ML20129F401

From kanterella
Jump to navigation Jump to search
Mod 27,definitizing Task Order 14 & Increasing Contract Amount to Licensing Technical Assistance
ML20129F401
Person / Time
Issue date: 05/15/1985
From: Levick M, Wiggins E
NRC OFFICE OF ADMINISTRATION (ADM), SCIENCE APPLICATIONS INTERNATIONAL CORP. (FORMERLY
To:
Shared Package
ML20129F383 List:
References
CON-FIN-D-1025-5, CON-NRC-02-83-035, CON-NRC-2-83-35 NUDOCS 8506060764
Download: ML20129F401 (6)


Text

- AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT

1. CONT RAc t lO CODE PAGE OF PAGE L A MEctOVLvv1 /MODeF IC Alio w ho 3 L5 F EClivE DAt t 1

]

6 Twenty-Seven (27)

4. k E QuiS11 *ON/0VH C.4ASE R E Q NO NAY 151985 nns-83-035 dated 2/26/8s S. 0640,sL c 1 NO. fir ppJweber s e

6 #55Ut.0 e v s

U.S. Nuclear Regulatory Commission _ _ _ _.

7. 4.OMitvisit REO e v tit otar. res* Jtem s e CODi L_

i COD' L

.Di. vision of Contracts, AR 2223 Washington, D.C.

20555

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county Science Applications International Corporation

, Siste and 21P Code; y) 9A. AMENDMENT OF SOLICITATION NO.

P. O. Box 1303 1710 Goodridge Drive McLean, Virginia 22102

93. oATEO rsEE iTuu s si 10A.

DIFICATION OF CONT RACT/ ORDER x

NRC-02-83-035 CODE l FACILITY CODE 108. DATEO ISEE ITEM 23) 1/21/83

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATION O The.eove numbe,ed.oiicitatioe is ex.e. &d.s ret,o,te io i,em,.18. nou

- tended.

is es, ended.

O is not e..

Offers must acknowledge receipt of this amei.dment prior to the hour and date specified in the solicitati d By completing items 8 and 15.and returning -

on or as amended. by one of the following methods MENT TO BE RECEIVED AT THE PLACE DESIG' AiD FOR THE RECEIPT IN AEJECTION OF YOurt OFFER. If by vertue e umbers. FAILURE OF YOUR ACKNOWLEDG-letter, provided each telegram or letter makes refert ace to the solicitation and this amendmtnis amendment you des y teleya - o-

12. ACCOUNTING AND APPROPRIAT TON DATA (Jf reguueds ent, and is received prior to the opening hour and date spei..'fied.

B&R No.: 50-19-01-00 FIN No.:

D1025-5 (Task No. 014) OBLIGATE:

$115,252.00

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACT IT MODIFIES THE CONTRACT / ORDER NO. AS DESCRIBEO IN ITEM 1

^%'Ci"##R N"e%TM#2 """5"^""

e 5

*-*'"'""'c"^**"55" " ' " ' " ' ' ' " * * ^ " ' " ^ ' ' " ' " ' ' " '

?.THE ABOVE NUMBERED CONTRACT / ORDER 15 MOOlFIED TO REFLE C. THIS SUPPLEMENTAL AGREEMENT 15 ENTERED frdTO PUR5UANT TO AUTHORITY O Mutual agreement of the parties x

s D. OTHE R iSpecify type of modihcetson and authority)

E. IMPORTANT: Contractor is not.

is required to Sign this document and return 3

1.. DESCRIPTION OF AMENDMENT / MOO 4FICATION (O renised try UCF section heeduses i Copies to the issuing office.

, ncludins solecisorion/ contract subieet rietter where feasittle.;

The purpose of this modification is to issue fully definitized Task Order No. 014 and to increase the amount obligated under the contract by $115,252.00.

the following changes are hereby made:

Therefore, A.

Under Article V - Consideration and Payment, Section A, Estimated Cost, Fixed Fee and Obligation, paragraph 1, delete the figure "$777,755.00"

"$893,007.00" in lieu thereof.

and insert 8506060764 850515 PDR CONTR NRC-02-83-035 PDR (Continued on page 2)

- EEteot Es provided herein, all terms and Conditions of the document referenced la item 9A or 10A as heretofor lnd Lffitt.

