDER IS MODIFIED 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).
X C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER (Specify type of modification and authority)
E. IMPORTANT: Contractor O is not, O is required to sign this document and return copies to the issuing office.
- 14. DESCRIPTION OF AMENDMENT /MOOlFICATION (Organized by UCF section headings, including solicitation / contract subject matters here feasible.)
Please see attached pages, vI IWY Except as provided herein chrnged, remains unchanged, and in full force and effect.all terms and conditions of the document referenced in Item 9A or 10A, as heretofor 15A. NAME AND TITLE OF SIGND1 (Type or print) i6A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
Barbara D. Meehan 152. CONTRACTOR / OFFER 0R 15C. DATE SIGNED 16 NIT STATES OF MER 16C. DATE SIGNED NM2 /2 )
ie A lh (Signature of person authorized to sign)
' BignaturTe of"Contracti5g bf ficer[
{f h N
NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV.10-83)
PREVIOUS EDITION UNUSABLE Prescribed by GSA FAR (48 CFR) 53.243 9610250073 961023 PDR CONTR NRC-02-93-OO5 PDR
o.
Description of Changes Incorporated by Modification No. 95 to NRC-02-93-005 Page 2 The_purpos.e_of_thi.ditional $3.000.000s. modification is to_. obligate $6,703.000 in to authorize an ad and to revise Section H.27 entitled
" Government Furnished Equipment / Property".
Accordingly, the following changes are made:
Revise Section B.2.8.b and d to increase the amount obligated in Job Code D1035 by $6.703.000 as shown on the attached page 4.
Revise Section B.2.B.e to increase the amount authorized in Job Code D1035 by $3.000.000 as shown on the attached page 5.
Revise Section H.27 to delete a router in Crystal City and replace it with a router in Rockville as shown on the attached page 48.
All other terms and conditions of this contract, including the ceiling amount for the renewal period of $89.898.141.00, remain the same.
e r
.r W
t
-*P- - - "
Description of Changes Incorporated by Modification No. 95 to NRC-02-93-005 Page 3 A summary of obligations for the renewal period of this contract is given
_ below:
]
Job Code D1035 (HLW) 1 Total FY92 obligation amount $1,640.300 Total FY93 obligation amount $8.025.000 Total FY94 obligation amount $9.373.700 Total FY94 deobligation amount $56.000 Total FY95 obligation amount $9.933.000 Total FY96 obligation amount $9.550.400 Total FY96 deobligation amount $25,000 Total FY97 obligation amount $6.703.000 Cumulative Total of NRC Obligations for JC 1035 $45.144.400.
Job Code L1590 (LSS)
Total FY92 obligation amount $50.000.
i Total FY93 deobligation amount $55.259.71.
)
Cumulative Total of NRC Obligations for JC L1590 $50,000.
Cumulative Total of NRC Deobligations for JC L1590 $55.259.71 (Note that since this exceeds the amount obligated for the renewal period, funds in the amount of $5.259.71 will be deobligated from furds obligated in the first i
five year period of the contract.)
Job Code L1793 (WSS)
Totai FY93 obligation amount $60.000.
Total FY95 obligation amount $242.000.
Total FY96 obligation amount $125.000.
Total FY97 obligation amount $40,000.
Cumulative Total _of NRC Obligations for JC L1793 $467.000.
Job Code B6666 (Research)
Total FY93 obligation amount $4.983.000 Total FY94 obligation amount $5.733.000 Total FY95 obligation amount $5.795.000 Cumulati.ve Total of NRC Obligations for JC B6666 $16.511.000.
Job Code L2516 (MRS)
-Total FY96 deobligation amount $35.771.68 Cumulative Total of NRC Obligations for JC2516 $0 Cumulative Total of NRC Deobligations for JC2516 $35.771.68 (Deobligated from carryover funds from the first 5 year contract period)
Job Code D1070 (TRS)
Total FY96 deobligation amount $31.857.13 Cumulative Total of NRC Obligations for JCD1070 $0 Cumulative Total of NRC Deobligations for JCD1070 $31.857.13 (Deobligated i
from carryover funds from the first 5 year contract period) i i
i' I
Description of Changes Incorporated by Modification 95 to NRC-02-93-005 Page 4
' Job' Code J5164~(TWR)~~
~'
~~
~ ~
- Total FY97 obligation amount $60,000.00 Cumulative Total of NRC Obligations for J5164 $60,000.00 This modification obligates $6.703.000 in Job Code D1035.
i a
l l
l
NRC-02-93-005 Modification No. 95 Page 4 B.
October 15. 1992 - Seotember 26. 1997 The total estimated ceiling amount of this Cost-Plus-Award-Fee type a.
contract for the above mentioned perior is $89.898.141.
b.
The amount presently obligated by the Government with respect-to-
-~
this contract for this period is $62.114.771.19.
In addition, carryover funds in the amount of $2.939.101.64 are available for use in this renewal period as indicated below.
The award fee pool will be as stated in the AFDP. The plan will reflect the actual award fee pool based on cumulative estimated costs for performance of approved Operations / Project Plans.
The applicable base fee percentage is also described in the AFDP.
c.
Evaluation of the award fee earned will be accom)lished in accordance with the then current AFDP. see Attac1 ment 11.
Neither the determination as to the amount of fee 7"ailable during a given period, the amount of award fee earned, nor the determination of the criteria under which the subject award fee will be made. shall be subject to FAR Subpart 52.233-1. entitled " Disputes."
d.
