ML20135J050
| ML20135J050 | |
| Person / Time | |
|---|---|
| Issue date: | 08/28/1985 |
| From: | Lovejoy J, Thompson R NRC OFFICE OF ADMINISTRATION (ADM), SMALL BUSINESS ADMINISTRATION |
| To: | |
| Shared Package | |
| ML20135J047 | List: |
| References | |
| CON-FIN-D-1327, CON-NRC-03-85-051, CON-NRC-3-85-51 NUDOCS 8509250166 | |
| Download: ML20135J050 (29) | |
Text
4
'",'jg,$,'"^,C,1,is,A, m At E O OmOf a
)
pg C
AWARD / CONTRACT c
yo, i
i c o N>. A c,,N
...No
, E.,u f..t oAu
.......T.o
~.<-Au.coet,y....u, o
NRC-03-85-051
'% #T-S.1473 RS-NRR-85-051
,,,, l o.nwto.
,,,, l
. A ow N.s u. c o, ar...,...,
U. S.
Nuclear Regulatory Comission Division of Contracts, AR-2223 Technical Contracts Branch Washington, DC 20555 T. N Aus Aa.o Aoom ass os con t a Ac T o m <m...c..t eer,.....r,. sa.N 4 Irc.4.,
. ottivtav Subcontractor:
Prime Contractor:
go,,,,,,,,,,,,
Scientech, Inc.
U.S. Small Business
,,,,co,,,,,,,,,0,,,,A,.,,,,,
875 Millican Road Administration P. O. Cox 1406 1020 Main St., Suite 290 Net Idaho Falls. ID 83401 Boise, ID 83702
..o Sueuif iNvosCE S j '" "
t
.,r., TO T ut See G.8 CODE 8 ActL STv CODg ADORES 5 564CW/N 8N n
...,c,...,0 u
.A utN, am et waot e,
- coe, U.S. Nu lear Reaylatory Cotr.i1ssion Division of and Finance, Office of Aesource Mgt.
Accountin G0hCOMAccounts, Washington,DC See F.2 Attn:
20555
)) A v T.eC a T v F O R gg.*e G oT
- t h T HAPe rusL ANo o*E N Cow *t f e.
A.. ACC ovNY SNG ANo Ap*Roeme A1. N.AT A B&R 20-19-50-54-3 FIN 01327 tousCru m i
n u S C ruo 5 i
Obligated:
80.000.00 ISAITEuNO 158 SUPPLif $/SE RvtCES 15C OUANTit y 1150 UNrt tSE UNsT PmtCE ' 1SF AMOUNT The contractor shall perform the efforts as de tailed herein ent itled
" Technical Specifications Review and Data Bank Input." The contractor's proposal dated June 1985, as rev ised by letter dated July 29,1 985, is incorporated in this cost plus f ixed fee contract by this reference.
Clause No. 52.219-11 as containe j herein appli es.
StG TOTAL AmeOUNT OF CONTRACT > $ 196,200.0?
16 TABLE OF CONTENTS V) l5E C l OE 5C a tetsON l* AGE tsi Vi l5EC l OE st miPT SON lP ACE L5' eAmt e - Twt scwt ov6s pant n - cony m Act cC Austs X
A SOLICIT ATiON/ CONT R ACT 8 0mu l
Xl 8 l CONTR ACT CL AuSES I 25 X
8 SUP' LIE 5 0m sE nveCES ANO PRICES / COSTS 2
pas t en - List ce oocuwtNTs. t.
ie.Ts As.c otur n A TT Ac X
C DESCniPTsON/5PE C5 N. ORE ST ATEut NT 2
XlJ l LIST O8 ATT ACHutNTS l 26 X
0 PACK ACING AND WAR KING
/
PART ew - 8t tpat St.wf ATs NS ANo e, elf euCT so.el X
E INSPE CTsON AND ACCE PT ANCE 7
g pgpmE SE NT AT60N5 CE mTes 6 CATIONS AND X
r Of Live miE S On af wOmuANCE 7
OTHE m ST ATEuf NTS Of On E moms X
G CONTm ACT AOuiNiSTm A T5ON DAT A
'?
L INSTm5. CONOS. ANO NOTICE S TO 08 F E mons X
N SPE CI AL CONT R ACT mE OuimE ut NTS
' 8 M
EvatuAf EON 8 ACToms FOm AwamO CO.viMACToNG O!FICEM Wtli C0er98 ETE ITIhe U OM 10 AS APPLICA08 E
@ coNTaacToas NtcoTsaTto Aoa awcNT tc p.,
s..
A=Aaose..per.
emet
. de.seen.s
...sv..-
?.
P.'.'.if.!f "" 1".**'J:".O'..".T"...-....J.*4:.'.'.. :2
- t'.f
!*.:./J.*f0"a',.*L':r"lT*.'.-
- ?
,::*.~., *.= :
:.'::: ::* ::.?:.
=.':; =:.:1*:=.~,=::.~.':.'~ :::.%'::."w.~.'::.'::::.1
- : :' =*= ~.u~'.7.. :.~;n,T'.:..p:===::T: '::::
r':. .7,',m::'.:.::=L%',7.';;;':.='l.:~.~,:::.:::::::::
='.:s':.=L~<:iv.:t.:.
'= :
.c."n,,~, =':.:t:> :,:.:::t"~~~ ~ ~~~~" ~
,s.
p.na t, itA,eAuf of CONT A ACTE,eG oFF sCa m CONTmc7;g:g [kg_
0Y Ronald D. Thonpson
/
< or coe aAcvon
, ~m.
nu cavt s,ce.co see is o si Arts or Aus nic A sec oAit K Ns4 toe N Q-lG.jf kWk 26 A
V
,~ > 1.m
~
M. >,l o. 1. o '....- i 1 0%.H n a
g
\\ *=..
.r c.
- oim,
/-
'sN,..~,......
'/
/
.TANoa..
n... ni
. 5.
ent v.ous s oif.o uNusa.LE
/
t/
...w..
cia
'*"'"c'a'"""
u-i.,,...,..,,nce in, e-m wm >
0509250166 050028 PDR CONTR NRC-03-BS-051 PDR
t
^ '
AWARD / CONTRACT 1 '",'j,C,0N,T " ^ C,T 'g,^,, " ^,T E D 0" DE
- j pg""'
5 o
,3
> c o-y A o,,~.,.., ~ c,
. m,Eo..tomi(
..Eoo...o~,
.c-..
.toom,..om, o
6 h O f 5 2 c,2 / 2 3 SEPT /#f RS-NRR-85-051 s esbeto s*
[
6 aowsNetf l a g o e v (Jt.ea.a. p.e lae= e#
l U. S. Small Business Administration U. S. Nuclear Regulatory Connission 1020 Main Street, Suite 290 Division of Contracts, AR-2223 Boise, ID 83702 Technical Contracts Branch Washington, DC 20555
- 7. hawt amo acon tat or cowi n aCT o A pee..ewee eve,, e...iry, Se.se... UP C
.e 4 othewtev Scientech Inc.
D 'o* oa'c'N Go'"'a<>'*'->
875 Milligan Road
, o.sc ov=T r o...o
., a v ut ~i P. O. Box 1406 Idaho Falls, ID 83401 Net 10 Sv8uiT aNvosCES l'1 E *-
s se e.ow.. nou er.o.
. rerwds To T ME See G.8 4
COOT s ACstaTv Coot
. aDomt s5 s*ecum iN a s s.. t c,,w a s... c a at **vwt=1 s6L et e act o w U.S. Nuclear Reavlatory Coupission Divisio 01 3.' p*p Accounting and finance, Office of liesource t.
