ML20137H402
| ML20137H402 | |
| Person / Time | |
|---|---|
| Issue date: | 03/29/1997 |
| From: | Fields J NRC OFFICE OF ADMINISTRATION (ADM) |
| To: | Laycock R External (Affiliation Not Assigned) |
| References | |
| CON-NRC-10-94-141 NUDOCS 9704020186 | |
| Download: ML20137H402 (8) | |
Text
- ._
l i
~
ItAR 2 91991 i
a TECOM Incor mrated ATTN: Mr.
SUBJECT:
MODIFICATION NO. 33 TO CONTRACT NO. NRC 10 94-141 " COMMERCIAL FACILITIES MANAGEMENT SERVICES"
Dear Mr. Laycock:
f Enclosed for your review and signature are three presigned copies of the subject document.
If you agree with the provisions contained herein, please sign two copies and return them to the address below. The third copy should be retained for your records.
U.S. Nuclear Regulatory Commission ATTN:
Ms. Joyce A. Fields Division of Contracts - Hail Stop T-7-I 2 Rockville, Maryland 20852 If you have any questions regarding the subject document, please contact me on (301) 415-6564.
Sincerely, Joyce A. Fields, Contracting Officer Technical Acquisition Branch No. 2 1
Division of Contracts Office of Administration
Enclosure:
As stated cc: Mr. Robert Barton w/ enclosure TECOM, Incorporated 11555 Rockville Pike (P3 Level)
Rockville, MD 20814 Distribution: TABNo.2 r/f, JAFields, EJWiggins, DTarner, Don Hall, hk Tim Rollins, KParrott, CKime LCooper, JLundy
.I ADM:DC:TABNp.2 JAFieldsy 3/8l/9C l
[
l 9704020186 970329
-1
-141 PDR 0,4 - 4 ipppsppy,mpp,
.. ~.
i
' "'"^ '" " '
"^
' " ^ ' "
AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT l
1 6
NRC-10-94-141
- 2. AMENDMENT / MODIFICATION NO.
- 3. EFFECTIVE DATE
- 4. REQUISITION / PURCHASE REQ. NO.
- 5. PROJECT NO.
33 ADM-94-il.1,'RPFA dtd 10/18/96
- 6. ISSUED BT CODE
- 7. ADMINISTERED BY CODEI U.S. Nuclear Regulatory Comnission Technicet Acquisition Branch No. 2 i
3 Division of Contracts 5
Washington, D.C. 20814
- 8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP code) 9A. AMENDMENT OF SOLICITATION NO.
]
TECOM, Incorporated ATTN: Mr. R. Lynn Laycock 5608 Parkerest Drive, Suite 200
- 98. DATED (SEE ITEM 11)
r j
10A. MODIFICATION OF CONTRACT / ORDER NO.
X NRC 10-94-141 4
y i
108. DATED (SEE ITEM 13) 1 CCOE l FAClllTV CODE
- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS O The above nunbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers 0 is extended, O is not extended. Offerors must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: (a) By completing items 8 and 15, effer submittea$ or (c) pies of the amendment; (b and returning -
By separate letter or te egram which includes a reference to the solicitation and amendment co By acknowledging receipt of this amendnent on each copy of the numbers. FAILUR OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change anofferalreadysubmittedlonandthisamendnent,a is received prior to the opening hour and date specified.
l such change may be made telegram or letter, provided each telegram or letter makes r$ference to the solicitat
- 12. ACCOUNTING AND APPROPRIATION DATA (!f required)
OBLIGATE S12,011.16 B&R NO. 740-15-32 20 25 JOB CODE R0125; 254A; APPROP. NO. X0200
- 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS, IT MODIFIES THE CONTRACT / ORDER NO. AS DESCRIBED IN ITEM 14.
A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) IME CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 1DA.
I
- 8. 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 43.1u3(b).
t C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF; y
FAR CLAUSE 52.243 1 aCHANGES - FIXED PRICE" Bilateral D. OTHER (Specify type of modification and authority) 4 E. IMPORTANT: Contractor C is not, @ is required to stgn this document and return 2 copies to the issuing office.
- 14. DESCRIPTION OF AMENDMENT / MODIFICATION (Organized by UCF section headings, including solicitation / contract subject matter where feasible.)
Please see the following page.
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed. remains unchanged and in fut t f orce and ef f ect.
15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
Joyce A.