ISA. NAME AND Ta TLE, OF 5 GNER (Type orprint; ged, remaer.s unCManged and in full force Mary L. Levick, Contracts Supervisor 16A, NAME AND TITLE OF CONTRACTING OFhCER (Type orprints

\\

Elois Wiggins, Contracting Officer 1

15A CONT RACTOR OFFEROsi

/

s bC. O AT E StGNED 16 Es. UNI STATES F AMERICA M

16C. DATE SIGP.EO BY tb WMts fanature of' person authorued to engn) g/f %.

'I (Sagnature of Qyetung Ofheerl 5/fbk$

NSN 754041152 8070 NEV4 SUS EDITION UNUSASLE 30-103 STANDARD FO W"RM 30 (REV. lo-43)

- - 1 Contract No. NRC-02-83-035 Modification No. Twenty'-Seven Page 2 of 6 B.

.In accordance with Article II entitled " Task Order," authority is hereby provided for the contractor to perform Task Order No. 014 entitled " Review of H. B. Robinson Steam Electric Plant Unit No. 2

-Dry Cask Independent Spent Fuel Storage Installation, Docket No.

72-3."

The effort required shall be performed in accordance with the contractor's proposal dated March 21, 1985, which is hereby incorporated into _the Statement of Work:

TASK DESCRIPTION (SeeAttached)

I i.

y v

o

--np

-e-y 4

e

Contract NRC-02-83-035 Modification Twenty-Seven Page 3 of 6 TASV DESCPIPTION Fnp LICENSING TECHNICAL ASSISTANCE IN THE REVIEW 0F H. 6. ROBINSON STEAM ELECTRIC PLANT UNIT NO. 2 DRY CONCRETE MODULE INDEPENDENT SPENT FUEL STORAGE INSTALLATION DOCKET NO. 72-3 F:N D1025-5

1.0 Background

Carolina Power and Light Company (CP&L) has submitted an application for a materials license, under the provisions of 10 CFR Part 72, to

- possess spent fuel and other radioactive materials associated with' spent fuel in an independent spent fuel storage installation (ISFSI). The ISFSI will be located on the H. B. Robinson Steam Electric Plant Unit No. 2

-(HBR2) site in Darlington County, South Carolina.

It will utilize a dry storage concrete module system.

The Safety Analysis Report (SAR) and Environmental Report (ER) included in CP&L's application have been accepted for docketing and provides a satisfactory framework for the initiation of the detailed review.

2.0 Work Required This task is to provide licensing technical assistance to the NRC in its review of the ISFSI SAR submitted by CP&L. The scope of the review is principally based on 10 CFR Part 72. The review is a multidisciplinEry activity culminating in written record that will clearly demonstrate the applicant's compliance and non-compliance to the requirements and criteric specified in 10 CFR Part 72.

The written material furnished by the Contractor should be suitable for inclusion in the NRC's Safety Evaluation Report and Environmental Impact Statement or Assessment.

2.1 Sta ffi ng The principal investigators represent the technical expertise provided by the Contractor and provide technical continuity during the entire review process. They should have professional credentials in the technical areas assigned to them that will qualify them as expert witresses for testifying at public. hearings.

They should have a clear understanding of the depth of review generally required by the NRC and specifically required by the type of activity proposed by the applicant for the disciplines they represent.

L__

i Contract NRC-02-83-035 Modification Twenty-Seven Page a of 6 In areas that can be best accomplished by less experienced personnel, the principal investigators may act as overseers, providing contractor quality control to task activities.

The reviewers will be responsible for a timely technical review of discrete areas within the entire review effort.

Reviews can be performed by any qualified support staff member, but may be performed by a principal investigator or even by the project manager.

The reviewers who perform the actual work shall provide detailed technical records of the methods used to evaluate all aspects of their areas of responsibility. Upon completion of an evaluation, the reviewer or responsible principal investigator will distill this record to suitable documentation for inclusion in NRC reports.

2.2 Scope The requirements of 10 CFR Part 72 will dictate the overall scope of the rev i ew.

All evaluations performed by the Contractor should be based upon fulfilling specific requirements and criteria established in Subparts E and F of 10 CFR Part 72. Within Divison 3 Regulatory Guides there are applicable methods acceptable to the NRC for implementing some 10 CFR Part 72 requirements and criteria. If adopted by the applicant these regulatory guides can be used to qualify discrete review areas.

Enclosed is a tcpical work breakdown structure for the safety-related review of a dry concrete module ISFSI.