Attn: GOV /COM Accounts, Washington, DC 2055 33 AvT oET v s on vs.nc otat a vnau rv6L A o oet= cowet te.
- a. Acc ovniisc amo a.eao.a.ai so= Da t A 8&R 20-19-50-54-3 FIN 01327 ic u s C :3osicia i
y 4 us C saicii 5 i Obligated:
80,000.00 15A sTEu hO 158 SvPPL 815/5E n v eC E 5 ISC OuANieTV 150 UNIT 1St UNIT PatCE 158 AMOUNT The contractor shall perform the efforts as de tailed herein entitled
" Technical Specifications Review and Data Bank Input." The contractor's proposal dated June 1985, as rev ised by letter dated July 29, 1 985, is incorporated in this cost plus f ixed fee contract by this reference.
Clause No. 52.219-12 as containe j herein appli es.
1sG TOTAL Annovest OF COssTm ACT > $ }Q6,20q_qq 16 TABLE OF CONTENTS V1l5EC l oE SC RIPTION lPAGE t51 vt lstC l Ot Sc airtsON lP AGt L5 past e-Tut scwtovst samt es -coNTaact cLausts X
A SOLICIT ATiON, CONT m ACT p opu
]
Xl e l CONTR ACT CL AUSEs l 25 X
0 SULif 5 om sE nvects AND PalCE 5/ COSTS 2
past sie - test o. oocvut ts t. masts as.o of t o att ac X
C ossCairtsON/58tCS /*OmK 5TATEut NT 7
XlJ l LIST O8 ATT ACHwf NTS I 28 X
o PACK AGING ANo waps tNG 7
past ow - apatst =tations awo onstmucteos.s -
X e
INSPE CTION AND ACCE PT ANCE 7
g pg PRE 5t NT Af sons Ct af st eC AT80NS AND X
r ot teve nis s on Pa ms omuANCE 7
OTHE R $T ATEutNT5 o' O"Emom5 X
c CONTR ACT AouiNisimatiON OAT A 2
L eNstms CoNos. ANo NoT:CE s To os e t pons X
w setCi At CO~Tm ACT mEevintutNTs
' 8 u
a v AtuatiO a ACToms som AwAno coninactinc orr cta wn s cowirrt ortar tr on is As Arriscast r O A-o.c a
37 X co=T eacto n s =tcot s A f r o Aa n t a a.t =t ec e.ee., e e.
as tu".".*.o? "" :?,'t.*.:: !'. :'.." *....,-...
!??"'.".T3.f.".7:':.!
!'!!l *"J f0 "/.' r ':r."!........................ ;
'L' T."J'E" "::.'#*,t:',7..;*.!" C 7
1'J."' ?.'O " 'i:7.*:,0.",*.*;'!'.".'!:P ". 7,.77 "'T.'.P'.'.7.'."J/.
Y.".'. *",'"dit*.#.'o7.?:.**.;7.?,*'.27.f t'.'
7."*.*.
" '. 7.'.'.
'.*'27477**.f.7,I::71.'A'.??,,.'.;l:'*:;**.'i l*?.7,.:*.:/'* :7.*l X.
l'.'?.**:.".'*7.'..? 0? J.
=f..:= a,:::_=:=, m ::, :, "~~ - -- -~ -
30a hAut amo T sTLE or sasnt a or,,.
p e,
som gM,,,
,,, s,* LRF PGA> T 4 < J '>'B//4404@O COMRA0T@Cy OFFICER /SBA PE 1b
,.ccast w.c
... M~a. ES,do.E.A.!'7'..i d,mM o
o p.c oart m waf.c sr 8, 4 A. A M..ca i
,.e v,.si t o s, a rt s o, A t V
u
-w e
r
+
ow-.,.
.w.,, n.
. ~... <<
or><. ' i n-ns= ts.m as -eee, 36-los sT Assoa.mo pones se sat v.. esi ema wrous t peTeo= vavsaest e..m e.
., osa eam W C,mg 33 238W e tf 8 60,18.et.f P.eirts.6 Off etl lett 6-3 6dte. tis
. ~.
(-
e NRR-85-051 Page 2 Section B - Supplies or Services and Prices / Costs
)
B.1 Brief Description of Work Entitled " Technical Specifications Review and Reactor Transient Computer Code Input" The major scope of work involves two projects.
Project I is entitled
" Evaluation of Transients and Accidents During Shutdown." This project will provide a systematic evaluation of equipment requirements in six operational modes:
(1) power operation, (2) start-up, (3) hot standby, (4) hot shutdown, (5) cold shutdown and (6) refueling as they relate to the Final Safety Evaluation Report - analytical assumptions and identify significant inconsistencies.
t Project II entitled " Computer Code Input Development" requires the contractor to investigate current NRC analytical capability for. reactor i
system transients 'in nuclear plants and upgrade this capability for BWR's.
B.2 A.
Total Estimated Cost........................3 180,000 Fixed Fee...................................$
16,200 Total Estimated Cost Plus Fixed Fee........ 5.196,200 1
B.3 Remittance Address If item 15c. of the Standard Fonn 33 has been checked, the offeror shall enter the remittance address below.
4 Name:
Not Applicable
~
j Address:
1 l
Section C - Description / Specifications / Work Statement
}
C.1 Statement of Work C.1.1.
Background
1 PROJECT 1 - EVALUATION OF TRANSIENTS AND ACCIDENTS DURING SHUTDOWN 1
A.
Background
A recent NRC staff audit evaluation of technical specifications for the McGuire NPP identified potential inconsistencies between the minimam equipment required for operation and that assumed operable in the Final Safety Analysis Report (FSAR). The plant technical 1
i
--e n...
,~,
.n
,-..-,.-.v.
f b NRR-85-051 Pag; 3 specifications were developed from the NRC Standard Technical Specifications. The review may therefore have generic implications.
The Standard Technical Specifications define reactor operations in six modes:
(1) power operation, (2) start-up, (3) hot standby, (4) hot shutdown, (5) cold shutdown and (6) refueling.
For each mode, specifications are provided for equipment which must be operating or available to operate (operable):
Equipment would generally be expected to be operable at nuclear plants even though its operability is not required by the Technical Specifications.
the Technical Specifications provide the Limiting Conditions for Operation (LCOs) with regard to plant equipment.
Generally more equipment is required for the lower numbered modes than for the higher numbered modes.
Analyses of design basis accidents within FSARs are generally performed for the power and startup modes.
These analyses are utilized as bounding cases for the shutdown modes including hot standby and refueling.
Recent reviews have shown that in some instances, equipment assumed available in the modes 1 and 2 safety analyses and ' required to be operable in modes 1 and 2, is not required to be operable in high numbered modes.
The validity of assuming modes 1 and 2 safety analyses bound the high number modes is therefore in question.
C.1.2.
Objective Starting with a typical plant designed by Westinghouse, this project will provide a systematic evaluation of equipment requirements in operational modes 3,
4, 5,
and 6 as they relate to Final Safety Evaluation Report analytical assumptions and identify significant inconsistencies.
Inconsistencies already identified by~ the NRC in audit reviews of recent plants will also be evaluated.
The reported conclusions-from this study ' may fom the basis for changes to the Standard Technical Specifications, new analytical requirements and
. future investigations for other plant designs.
C.1.3.
Scope of Work The Contractor shall provide all personnel, materials, transportation, and facilities necessary to perform the following three major tasks under Project I.