Fields Contracting Officer 158. CONTRACTOR /0FFEROR 15C. DATE $1GNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED B1 (Signature of perr.on authorized to sign)
(Signature of Contracting Officer)
NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV. 10 83)
PREV 10US EDITION UNUSABLE Prescribed by GSA F AR (48 CIR) 53.243
NRC-20-94-141 Contract Modification No. 33 Page 2 of 6 The purpose of this Modification is to provide for the maintenance of the Two White Flint North (TNFN) Cafeteria cooking and refrigeration equipment and to revise the Section H.2 KEY y
i PERSONNEL.
Accordingly, the following changes are hereby made:
4 1.
Section C.2.5 OWFN AND TNFN EQUIPMENT AND SYSTEMS is revised to add a line item "v" to read as follows:
"(v) TNFN CAFETERIA COOKING AN DREFRIGERATION EQUIPMENT" 2.
Exhibit 2-C "TWO WHITE FLINT NORTH BUILDING PARTIAL EQUIPMENT INVENTORY LIST" is revised to add the attached schedule of equipment as PAGE 47 of Exhibit 2-C.
3.
Section C.2.7.1(F) (3) (d) is revised to add a line item "vi" to read as follows:
"(vi)
GSA Concessions Management Desk Guide" NOTE: A copy of the "GSA Concessions Management Desk Guide March 1994 is provided to the Contractor under this contract Modification No. 33.
4.
Section C.2.5 (k) "NRC-Owned Appliances" is revised to read as follows:
"(k) NRC-Owned Appliances (other than the TNFN cooking and refrigeration equipment listed in the schedule of equipment identified on PAGE 47 of Exhibit 2-C of this contract)"
5.
Section B.8 CONSIDERATION AND OBLIGATION--FIRM FIXED PRICE is revised to read as follows:
"The firm fixed price for Section B.3 and B.4 through B.4.2 under this contract is $8,916,172.19 ($2,058,766.64 for Base Year, $2,196,032.87 for Option Year 1,
$2,280,871.36 for Option Year 2, and $2,380,501.32 for Option Year 3).
)
l
1 NRC-10-94-141 Modification No. 33 Page 3 of 6 6.
Section B.11 CONSIDERATION AND OBLIGATION--ALL CONTRACT 4
SERVICES is modified to read as follows:
1 "The total ceiling amount for the performance of all services required under the contract for the Base Year, Option Year 1, Option Year 2 and Option Year 3 is
$18,636,456.27 (refer to Section B.7
SUMMARY
OF PRICES)."
7.
Section B. 4 PRICES FOR BASIC CONTRACT SERVICES and the TOTAL 1
FIRM FIXED PRICE for Option Years 3 and 4 are hereby revised to read as follows:
OPTION YEAR THREE, OWFN E TNFN - MARCH 22, 1997 - MARCH 21, 1998 i
Description Qty Unit Price Price 1)
Facility Management and l
Quality Control 12 Mo
$31,089.64
$373,075.68 2)
Architectural and Structural Maintenance and Repairs 12 Mo
$ 3,152.18
$ 37,826.16 3)
Custodial 12 Mo
$93,952.50
$1,127,430.00 4)
Operations and Maintenance and Repairs 12 Mo
$59,256.53
$711,078.36 4A) Operations and Maintenance and Repairs (SIMPLEX) 12 Mo
$2,606.73
$ 31,280.76 5)
Parking Facilities Management 12 Mo
$ 8,317.53
$ 99,810.36 TOTAL FIRM FIXED PRICE FOR OPTION YEAR THREE:
$2,380,501.32
= _ -
i 4
NRC-10-94-141 Contract Modification No. 33 Page 4 of 6 OPTION YEAR FOUR, OWFN & TWFN - MARCH 22, 1998 - MARCH 21, 1999 l
Description Qty Unit Price Price 1)
Facility Management and Quality Control 12 Mo
$31,150.00
$373,800.00 2)
Architectural and Structural Maintenance and Repairs 12 Mo
$ 3,16 8.77
$ 38,025.24 3)
Custodial 12 Mo
$96,768.95
$1,161,227.40 4)
Operations and Maintenance and Repairs 12 Mo
$63,398.48 760,781.76 4A) Operations and Maintenance and Repairs (SIMPLEX) 12 Mo
$ 2,606.73 31,280.76 5)
Parking Facilities Management 12 Mo
$ 8,433.26
$101,199.12 TOTAL FIRM FIXED PRICE FOR OPTION YEAR FOUR:
$2,466,313.72
- Note that the 12th month's price may need to be adjusted to assure that total price specified above is not exceeded.