Total funds currently obligated by Job Code (JC) are as follows:
High-Level Waste Licensing Support System Job Code:
D1035 Job Code:
L1590 New Funds:
$ 45.225.400.00 New Funds:
$ 50.000.00 Carryover:
1.439.917.55 Carryover:
18.908.35 Deobligation:
81.000.00 Deobligation: 55.259.71 Total:
46.584.317.55 Total:
13.648.64 Transportation Waste Solidification Systems Job Code:
D1070 Job Code:
L1793 New Funds:
$0 New Funds:
$ 467.000.00 Carryover:
31.857.13 Carryover:
175.391.87 Deobli 31.857.13 Total!gation:
O Total:
642.391.87 Research Monitored Retrievable Storage
- Job Code:
B6666 Job Code:
L2516 New Funds:
$ 16.511.000.00 New Funds:
$ 0 Carryover:
1.216.795.36 Carryover:
56.231.38 Deobligation:
35.771.68 Total:
17.727.795.36 Total:
20.459.70 Tank Waste Remediation Job Code: J5164 New Funds: $60,000.00 Carryover: $0 Total:
$60,000.00 Total New Funds Obligated for Renewal Period:
$ 62.313 A 0 00 New Funds Deobligated During Renewal Period:
198.628.81 Previously Obligated Funds Deobligated During Renewal Period:
5.259 71
NRC-02-93-005 1
Modification No'. 95 Page 5-2 e.
Total amount authorized by Operations / Project Plans is as follows:
High-Level Waste Licensing Support System Job Code:
D1035 Job Code:
L1590
. --Amount -$~39;422.917.55
- Amount:
$35,900 H;
i Research Waste Solidification Systems Job Code:
B6666 Job Code:
L1793 1
Amount:
$ 15,763.975.36 Amount:
$642.391.87 Transportation Monitored Retrievable Storage Job Code: D1070 Job Code:
L2516 Amount:
$0 Amount:
$20.459.70 Tank. Waste Remediation Job Code: J5164 Amount:
$60,000.00 Total amount authorized:
$ 55,945.644.48 f.
The total award fee available: the award fee earned thus far and the evaluation period applicable thereto are as follows:
Available Award Fee Evaluation Period Award Fee Earned 11 9/27/92-4/9/93
$309.465
$259,951 12 4/10/93-9/24/93 347,645 316,673 13 9/P5/93-9/30/94 709.894 668,010.43 14 10/1/94-9/29/95 817.617 793,088 15 9/30/95-9/27/96 16 9/28/96-9/26/97 B.3 Remittance Address Southwest Research Institute P.O. Drawer 841671 San Antonio, Texas 75284-1671
~
Section C - Descriotion/Soecifications/ Work Statement C.1 Statement of Work for Ooeration of the Center for Nuclear Waste Reaulatory Analyses C.1.1 Conceot for CNWRA Suocort to NRC I
C.1.1.1 Nuclear Waste Policy Act of 1982 1
The Nuclear Waste Policy Act of 1982, as amended (NWPA) sets forth the policy of the United States with regard to the management, storage and disposal of this nation's high-level radioactive waste from commercial and defense activities. The NWPA charges the Department of Energy (DOE) as the lead Federal Agency to manage the siting, construction.
l NRC-02-93-005 Modification No. 95 Page 48 i
H.26 Contractor Acouired Government Eauioment/Prooerty (a) Ca) ital Equi) ment. The purchase of capital equipment (as defined below) ay the CNWM with funds provided under this contract (other than overhead, general and administrative expenses, and fee) requires the y
prior-written approval of the NRC Contracting Officer. Capital l
equipment is defined as any unit having an estimated useful life of more i
than two years and valued in excess of $50.000 per unit (capital equipment for NRC accounting purposes).
For the purpose of this clause, computer software is considered capital equipment..Any request to purchase capital equipment shall be identified in the Operations Plan when submitted for approval or in a se t letter to the NRC I
will be listed in this clause. proval, para e Contracting Officer. After ap any capital equipment purchased (b) Sensitive Equipment. The purchase of sensitive equipment (any of the property items listed in Attachment Number 17) by the CNWRA with l
funds provided under this contract (other than overhead, general and l
administrative expenses, and fee), regardless of dollar value, requires the prior written approval of the NRC Contracting Officer.. Any request to purchase sensitive equipment shall be identified in the Operations Plan when submitted for approval or in a separate letter to the NRC Contracting Officer. After ap will be listed in this clause. proval, any sensitive equipment purchased i
(c) In the event that, during contract performance, the contractor l
determines that the acquisition cost for the above item (s) is (are) expected to exceed the amount (s) contained in the contractor's 0)erations Plan or letter requesting approval to purchase the equipment, t1e contractor shall refer to the Limitation of Cost or Funds Clause when either is included in the contract.
(d) Only the equipment / property listed in this clause in the quantities shown, will be acquired by the contractor. Additional equipment / property as defined in (a) and (b) above may be acquired only after contracting officer approval is authorized by an amendment to this clause. The equipment / property listed in this clause is subject to the provisions of the " Government Property" clause.
H.27 Govern ~ ment Furnished Eauioment/ Property (a) The NRC will provide the contractor with the following items for use under this contract:
Item Tag No.
Quantity Location i
Router 039994 1
San Antonio. TX Router 057892 1
Rockville. MD Multiplexer 052407 1
San Antonio TX Power Supp y 052408 1
San Antonio, TX Power Supp y 052409 1
San Antonio. TX j
Power Supp y 058725 1
Rockville. MD s
j l
-