The following tasks. provide for the systematic evaluation of the Westinghouse' Standard Technical Specifications and the analytical basis as reflected in FSARs.
Although a large number of potential inconsistencies may exist, few are expected to be significant.
The Contractor should attempt to resolve as many as possible without recourse to long running computer analysis.
The Contractor shall seek frequent consultation with the NRC Project Officer in attempting to resolve issues expeditiously.
Task 1 - Systematics Search for Inconsistencies Using the Standard Technical Specification.; for Westinghouse Designed Plants NUREG-0452 and Chapter 15 of a recent plant of the RESAR. design
I NRR-85-051 Pa gr a subnit, to the NRC Prc;ect Officcr. a tabula: 1on of the easig e cssa x 1 to bE operbling and that assun.ed ' operable' in the f 5AR for each design basis event and submit tabulations of the minimum equipment required to be operating and required to be operable in NUREG-0452 for Modes 3, 4, 5 snc 6.
the equipment shall include the reactor protection instrumentation, trips and interlocks; engineered safety features actuation instrumentation, associated controls and equipment; reactor coolant equipment and decay heat removal equipment including the RHR and AFW systems and the ultimate heat sink.
These tabulations shall be compared by the Contractor to inconsistencies previously identified in NRC staff reviews of recent plants as a check for completeness.
Task 2 - Preliminary Evaluation of Inconsistencies Using scoping calculations and judgment, all inconsistencies' identified under Task I will be grouped according to their significance. The Contractor and - the NRC Project. Officer will determine if a detailed computer analysis will be requind to detemine the significance of some issues. These will be evaluates under Task 3.
Task 3 - Detailed Computer Analysis Using an advanced reactor system computer code such as RELAP-5, TRAC or a Nuclear Plant Analyzer, the safety significance of transients and accidents during shutdown shall be evaluated.
Equipment availability will be limited to the minimum permitted by the Standard Technical Specifications.
Identification of those transients and accidents requiring detailed computer analysis will be identified under Task 2 as agreed upon with the NRC Project Officer.
Task 4 - Office Letter 38 Reauirements The Contractor will provide a draft doc.imentation to the NRC Project Officer as required by Office Letter 3i for making changes to the Standard Technical Specifications for those issues identified in Tasks 1-3 above. Before submittal of the draf t documentation, the Contractor shall discuss with the NRC Project Officer those issues that are significant to include in the documentation.
PROJECT II - COMPUTER CODE INPUT DEVELOPMENT
Background
For a number of years the NRC has sponsored development of computer codes for analysis of fluid transients within the reactor system of water cooled reactors. This effort has resulted in the TRAC and RELAP-5 computer codes.
The development process resulted in a number of intermediate versions of each code being utilized by the NRC for which associated plant descriptive input decks were developed.
These decks will not run on later versior.s of the codes without modification.
The more recent versions cf TRAC and REL AP have improvenents net found in the oloer versions including increased running speed, error correction 6a ur on line interactive pictorial display called th( f.v c '. m f i c t.t
\\
( NRR-85-051 Page 5 4
Analyzer.
Since only a few Plants input decks have been developed to run on the latest code versions, the analytica.1 capability of the NRC is currently restricted.
.This is paticularly true for Boiling Water Reactors (BWRs) for which no Plant decks are currently available for use with the latest transient code versions.
One input deck is currently being developed for the Grand Gult Plant which is a BWR.
A second BWR input deck for the Dresden III Plant is partially developed.
C.1.4 Obiective Investigate current NRC ' analytical capability for reactor system transients in nuclear plants and upgrade this capability for BWRs. This effort will aid in decisions for future input deck development ind improvement, and will begin the~ maintenance of a living catalog of plant specific analytical capability to be upgraded annually.
C.I.5.
Scope of Work The Contractor shall provide all personnel, c.aterials, transportation and facilities necessary to perform the following four tasks under Project II.
These tasks describe the tabulation of current reactor transient capability available to the NRC staff and the upgrade of that capability for the Dresden III Plant.
Task I - Plant Input Deck Tabulation Submit a systematic tabulation to the NRC Project Officer, of all RETPR1, RELAP and TRAC reactor plant input decks available to the NRC staff. The tabulation shall include the plant name, code version for which the deck was developed, significant features and limitations. Significant features will include noding detail or control features to better model certain types of events. Limitations will include transients scenarios which could not be accurately modeled by the deck in its present state of development.
Task 2 - Input Deck Upgrade Estimate Evaluate the effort required to update the decks described in Task I to operability on the latest versions of TRAC and RELAP.
A written description of the modifications required as well as a manpower estimate shall be submitted to the NRC Project Officer.
Task 3 - Upgrade of Dresden III TRAC Input Upgrade the existing Dresden III TRAC input deck to include a functional balance-of-plant with control features sufficient to model plant operations.
The balance.of plant will-not include all equipment since to do so would result in excessive complexity.
Instead the scope of equipment to be modeled shall be limited to the same degre,e as that of the Brookhaven Plant Analyzer BWR model.
The Contractor shall perform quality assurance of all additions to the Dresden III input deck.
Task 4 - Benchmark Analyses Using the Dresden III TRAC deck developed under. Task 3, the Contractor shall perform analyses of the following transients using assumptions
[
I NRR-85-051 Page 6 cc.rc hter* wi n tM F54 and cor r e nr M av rsu -esule c :t: 3, of thc F5AT-a.
Increase in feedwater flow to maximum demand, b.
Load rejection with and without operation of the turbine bypass.
The Contractor shall submit a camera-ready copy of a documentation for publication describing the Dresden III input deck including reactor syster, balance-of-plant and control features.
The documentation shall include the results of the benchmark analyses under Task 4 and a discussion of the significant differences from the FSAR analyses.
C.2 Level of Effort The NRC's' estimate of the total of scientific, technical, and clerical
. effort for this project is approximately 2.4 staff-years.
This information is advisory and 'is not to be considered as the sole basis for the development of your staffing plans.
You must detail how you intend to accomplish each objective covered herein.
C.3 Meetincs and Travel Prior to any of the following trips taken during the period of perfomance under this contract, the Contractor shall obtain verbal or written approval of the flRC Project Officer. Any other trips shall reovire approval by the NRC Contracting Officer via modification to the contract.
1.
A one-day, two-person prograrc orientation neeting in Idahc Falls, Idaho.
2.
A one-day, two-person, mid-year review at the NRC facilities in Bethesda, Maryland.
C4 Government Furnished Materials 1.
The following four documents will be provided by NRC to be used as references in perfomance of Projects I and II, if requested by the Contractor.
a.
Standard Technical Specifications NUREG-0452 b.
Applicable Sections of the FSAR for a recent RESAR type plant c.
Recent NRC Staff Technical Specification evaluations d.
Block diagram of Dresden III Balance of Plant The Contractor has authorized access to the RELAP-5 and T codes via the IllEL computer system located in Idaho Falls,RAC conputer Idaho. See Section H.9.
i_
NRR-85-051 Page 7 Section D - Packaging and Marking D.1 Packaging and Marking The Contractor shall use standard consnercial packaging for all items to be delivered.
On the front of the package, the Contractor shall clearly d
identify the contract number under which the product is being provided.
Section E - Inspection and Acceptance E.1 FAR Citations 52.246-5 INSPECTION OF SERVICES--COST-REIMBURSEMENT.
(APR 1984)
(a) Definition.
" Services," as used in this clause, includes services performed, workmanship, and material furnished or used in performing services.
(b)
The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract.