For this task, the contractor is not responsible for the review of 4.3 Safeguards, 4.4 Ouality Assurance, 4.5 Emergency Planning and 5.0 Administration, but is responsible for all remaining areas shown on the work breakdown structure. The review of 1.0 Site will consist of assuring the range of site parameters developed and evaluated for the H3R2 site under Docket 50-261 are appropriately identified, summarized, updated and applied to the ISFSI.

It is not necessary to perform a basic reevaluation of site characteristics previously established by the Part 50 review.

The review of those portions of 3.1 Fuel Transfer that take place within the reactor facility will consist only of assuring general compatibility of the reactor facility equipment and operations with ISFSI requirements.

The scope of this task does not include any participation in a public hearing nor any additional review effort that could evolve from such participation.

Lontract NHL-Ut-83-035 Modification Twenty-Seven Page 5 of 6 2.3 Schedule The following schedule is based on estimates of time intervals to accomplish steps in the review process through the NRC documentation stage.

However, the overall schedule is dependent on the applicant's response to NRC requests for information and any outstanding concerns.

Task Start-up and Coordination Meetings 2 week Complete Requests for Additional Information 6 weeks Complete Evaluation, Identifying Outstanding Concerns 4 weeks Complete Final Evaluation 6 weeks Discrete areas within task activities should be treated on the individual reviewer level.

If a discrete area of review is satisfied by the initial submittal from the applicant, its final evaluation and documentation should be completed in the early stages of the review and should not wait for the review steps required for a more difficult area.

3.0 Task Reports Two types of reports are required; reports on discrete areas of review and monthly reports identifying the overall progress of the task.

For each discrete review area, the Contractor shall provide details of the review method, requests for information in a form suitable to transmit to the applicant, and documentation summarizing the evaluation and findings suitable to include in NRC reports. The last of these shall be submitted in draft and final form.

Monthly reports shall be submitted in accordance with the terms and and conditions of the basic contract.

4.0 Travel It is expected that there will be monthly coordination meetings between the Contractor and NRC staff throughout the duration of the task.

This should be readily accommodated because of the proximity of the Contractor's offices and NRC offices in Silver Spring, Maryland.

If during the review process an area of review requires technical discussions between the Contractor and the applicant, the Contractor may be requested to attend meetings with the applicant.

It is anticipated this could involve three meetings at NRC's offices in Silver Spring, Maryland.

Depending upon their area of responsibility, it is expected that selected reviewers will make a site visit.

5.0 NRC Furnished Materials The NRC will furnish the Contractor copies of documents docketed under Docket No. 72-3, pertinent topical reports. NDC's EIS and SED for WRR2, and appropriate portions of DPR-23 docket material.

i;~, a

- ~.

Contract No. NRC-02-83-035 Modification No. Twenty-Seven Page 6 of f-

6. 0. Contractor Organizational Conflicts of Interest In accordance with Clause 1.16, Contractor Organizational Conflicts of Interest, of the General Provisions, the contractor shall take the following actions to avoid a potential conflict of interest or the appearance thereof for the work performed under this Task Order.

For the duration of Task Order 014, SAIC shall not:

a.

Enter into any contract to provide support in the area of spent fuel storage with Carolina Power and Light; b.

Enter into any contract with a United States utility to provide-designs for use on utility reactor sites of dry spent fuel storage systems, such as casks, dry wells, or vaults, until after full disclosure has been made to the Nuclear Regulatory Commission; c.

Enter into any contract to provide assistance to United States vendors in developing or preparing topical reports on dry spent fuel storage systems for use by utilities on their reactor sites until after full disclosure has been made to the U.S. Nuclear Regulatory Commission.

7.0 Technical Direction John P. Roberts is designated the NMSS Project Manager. Technical instructions may be issued from time to time during the duration of this task. Technical instructions shall not constitute new assignments of work or changes of such nature as to justify an adjustment in cost or

. period of performance. Directions for changes in scope of work, cost.

or period of performance will be coordinated through the NMSS Project.

Officer.

8.0 Period of Performance The period of performance shall be from May 10, 1985 through December 31, 1985.

If required, a separate task order will be initiated to utilize selected reviewers from this task in public hearings associated with this licensing action.

9.0 Co_st Ceiling The cost ceiling associated with this Task Order is $115,252.00 of which

$105,736.00 represents the total estimated cost and of which $9,510.00 represents the fixed fee.

-s - v e r

--ev

+

--,.,,,,-n,,,

---w,-

,, ~ ~,

,v,--

- + - -, -

,,--,-,------w-

-,, - -