The following summarizes the totel amount for each year of basic contract services:
$2,058,766.64 Total amount for Base Year:
Total amount for Option Year 1:
$2,196,032.87 Total amount for Option Year 2:
$2,280,871.36 Total amount for Option Year 3:
$2,380,501.32 Total amount for Option Year 4:
$2,466,313.72 TOTAL FIXED PRICE FOR BASIC CONTRACT SERVICES: $11,382,485.91
- Base Year Total Amount includes Phase-In/ Phase-Out Cask (s) and option for Parking Facilities Management."
l
i NRC-10-94-141
~
Contract Modification No. 33 Page 5 of 6 9.
Section B.7
SUMMARY
OF PRICES is revised to reflect changes in the suusmary of the total amount for option Years Three and Four of basic services to read as follows:
"A.
For the Base Contract Years For the OWFN Phase-In/ Phase-Out Period: $
9,111.32 l
For the TNFN Phase-In/ Phase-Out Period: $
9,111.32 For the Basic Contract Services:
$2,040,544.00 d
For the Reimbursable Contract Services: $2,350,000.00 For the Award Fee Pools 76,258.35 i
Total Price for the Base Contract Year: $4,485,024.99 4
]
B.
For Option Year One:
l i
l For the Basic Contract Services:
$2,196,032.87 For the Reimbursable Conty#6t Services: $2,350,000.00 For the Award Fee Pool 80,722.19 Total Price for the Base Contract Year: $4,626,755.06 I
I C.
For Ootion Year Two:
i For the Basic Contract Services:
$2,280,871.36 For the Reimbursable Contract Services: $2,350,000.00 For the Award Fee Pool 80,932.21 Total Price for the Base Contract Year: $ 4,711, 803. 57 i
i D.
For Ootion Year Three:
)
For the Basic Contract Services:
$2,380,501.32 For the Reimbursable Contract Services: $2,350,000.00 i
For the Award Fee Pool 82,371.33
{
Total Price for the Base Contract Year: $4,812,872.65 i
M.
For Ootion Year Four:
For the Basic Contract Services:
$2,466,313.72 s
For the Reimbursable Contract Services: $2,350,000.00 For the Award Fee Pools 83,676.63 Total Price for the Base Contract Year: $4,899,990.35 i
The total value of this contract, including all options, is:
$23,536,446.62" s
j NRC-10-94-141 Contract Modification No. 33 Page 6 of 6 10.
Section H.2 KEY PERSONNEL is revised to reflect the following individuals as Key Personnel under the contract:
Robert L.
Barton, Facility Supervisor Roy M. Waldt, Technical Supervisor Albert J.
Forst, Building Supervisor Terry Goad, Chief Engineer / Building Supervisor Melville Roy Borwn, Night Custodial Supervisor A summary of the obligations for this contract from award date through the date of this action is given below:
Total FY 94 obligation amount
$2,824,918.00 Total FY 95 obligation amount:
$6,290,106.99 Total FY 96 obligation amount:
$3,854,944.22 Total FY 97 obligation amount:
$3,462,872.65 Cumulative total of obligations:
$16,432,841.86 This modification obligates FY 97 funds in the amount of
$12,011.16 for BER No. 740-15-32-20-25; Job Code RO125; 254A; Appropriation No. XO200.
All other terms and conditions of the contract remain the same.