Complete records of all inspection work performed by the Contractor shall be j
maintained and made available to the Government during contract perfomance and for as long afterwards as the contract requires.
(c)
The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all places and times during the tem of the contract.
The Government shall perform inspections and tests in a manner that will not unduly delay the work.
(d)
If any of the services performed do not conform with contract requirements, the Government may require the Contractor to perfom the services again in conformity with contract requirements, for no additional fee. When the defects in services cannot be correctd by reperfomance, the Government may (1) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce any fee payable under the contract to reflect the reduced value of the services performed.
(e)
It the Contractor fails to promptly perfom the services again or take the action necessary to ensure future perfomance in conformity with contract requirements, the Government may (1) by contract or otherwise, perform the services and reduce any fee payable by an amount that is equitable under the circumstances or (2) terminate the contract for default.
(Endofclause)
(R /-1909.5 1971 Nov.)
Section F - Deliveries and Perfomance F.1 Reports, Documentation and Other Deliverable End Items The Contractor shall submit all of the following reports to the Project Officer in the format 'and the amount of copies indicated.
For each report submitted, one (1) copy shall also be submitted to the NRC Contracting Officer.
i
b NRR-85-051 Page 8 Description Quantity Schedule o
Project i
- 1. Contractor shall provide 6
Within 3 months the equipment comparison after the effective charts developed under date of the Task 1.
contract.
- 2. Contractor shall provide 6
Within 7 months an interim report which after the effective discusses all significant date of the findings and documents contract.
the conclusions.
- 3. Contractor shall provide 6
Within 12 months a draft. final report.
after the effective date of the contract.
Upon receipt of the draft final report, the NRC Project Officer shall review and provide consnents (written or verbal) within fifteen (15) calendar days.
- 4. Contractor shall document 6
Within 14 months all work performed under Task 1, 2, and 3.
I camera-ready after the effective date of the Contractor shall submit a copy contract.
camera-ready copy for publication as NUREG 1 xerox copy report.
- 5. Contractor shall provide 6
Within 14 months draft documentation as after the effective required by Office Letter date of the 38 (Attachment 6) for making contract.
~
changes to the Standard Specifications for those issues which the Project Officer concludes are significant.
(See Task 4 Project I)
Project II
- 6. Contractor shall provide 6
Within 6 months the tabulation of available after the effective input decks and upgrade date of.the estimates for Task I and 2.
contract.
- 7. Contractor shall document the 6 Within 13 months benchmark analyses under after the effective Task 4 and include a.
date of the discussion of significant contract.
differences from the FSAR analyses.
l
l NRR-85-051 Pag? 9
- 8. Contractor shall provide a 6
Within 14 months draft final report on the after the effective Dresden III input deck and date of the the benchmark analyses.
contract.
Contractor shall transmit a listing of the deck.
Upon receipt of the draft final report, the NRC Project Officer shall review and provide comments (verbal or written) within 15 calendar days.
- 9. Contractor shall provide a 1 camera-ready Within 15 months camera-ready copy for copy
'after the effective publication describing the date of the Dresden III input deck, 1 xerox copy contract.
including reactor system, balance-of-plant and control features (Task 3)
F.1.2.
Monthly Business Letter Report By the 15th of each month, the Contractor shall submit six (6) copies of a brief monthly business letter report to the NRC Project Officer and one (1) copy to the NRC Contracting Officer which summarizes the work performed during the monthly reporting period.
Each report shall identify the contract title, contract number and FIN nunicer as listed in block 21 on page 1 of this contract, the reporting period, and the following items, as a minimum:
Project Status Section 1.
A listing of the efforts by tasks and project number completed during the period: milestones reached, or if missed, an explanation provided; staff hours expended; and any other events / work performed such as travel.
2.
Any problems or delays encountered or anticipated and recommendations for resolution.
3.
A summary of progress to date on all work being perfonned under this contract (this may be expressed in terms of percentage completion for the project).
4.
Plans for the next reporting period.
Financial Status Section 1.
Provide balance of total expenditures during reporting period and cummulative balance of total expenditures during contract period.
2.
Provide details of all direct and indirect costs incurred during the reporting period, by task and project number.
I NRR-85-Ob1 Pag: 10 F.2 Place of Delivery The items to be furnished hereunder shall be delivered, with all transportation charges paid by the Contractor, to:
1.
Copies to Project Officer:
U.S. Nuclear Regulatory Commission Attn: Walton'Jenson Office of Nuclear Reactor Regulation Division of Systems Integration Mail Stop: Phil-1132 Washington, D.C.
20555 2.
Copies to Contracting Officer:
U.S. Nuclear Regulatory Commission Attn: Contracting Officer Division of Contracts Mail Stop: AR-2223 Washington, D.C.
20555 F.3 Duration of Contract Period This contract shall become effective on either the date of award or the effective date as otherwise specified, and shall continue to completion thereof, within fifteen (15) months after said contract is effective.
F.4 FAR Citations 52.212-1 TIME OF DELIVERY.
(APR-1984)
(a) The Government requires delivery to be made according to the following schedule:
REQUIRED DELIVERY SCHEDULE ITEM NO.
QUANTITY WITHIN DAYS AFTER DATE OF CONTRACT (Contractor shall refer to Section F.1., " Reports, Documentation and Other Deliverable End Items.")
The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above.
Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected.
The Government reserves the right to award under either the required delivery schedule. or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above.
If the offeror proposes no other delivery schedule, the required delivery schedule above will apply.
bw%.
. ~ -
I NRR.85 051 Page 21 0FFER0R'S PROPOSED DELIVERY SCHEDULE ITEM NO.
QUANTITY WITHIN DAYS AFTER DATE OF CONTRACT (b)
Attention is directed to the Contract Award provision of tne solicitation that provides that a written award or acceptance of offer mailed or otherwise furnished to the successful offeror, results in a binding contract.
The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated.
Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the written notice of award is received from the Contracting Officer through the ordinary nails.
However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding five days for delivery of the award l
through the ordinary nails.
If, as so computed, the offered delivery date is later than the required delivery
- date, the offer will be considered nonresponsive and rejected.
(End of clause)
(R 7-104.92(b) 1974 APR)
(R1-1.3165)
(R 1-1.316-4(c))
52.212-13 STOP-WORK ORDER.-- Alternate 1 (APR 1984)
(a) The Contracting Officer may, at any time, by
.iten order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree.
The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage.
Within a period of 90 days after a stop. work order is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either--
(1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the, Termination clause of this contract or the Termination for Ccnvenience of the Government, clause of this contract.
(b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work.
The Contracting Officer shall make an equitable adjustment in the delivery schedule, the estimated cost, the fee, or a combination thereof, and the contract shall be modified, in writing, accordingly, if--
~
1 NRR-85-051 Page 12 i?
(1) The stop-work order results in an increase in the time required for, or in the Contractor's cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts a claim for the adjustment within 30 days af ter the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim asserted at any time before final payment under this contract.
(c) If a stop-work order is not canceled and the work covered by the order is terminated for the conveninece of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement.
(d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order.
(End of clause)
(AV 7-105.3 1971 APR)
Section G - Contract Administration Data G.1 Consideration Estimated Cost, Fixed Fee and Obligation 1.
It is estimated that the total cost to the Government for full perfonnance of this contract will be $196,200
, of which the sum of $
represents the estimated reimbursable costs, and of which 5 represents the fixed fee.
2.
Total funds currently available for payment and allotted to this contract are $80,000 of which 5 represents the i
l estimated reimbursable costs, and of which 5 represents
(
the fixed fee.
3.
It is estimated that the amount currently allotted will cover performance of the first two tasks of Project I and II, including interum reports which is scheduled to be completed six months from the effective date of the contract.
G.2 Overhead / General and Administrative Rates A.
Pending the establishment of final overhead rates which shall be negotiated based on audit of actual costs, the Contractor shall be reimbursed for allowable indirect costs hereunder at the provisional rate of percent of direct labor.
- s
,p
I NRR-85-051 Page 13 B.
Notwithstanding A. of this Section, said provisional overhead rates may be adjusted as appropriate durino the term of the contract upon the acceptance of such revised rates by the Contractir.3 Officer.
i G.3 Payment of Fixed Fee Payment of fixed fee shall be in accordance with paragraph (b) of clause 52.216-8 entitled " Fixed Fee" and the NRC billing instructions in Part III, Section J.
G.4 Technical Direction A.
Performance of the work under this contract shall be subject to the technical direction of the NRC Project Officer named in Section G.5 of this contract.
The term " Technical Direction" is defined to i
include the following:
I 1.
Technical direction to the Contractor which shifts work emphasis l
between areas of work or tasks, requires pursuit of certain lines of inquiry, fills in details or otherwise serves to accomplish the contractual scope of work.
2.
Providing assistance to the Contractor in the preparation of drawings, specifications or technical portions of the work description.
3.
Review and where required by the contract, approval of technical reports, drawings, specifications and technical information to be delivered by the Contractor to the Government under the contract.
B.
Technical direction must be within the general scope of work stated in the contract. The Project Officer does not have the authority to and may not issue any technical direction which:
1.
Constitutes an assignment of additional work outside the general scope of the contract.
2.
Constitutes a change as defined in the clause of the General i
Provisions, entitled " Changes."
3.
In any way causes an increase or decrease in the total estimated contract cost, the fixed fee, if any, or the time required for contract performance.
4.
Changes any of the expressed terms, conditions or specifications of the contract.
C.
ALL TECHNICAL DIRECTIONS SHALL BE ISSUED IN WRITING BY THE PROJECT OFFICER OR SHALL BE CONFIRMED BY SUCH PERSON IN WRITING WITHIN TEN l
i
_s
NRR-85-051 Page 14 (10) WORKING DA' S AFTER VERBAL ISSUANCE.
A copy of said written direction'shall ae submitted to the Contracting Officer.
}
The Contractor shall proceed promptly with the perfonnance of technical directions duly issued by the Project Officer in the 1
manner prescribed by this article ano within such person's authority under the provisions of this article.
If, in the opinion of the Contractor, any instruction or direction issued by the Project Officer is within one of the categories as defined in B(1) through (4) above, ~ the Contractor shall not proceed but shall notify the Contracting Officer in writing within five (5) working days after the receipt of any such instruction or direction and shall request the Contracting Officer to modify the contract accordingly.
Upon recef ving such notification from the Contractor, the Contracting Officar shall issue an appropriate contract nodification or advise the Contractor in writing that, in the Contracting Officer's coinion, the technical direction is within the scope of this article and does not constitute a change under the Changes Clause.
D.
Any unauthorized conunitment or direction issued by the Project Officer may resul t in an unnecessary delay in the Contractor's performance, and may even result in the Contractor expending funds for unallowable costs under the contract.
1 E.
A failure of the parties to agree upon the nature of the instruction or direction or upon the contract action to be taken with respect thereto shall be subject to the provisions of the contract clause entitled " Disputes."
G.5 Project Officer A.
The individual (s) listed in "B" below is (are) hereby designated as the Contracting Officer's authorized representative (hereinafter called Project Officer) for technical aspects of this contract.
The t
Project Officer is not authorized to al] prove or request any action which results in or could result in an 'ncrease in contract cost; or terminate, settle any claim or dis pute arising under the contract, or issue any unilateral directive w1atever.
The Project Officer is responsible for:
(1) monitoring the Contractor's technical
- progress, including surveillance and assessment of performance, and reconsnending to the Contracting Officer changes in requirements; (2) interpreting the scope of work; (3) perfonning technical evaluation as required; (4) performing 3
technical inspections and acceptances required by this contract; and (5) assisting the Contractor in the resolution of technical problems encountered during perfonnance.
Within the purview of this authority, the Project Officer is authorized to review all costs requested for reimbursement by Contractors and submit reconsnendations for approval, disapproval, or suspension for supplies / services required under the contract.
The Contracting
.=
= _ _ -.
I I
NRR-85-051 Page 15 Officer is responsible for directing or negotiating any changes in terms, conditions, or amounts cited in the contract.
For guidance from the Project Officer to the Contractor to be valid, it mast:
(1) be consistent with the description of work set forth in the contract; (2) not constitute new assignment of work or change i
to the expressed terms, conditions or specifications incorporated into this contract; (3) not constitute a basis for an extension to i
the period of perfomance or contract delivery schedule; and, as stated above, (4) not constitute a basis for any increase in the contract cost.
B.
Name and Mail Code: Walton Jensen, Phil-1132 Office Address: Nuclear Reactor Regulation Division of Systems Integration I
Washington, DC 20555 Telephone Number:
(301)492-9406 4
G.6 Travel Reimbursement The Contractor will be reimbursed for the following reasonable domestic travel costs incurred directly and specifically in the performance of this contract and accepted by the Contracting Officer:
1.
Per diem shall be reimbursed at a daily rate not to exceed $50,00.
The per diem amount is comprised of lodging expense plus $23.00 for i
neals and miscellaneous expense, the total of which shall not exceed the daily rate.
l 2.
When travel is to one of the high-rate geographical arcas as detailed in the current Federal Travel Regulations, actual subsistance costs shall be reimbursed in accordance with the current Federal Travel Regulations.
3.
The cost of travel by privately owned automobile shall be reimbursed at the rate of 20.5c per mile.
4.
The cost of travel by rented automobile shall be reimbursed on a 4
reasonable actual expense basis.
4 5.
All common carrier travel reimbursable hereunder shall be via 4
economy class rates when available.
If not available, reimbursement vouchers will be annotated that economy class accommodations were not available. First-class air travel is not authorized.
6.
Receipts are required for common carrier transportation, lodging and miscellaneous items in excess of $25.00.
1 i
)
~~g
~
\\
f' I
NRR-85-051 Page 16 G.7 Payment Due Date (a) Payments under this contract will be due 30 calendar days after the later of:
(1) The date of actual receipt of a proper invoice (original and 4 copies) to:
U.S. Nuclear Regulatory Comission Division of Accounting and Finance Office of Resource Management ATTN: GOV /COM Accounts Section Washington, D.C.
20555 or (2) The date the final deliverable product / service is accepted by the Government.
(b) For the purpose of determining the due date for payment and for no other purpose, acceptance will be deemed to occur 30 calendar days after the date of delivery of the final deliverable product / service performed in accordance with the tems of the contract.
(c) If the final product / service is rejected for failure to confom to the technical requirements of the contract, the provisions in paragraph (b) of this caluse will apply to the new delivery of the final product /seryice.
(d) The date of payment by wire transfer through the Treasury Financial Comunications System shall be considered the date payment is made for individual payments exceeding $25,000.
The date a check is issued shall be considered the date payment is made for individual payments of $25,000 or less.
G.8 Invoice Requirements Invoices shall be submitted in an original and 4 copies to:
U.S. Nuclear Regulatory Comission Division of Accounting and Finance Office of Resource Management ATTN: GOV /COM Accounts Section Washington, D.C.
20555.