l l
AWAMMNT A
SCHEDULE OF EQUIPMENT rem no oTy onc=Pn0N s o w ocs rim no on osSCNm0N 1
1 CASH REGISTER MKEC/BY CWNEC N
t
- 20-QUART wxER 2
I OSPLAY CouNTEF MkEC/wlL WORK N
t SL tCER 3
s ESPRESSO MACHINE n
t WORKTABL E e
f BACK COUNTER MKEC/wlL WORK N
1 F000 PROCESSOR s
t UDERCOLMTER REFRIGERATOR 19 t
F000 CUTTER 9
i AJR SCAEEN REFRIGERA TOR MkEC/wll WORK 80 OVERSMELF 1
1 OROP JN SINK E1 QPEN NUhtlER OPEN NUMBER OPEN NUMBER at 8
8 t
TRA Y PFCK.llP MKfC/Mlll WORK l8 t
CIKF'S COUNTER O
e TRAY OSPEMR u
t REPRIGERATO9 CCNDENSER 11 t
SILVERWARE SHELF VMEC/wllWOR<
es t
MOT F000 WEll G
00EN hut ~R as OPEN hQuSER OPEN NUMGJ 87 ExMAUST VENTilATQR O
C OPEN NLNBER en 1
VENTil ATOR CONTROL CA8mEJ D
t AIR SCREEN REFRsGERA TOR ao t
FGE EXTw0LMS!UNG SYSTEM C
t Col T000 COUNTER 90*
t 20.CAh0N TILDNG KETTEE' ~
v t
COLO PAN CCMOENSED t1 s
30 GALLCW FRY PAN O
t LMSPL A Y SHELF st t
Six.BVRNER RANGE wirH SAL AMANDER C
OPIN NUMBER 93 2
COM6tNATo0N OVEN D
t CEu/ GRILL COUNTER M
OPEN NUMBER 31 1
P90TFCTOR CASE 88 OPEN NUMBER 33 t
DELICONDENSER UNIT 96 t
POT RACK D
a PL A TE OSPENSER 91 1
PCT SINK te t
TOAS TER 18 s
OSPCSER D
2 CuiTING BCARD ee t
PRE-R**E D
2 Grill COUNTER CONCENSER uwt 100 t
CVERS4LF 21 3
NOT F000 PANS 101 OPEN NUMBER D
GPEN NuuBER 103 LOT DRV STOQAGE SMELVING D
OPEN NUMBER 103 t
HAND SINK U
t BACK COUNTER WITH SthK 10s t
CLEAN OSMTABLE 11 1
EXHAUST VEkTILATOR tos 2
OSH 00LLY 13 OPEN NUMSER 106 t
TRA Y CART D
OPEN NuuBER 1c1 t
OfSH MACHtNE u
t FRYERS WITN FIL TER 8 DUMP 108 2
VENT DUCT 50tLED OSMTABLE 8 CONVEYOR.
U t
CHARBROL ER son s
D t
cR!ll sto 1
USPOSER 11 2
BACKCOUNTER 111 0
PRE-RINSE D
GPEN NUMBER 112 i
SILVER SO97tNG CART D
OPEN NUMBER 113 OPEk Nun!\\ER O
s Soup i SALA 0 BAR T14 OPEN NUMBER a
)
BOWL OSPENSER 115 1
BEVERAGE COUNTER st CUP OSPENSER 11s 2
SOOAllCE OSWNSER O
3 SOUP WEll TTI 2
CUP OSPENSER 0
t SALAD PAN CONCENSER in 2
ICED TEA OtSPENSER 0
2 SNEEZE GUARO 119 s
APCE OSPfkSER es 1
SALAD PAN un 1
ICE CREAM CASett
$1 4
PLATE OSMNSER 121 OPEN NUMBER o
1 RIZA COU4TER 133 1
BEVERAGE COUNTER O
t RZZA MAKE.UP 113 2
CUP DSPERSER D
t RZZA OvtN 1M t
COFFE URN E1 0
PIZZA OSPL AY 15 1
TOPPENG CONTAMER a
t PRQrECTOR CASE us s
SOFT SERV 2 OSPENSER D
1 EXHAUST VENTILATOR 1D 2
COEAM OSP6NSER OstN NuMOER 138 s
AAR SCREEk REFRtGERATOR
\\
D D
t HOT ENTRtt ColmTER tan 2
RedtSTER STAJC MKEC/h D
3 PL A TE OSPENSER the 4
CASM REGISTER E1 5
MOT F000 WELLS 1Es t
CO@tMENT STAND MKEC/h D
1 PROTECTOR CASE tst 4
NAPKN QSPENSER en 1
ROTISSERIE' 188 4
SJLWR OSPENSER O
t PASS-TtPU F000 WARMER us 2
REFRIGERAYE0 CChotMENT PuuP i
O OPEN NUMBER 15 OPEN MneSER ODEN NUMBER sns t
PASTA MAKER C
Q LOT EMPLOYEE LOCKERS NIKEC 181 t
3.BVRTP FLAT TOP RANGE en t
WALK-w REcRIGERA TOR / FREEZER 138 1
PASTA COOKER C
1 REFRIGERATOR COL 130 1
EXHAUST VENTnLATOR es t
REPRIGERATOR CO@ENSER 140 t
PASS-THRu REFEcIGERA TOR O
t FREEZER COL 1t1 1
ExNAUST VENTtLATOR no t
FREEZER CODENSER,
143 s
ORAM TRou H es LOT REFRIGERA TOG SMEl vtNC 143 s
SQOA SYSTEM 10 t
PREPARATION SINK un s
CC2 TAhKS MKEC/SY 11 1
OVERSHELF 145 t
ICE MAC>tNE 8 B:N it t
WASTE USPCSER 14e s
w00 ShK & GACK 73 1
PRE RINSE u
s Va u rv c m rtw m ran:
.