To constitute a proper invoice, the invoice must include the following information and/or attached documentation:
....... u
NrR-85 051 Fa gt 17
' ' ' f.a re c ' t h tusirt c onc e rt att ir wict eMr.
(2) Contract number or other authorization for delivery of property or services.
(3) Description price and quantity of property and services actually delivered or rendered.
(4) Shipping and payment terms.
(5) Name (where practicable), title, phone number, and complete mailing address of responsible official to whom payment is to be sent.
(6) Other substantiating documentation or information as required by the contract.
G.9 Interest on Overdue Fayrents' (a) The Prompt payment Act, Public Law 97-177 (96 STAT. 85, 31 USC 1801) is applicable to payment of the e>piration invoice under this l
contract and reovires the payment of interest to Contractors on
)
overdue payments of the expiration invoice or improperly taken discounts, j
j i
(b) Determinations of interest due will be made in accordance with the provisions of the Prompt Payment Act end Office of Management and j
Budget Circular A-125, Vol. 47 Federal Register 37321, August 25, 1982. Among other considerations, OMB Circular A-125 provides that:
(1) Interest penalties are not required when payment is delayed because of a disagreement over the amount of payment or other issues concerning compliance with the terms of the contract.
(2) Whenever a proper invoice is paid af ter the due date plus 15 days, interest will be included with the payment at the interest rate applicable on the payment date.
Interest will be computed from the day after the due date through the payment date.
t (c) For purposes of this clause, an expiration invoice is defined as a claim submitted for costs incurred for perfomance through the
.t expiration date of a Cost Type contract.
j G.10 Method of Paynent (a) Payment under this contract will be made by wire trarsfer through the Treasury Financial Communications Systen for each individual payment in excess of $25,000 and by Treasury check for each individual payment of $25,000 or less.
(b) Withir. seven days af ter the effective date of the :ontract, the 4
i Centractor shall forward the following informatier, in writing to the Contracting Of ficer to facilitate wirt transfer of certract re vrett s.
In the event that the Contractor's finereirl
g'RR-85-051
-,ge 18 l
~
1 institution has access to the Federal Reserve Comnunications System, Contractor shall complete ell items except items 7 c.
In the ever.t the Contractor's financial institution dtti rot havt Federal Reserve Communications System. Contracter eccess to the shall complete all items except item 4
).
Name and address o' organization i
1 2.
Contact person and telephone number 3.
Name and address of financial institution 4
4 Financial institutions's 9-digit AEA identi'y'ng number for routing transfer of funds 5.
Telegraphic abbreviation of financial instituttor.
i 6.
Account nurtf r et your financial institutior, ycur firarcial institutiot receives electreric funds transfer mtslages i
through, if it does not have access to the Federal Reserve Communications System 1
i 7
Name and address of the correspondent financial institution your financial institution receives electronic funds transfer i
messages through, if it does not have access to the Federal Reserve Communications System j
C.
Corresperdert financial institution 9-digit ABA identifying number for routing transfer of funds 9.
Telegraphic abbreviation cf correspondent financial j
institution 10.
Signature and title of person supplying this information 1
(c) Any changes to the information furnished under paragraph (b) of this clause shall be furnished to the Contracting Officer in
- writing, it is the Contractor's responsibility to furnish these changes promptly to avoid payments to erroneous bank accounts.
i Section H - Special Contract Requirements I
]
H.1 Key Personnel (a)
The following individuals are considered to be essential to the successful performance of the work hereunder, i
Larry Ybarrondo i
e
fRRo85-051 l.
I 9e 19 1
The Contractor agrees that such personnel shall not be removed from the contract work or replaced without compliance with paragraphs (b) and (c) hereof.
(b)
If one or more of the key personnel for whatever reason becomes, or is expected to become, unavailable for work under this contract for a J
continuous period exceeding 30 work days, or is expected to devote substantially less effort to the work than indicated in the proposal or 3
i initially articipated, the Contractor shall inrediately notify the t.ontracting Officer and shall, subject to the concurrence of the Contracting Officer or his authorized representative, promptly replace such personnel with personnel of at least substantially equal ability anc qualifications.
(c) All requests for appreval of substitutions hereender must i
be in writing and provide a detailed explanation of the circumstances necessitating the proposed substitutions.
They must contain a complete l
resume for the proposed substitute, and other infomation requested by the Contracting Officer or needed by him to approve or disapprove the J
proposec substitution.
The Contracting Officer or his authorized i
representative will evaluate such requests and promptly notify the Contractor of his approval or disapproval thereof in writing.
(d)
If the Contracting Officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated or have otherwise become unavailable for the contract work is not reasonably forthcoming or that the resultant reduction of productive t
effort would be so substantial as to impair the successful completion of the contract or the service order, the contract may be teminated by the i
Contracting Officer for default or for the convenience of the 1
Government, as appropriate, or, at the discretion of the Contracting Officer if he finds the Contractor at fault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss or damage, i
i i
i l
i i
[
t 4
b
I' h NRR-85-051 Page 20 H.2 Safety, Health, and Fire Pro *.ection The Contractor shall take all reasonable precautions in the performance of the work under this contract to protect the health and safety of employees and of members of the public and to minimize danger from all hazards to life and property and shall comply with all health, safety, and fire protection regulations and requirements (including reporting requirements) of the Commission and the Department of Labor.
in the event that the Contractor fails to comply with said regulations or requirements, the Contracting Officer may, without prejudice to any other legal or contractusi rights of the Commission, issue an order stopping all or any part of the work; thereaf ter, a start order for resumption of work may be issued at the discretion of the Contracting Officer. The Contractor shall make no claim for an extension of time or for compensation or damages by reason of or in connection with such work stoppage.
H.3 Dissemination of Contract Information (0MB Clearance humber 3150-0112)
The Contractor shall not publish, permit to be published, or disseminate to the public any infomation, oral or written, concerning the work performed under this contract without the prior written consent of the Contracting Officer.
Two copies of any infomation proposed to be published or disseminated shall be submitted to the Contracting Officer.
Failure to comply with this clause shall be grounds for temination of this contract.
H.4 Private Use of Contract Infomation and Data l
Except as othemise specifically authorized by Section H., publication of contract work of this contract, or as otherwise approved by the Contracting Officer, infomation and other data developed or acquired by or furnished the Contractor in the perfomance of tnis contract, shall j
be used only in connection with the work under this contract.
H. 5 Drawings, Designs, and Specifications All drawings, sketches, designs, design data, specifications, notebooks, technical and scientific data, and all photographs, negatives, reports, findings, recomendations, data and memoranda of every description relating thereto, as well as all copies of the foregoing relating to the 4
work or any part thereto, shall be subject to inspection by the Comission at all reasonable times (for which inspection the proper facilities shall be afforded the Commission by the Contractor and its i
subcontractors), shall be the property of the Government ard may be used by the Government for any purpose whatsoever without any claim on the part of the Contractor and ' ts subcontractors and vendors for additional i
compensation and shall, subject to the right of the Contractor to retain a copy of said material for its own use, be delivered to the Government, or otherwise disposed of by the Contractor either as the Contracting Officer may from time to time direct during the arogress of the work or in any event as the Contracting Officer shall direct upon completion or termination of this contract.
The Contractor's right of retention and l
use shall be subject to the security, patent, and use of information i
provisions, if any, of this contract.
[
NRR-85-Ob1 Page 21 H6 Proprietary Data and Confidential Information In connection with the perfomance of the work under this contract, the Contractor may )be furnished, or may develop or acquire, proprietary data (trade secrets or confidential or privileged technical, business, or financial information, including Comission plans, policies, reports, financial plans, internal data protected by the Privacy Act of 1974 (P.L.93-579), or other infomation which has not been released to the public or has been detemined by the Commission to be otherwise exempt from disclosure to the public.
Contractor agrees to hold such information in confidence and not to directly or indirectly duplicate, disseminate, or disclose such information in whole or. in part to any other person or organization except as may be necessary to perform the work under this contract.
Contractor agrees to return such infomation to the Commission or otherwise dispose of it either as the Contracting Officer may from time to time direct during the progress of the work or in any event as the Contracting Officer shall' direct upon completion or termination of this contract.
Failure to comply with this clause shall be grounds for temination of this contract.
H.7 Security (0MB Clearance Number 3150-0112)
(a)
It is the Contractor's duty to safeguard Restricted Data, Fomerly Restricted Da ta, and other classified information.
The Contractor shall, in accordance with the Commission's security regulations and requirements, be responsible for safeguarding Restricted Data, Formerly Restricted Data, and other classified infomation and protecting against sabotage, espionage, loss and theft, the classified documents and i
naterial in the Contractor's possession in connection with the perfomance of work under this contract.
Except as othemise expressly provided in this contract, the Contractor shall, upon completion or termination of this contract, transmit to the Comission any classified matter in the possession of the Contractor or any person under the Contractor's control in connection with performance of this contract.
If retention by the Contractor of any classified matter is required after the completion or termination of the contract and such retention is approved by the Contracting Officer, the Contractor will complete a certificate of possession to be furnished to the Comission specifying the classified matter to be retained.
The certification shall identify the items and types or categories of matter retained, the conditions governing the retention of the matter and their period of retention, if known.
If the retention is approved by the Contracting Officer, the security provisions of the contract will continue to be applicable to the matter retained.
(b)
Regulations.
The Contractor agrees to conform to all security regulations and requirements of the Comission.
(c) Definition of Restricted Data. The tem " Restricted Data," as used in this clause, means all data concerning (1) design, manufacture, or utilization of atomic weapons; (2) the production of special nuclear material; or (3) the use of special nuclear material in the production of energy, but shall not include data declassified or removed from the L
NRR-85-051 Page 22 Restricted Data category pursuant to section 142 of the Atomic Energy Act of 1954, as amended.
(d)
Definition of Formerly Restricted Data.
The term "Fornerly Restricted Data," ~as used in this clause, means all data removed from the Restricted Data category under section 142-d. of the Atomic Energy Act of 1954, as amended.
(e)
Security Clearance Personnel.
The Contractor shall not permit any individual to have access to Restricted Data, Formerly Restricted Data, or other classified infonnation, except in accordance with the Atomic Energy Act of 1954, as amended, and the Comission's regulations or requirements applicable to the particular type or category of classified information to which access is required.
~(f)
Criminal Liabilities.
It is understood that disclosure of Restricted
- Data, Formerly Restricted
- Data, or other classified information relating to the work or services ordered hereunder to any person not entitled to receive it, or failure to safeguard any Restricted. Data, Formerly Restricted Data, or any other classified matter that may come to the Contractor or any persen under the i
Contractor's control in connection with work under this contract, may subject the Contractor, its agents, employees, or subcontractors to criminal liability under the laws of the United States.
(See the Atomic Energy Act of 1954, as amended, 42 U.S.C. 2011 et seq.; 18 U.S.C. 793 and 794; and Executive Order 11652.)
(g)
Subcontracts and Purchase Orders.
Except as otherwise authorized in writing by the Contracting Officer, the Contractor shall insert provisions similar to the foregoing in all subcontracts and purchase orders under this contract.
(h)
In performing the contract work, the Contractor. shall assign classifications to all documents, material, and equipment originated or generated by the Contractor in accordance with classification guidance by the Commission.
Every subcontract and purchase order issued hereunder involving the origination or generation of classified documents, material, or equipment shall provide that the subcontractor or supplier shall assign classifications to all such documents, material, and equipment in accordance with classification guidance furnished by the Contractor.
H.8 Contractor Organizational Conflicts of Interest (0MB Clearance Number 3150-0112)
(a) Purpose.
The primary purpose of this clause is to aid in ensuring that the Contractor:
(1) Is not placed on a conflicting role because of current or planned interest (financial, contractual, organizational, or otherwise) which relate to the work under this contract, and (2) does 4
not obtain an unfair competitive advantage over other parties by virtue of its performance of this contract.
l
=
NRR-85-051 Page 23 (b)
Scope.
The restrictions described herein shall apply to performance or participation by the Contractor as defined in 41 CFR 920-1.5402(f) in the activities covered by this clause.
(c)
Work for Others.
Notwithstanding any other provision of this contract, duri'ng the tenn of this contract, the Contractor agrees to forgo entering into consulting or other contractual ~ arrangements with any fim or organization, the result of which may give rise to a conflict of interest with respect to the work being performed under this contract.
The Contractor shalI ensure that all employees who are employed full time under this contract and employees designated as key personnel, if any, under this contract abide by the provision of this clause.
If the Contractor believes with respect to itself or any such employee that any proposed consultant or other contractual arrangement with any firm or organization may involve a potential conflict of interest, the Contractor shall obtain the written approval of the Contracting Officer prior to execution of such contractual arrangement.
(d) Disclosure after award.
(1)
The Contractor warrants that to the best of its knowledge and belief and except as otherwise set forth in this contract, it does not have any or anizational conflicts of interest, as defined in 41 CFR 20-1.5402(a.
(2)
The Contractor agrees that if after award it discovers organizational conflicts of interest with respect to this contract, it shall make an intnediate and full disclosure in writing to the Contracting Officer.
This statement shall include a description of the action which the Contractor has taken or proposes to take to avoid or mitigate such conflicts.
The NRC may, however, terminate the contract for convenience if it deems such termination to be in the best interests of the Government.
(e) Access to and use-of information.
(1)
If the Contractor in the perfonnance of this contract obtains access to information, such as NRC plans, policies, reports, studies, financial plans, internal data protected by the Privacy Act of 1974 (Pub. L.93-579), or data which has not been released to the public, the Contractor agrees not to:
(i)Use such infonnation for any private purpose until the information has been released to the public; (ii) compete for work for the Consnission based on such infonnation for a period of six (6) months after either the completion of this contract or the release of such infonnation_ to the public, whichever is first; titi) submit an unsolicited proposal to the Government based on such information until one year after the release of such infonnation to the publ.ic, or l
I NRR-85-Ob1 Page 24.
+
(iv) release the information without prior writter, approval by the Contracting Officer unless such infonnation has previously been released to the public by the NRC.
(2)
In addition, the Contractor agrees that. to the extent it receives or is given access to proprietary data, data protected by the Privacy Act of 1974 (Pub. L.93-579), or other confidsntial or privileged technical, business, or financial information under this contract, the Contractor shall treat such information in accordance with restrictions placed on use of the information.
(3)
The Contractor shall have, subject to patent and security provisions of this contract, the right to use technical data it produces under this contract for private purposes provided that all 4
requirements of this contract have been met.
j (f). Subcontracts.
Except as provided in 41 CFR 20-1.5402(h), the
- Contractor shall include this clause, including this pa ragraph, in 4
subcontracts of any tier.
The terms " cont ra c t," " Contractor," and
" Contracting Officer," shall be appropriately modified to preserve the Government's rights.
(g)
Remedies.
For breach of any of the above prescriptions.or for intentional nondisclosure or misrepresentation of any relevant interest required to be disclosed concerning this contract or for such erroneous representations as necessarily imply bad faith, the Government may terminate the contract for defaul t, disqualify the Contractor from subsequent contractua l efforts, and pursue other remedies as may be permitted by law or this contract.
(h)
Waiver.
A request for waiver under this clause shall be directed in writing through the Contracting Officer to the Executive Director for Operations (EDO) in accordance with the procedures outlined in 920-1.5411.
fi. 9 Use of INEL Computer System The Contractor will be provided access to the Idaho National Engineering Laboratory (INEL) Computer System in Idaho Falls Idaho which will be arranged and paid for by the NRC for performance under this contract.
The dollar ceil-ing for use of the INEL computer system is $30,000.00.
In the event additional usage is required, the Contractor shall obtain approval by the NRC Contracting Officer via modification to the contract.
4 i
1 l
1k
I I
NRR-85-051 Page 25 PART II - CONTRACT CLAUSES Section I - Contract Clauses 52.219-11 SPECIAL 8(a) CONTRACT CONDITIONS.
(APR1984)
The Small Business Administration (SBA) agrees to the following:
(a) To furnish the supplies or services set forth in this contract according to the specifications and the terms and conditions hereof by subcontracting with an eligible concern pursuant to the provisions of section 8(a) of the Small Business Act, as amended (15 U.S.C. 637(a)).
(b) That in the event SBA does not award a subcontract for all or a part of the work hereunder, this contract may be terminated either in whole or in part without cost to either party.
(c) Delegates to the U.S. Nuclear Regulatory Comission the responsibility for administering the subcontract to be awarded hereunder with complete authority to take any action on behalf of the Government under the terms and conditions of the subcontract; provided, however, that the U.
S.
Nuclear Regulatory Comission shall give advance notice to the SBA before it issues a final notice terminating the right of a subcontractor to proceed with further performance, either in whole or in part, under the subcontract for default or for the convenience of the Government.
(d) That payments to be made under any subcontract awarded under this contract will be made directly to the subcontractor by the U.S.
Nuclear Regulatory Comission.
(e) That the subcontractor awarded a subcontract hereunder shall have the right of appeal from decisions of the Contracting Officer cognizable under the
" Disputes" clause of said subcontract.
(Endofclause)
(AVFPR1-1.713-3(d)(1))
52.219-12 SPECIAL 8(a) SUBCONTRACT CONDITIONS.
(APR1984)
(a) The Small Business Administration (SBA) has entered into Contract No.
NRC-03-85-051 with the U.S.
Nuclear Regulatory Comission to furnish the supplies or services as described therein.
A copy of the contract is attached hereto and made a part hereof.
(b) The Scientech, Inc. hereafter referred to as the subcontractor, agrees and acknowledges as follows:
(1)Thatitwill,forappn of the requirements of Contract Ntr.yeytlipf the SBA, fulfill and perform allA M 'Ufe cons that it has read and is familiar with each and every part of the contract.
(2) That the SBA has delegated responsibility for the administration of this subcontract to the U.S.
Nuclear Regulatory Comission with complete authority to take any action on behalf of the Government under the terms and conditions of this subcontract.
(3) That it will not subcontract the perfonnance of any of the requirements of this subcontract to any lower tier subcontractor without the prior written approval of the SBA and the designated Contracting Officer of the U.S. Nuclear Regulatory Comission (c) Payments, including any progress payments under this subcontract, will be made directly to the subcontractor by the U.S. Nuclear Regulatory Comission.
(Endofclause)
(AV1-1.713-3(e)(1))
cjRR-85-051
/ age 26 l
52.252-2 CLAUSES INCORPORATED BY REFERENCE.
(APR1984)
This contract incorporates the following clauses by reference, with the same force and effect as if they were given in full text.
Upon request, the Contracting Officer will make their full text available.
I. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES Section I 52.202-1 DEFINITIONS.
(APR 1984) 52.203-1 0FFICIALS N01 TO BENEFIT.
(APR 1984)
-52.203-3 GRATUITIES 52.203-5 COVENANT AGAINST CONTINGENT FEES, (APR 1984)
-52.215-1 EXAMINATIO:10F RECORDS BY C0hPTROLLER GE;iERAL.
(APR1934) 52.215-2 AUDIT--IiEGOTI ATIO!4.
(APR1984) 52.215-22 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA.
(APR 1984) 52.215-24 SUBCONTRACTOR COST OR PRICING DATA.
52.215-31 WAIVER OF FACILITIES CAPITAL COST OF MONEY.
(APR 1984) 52.216-7 ALLOWABLE COST AND PAYMENT.
(APR1984) 52.216-8 FIXED FEE.
(APR 1984) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS.
(APR1984) 52.219-13 UTILIZATION OF WOMEN-0WNED SMALL BUSINESSES.
(APR1984) 52.220-3 UTILIZATION OF LABOR SURPLUS AREA CONCERNS.
(APR1984) 52.222-3 CONVICT LABOR.
(APR1984) 52.222-26 EQUAL OPPORTUNITY.
(APR1984) 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS (APR1984) 52.222-36 AFFIRMATIVEACTIONFORHANDICAPPEDWORKERS(APR1984) 52 223-2 CLEAN AIR AND WATEP.,
(APR1984) 52.2N-1 AUTHORIZATION AND CONSENT 52.227-2 NOTICEANDASS!$TANCE GARDING PATENT AND COPYRIGHT INFRINGEMEllT.
1 APR 14 l
b2.227-11 PATENTRIGHTS--AETENTIONBYTHECONTRACTOR(SHORTFORM).
(APR1984) 52.228-7 INSURANCE LIABILITY TO THIRD PERSONS.
(APR1984) i i
I
(
NRR-85-051 j
Pace 27 o
t 9
l 52.232-17 INTEREST.
(APR 1984) 52.232-20 LIMITATION OF COST.
(APR 1984) t i
52.232-22 LIMITATION OF FUhDS.
(APR 1984) 52.232-23 ASSIGNMENT OF CLAIMS.
(APR 1984)
J 52.233-1
- DISPUTES, (APR 1984) 52.242-1 NOTICE OF INTENT TO DISALLOW COSTS.
(APR 1984) t i
b2.242-2 PRODUCTION PROGRESS REPORTS.
(APR 1984) 52.243-2 CHANGES--COST-REIMBURSEMENT.
(APR 1984)--Alternate !.
(APR l
l 1984) 52.244-2 SUBCO:ITRACTS UtiDER COST-REIMBURSEMElli NID LETTER C0'iTRACTS I
1 i
52.244-5 COMPETITIO!; lii SUBC0!' TRACT!ilG.
(APR 1984) i 52.245-5 GOVERNMENT PROPERTY.
i j
52.2*6-25 LIMITATIO1 OF LIABIL!iY--SERVICE $.
(APP 1984) j ti2. 249-6 TERAlhAi!0N(COST-RE!MBURSEMENT).
(APR 1964) 52.249-14 EXCUSABLE DELAYS.
(APR 1984) l I
J
)
l I
I i
I I
i l
I 4
}
{
l r
I i
l I
NRR-85-061 Page 28
(
PART !!! - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS Section J - List of Attachments l
Attachment Number Title
{
l NRC Organization Chart 2
NRC Contractor Organizational Conflicts of Interest (41 CFR Part 20) 3 NRC Manual Chapter 3202 r
4 Standard Form 1411 with Instructions 5
Billing Instructions for NRC Cost-type Contracts
)
6 Office Letter 38 i
I t
I i
i I
i i
k
(
i l
l l
L
...