ML20141E401
| ML20141E401 | |
| Person / Time | |
|---|---|
| Issue date: | 05/12/1997 |
| From: | Jen J, Mace M NRC OFFICE OF ADMINISTRATION (ADM), SIMULATION, SYSTEMS & SERVICES TECHNOLOGIES CO. |
| To: | |
| References | |
| CON-NRC-26-96-265 NUDOCS 9705200431 | |
| Download: ML20141E401 (4) | |
Text
-
PMn
""'"^ ' " ' * '
"' S 5MENDMENTOFSOLICITATION/MODIFICATIONOFCONTRACT
"^j'
- 2. AMENDMLNT/ MODIFICATION NO.
- 3. EFFECTIVE DATE
- 4. REQUISITIOh/PURCMASE REQ. NO.
- 5. PROJECT NO.
(If applicable) 3 see block 15c AED-96-265/ROAED97354
- 6. ISSUED BY CODE
- 7. ADMINISTERED BY CODE I (If other than Item 6)
U.S. Nuclear Regulatory Consnission Division of Contracts and Property
)
CMB81 T 7 I-2 4
Management,DC20$55
]
Washington, f
- 8. NAME AND ADDRESS OF COPTRACTOR (No., street, county, State and ZIP code) 9A. AMENDMENT OF SOLICITATION NO.
GSE Power Systems, Inc.
)
l 8930 Stanford Blvd.
- 98. DATED (SEE ITEM 11) l Coltsnbla, MD 21045-4752 10A MODIFICATION OF CONTRACT / ORDER NO.
X NRC-26 96 265
')
-10B. DATED (SEE ITEM 13)
CODE I FAClLITY CODE l-
- 11. THl$ ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS f
O The abov-s numbered solicitation is amended as set forth in item 14 The hour and date specified for receipt of Offers O is extended, O is not extended. Offerors must acknowledge receipt of this amendment prior to the hour and dite specified in the solicitation or as amended by one of the following methods: (a) By completing Items 8 and 15, tnd returning,
copies of the amendment; (b By acknowledging receipt of thits emendment on each copy of the j
Cffer submittecf; or (c) By separate letter or te egram which includes a reference to the solicitation and amendment i
nunbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPEr.IFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change i
I En offer already submitted such change may be made by telegram or letter, provided each telegram or letter makes i
reference to the solicitatlon and this amentineat, and is received prior to the opening hour and date specified.
~~~12. ACCOUNTING AND APPROPRIAT10N DATA (lf required) i f
See page 4
- 13. THIS ITEM APPL,lES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS.,
IT MODIFIES THE CONTRACT / ORDER NO. AS DESCRIBED IN ITEM 14 A. THl$ CHANGE ORDER l$ ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. ]N ITEM 10A.
B. THE ABOVE NUMBERED CONTRACT / ORDER IS MODIFIED TO REFLECT T5IE ADMINISTRATIVE CHANGES (such as changes in paying I
office, appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C. THl$ SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OP:
x 52.243 2 Alt 11 Changes - Cost Reimbursement D. OTHER (Specify type of modification and authority) l E. IMPORTANT: Contractor O is not, E is required to sign this document and return two copies to the l
issuing office.
- 14. DESCRIPTION OF AMENDMENT / MODIFICATION (Organized by UCF section headings, including solicitation / contract subject matter where feasible.)
See attached continuation sheet.
[(
l t
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore 4
changed, remains unchag ed and in full force and effect.
15A, NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTlhG OF FICER tlype or print)
Ma rv 11. Mace a
Jerry A n,J),.ce President Conpracti Offqcer 15C. DATE slGNED 168.
f, ST TE AMi CA l16C. ATE 'IGNED 158. y RfCTOR/0,
Y rf f
$ /2fl
/
BY.
ET dont rac'f i r(Of f icer ) Md (Sig tu.
(Sienature of ferson authorized to sign)
NSN 754 0-d)1-152-8070
'30-105 l
dTANDARD FORD 30 (RE[.10-83) l PREVIOUSEDfTIONUNUSABLE Prescribed by GSA F AR (48 CFR) 53.243 J
9705200431 970512 llllllllllllllllllllll PDR CONTR NRC-26-96-265 PDR
....r c..
... -. ~.....
~
l
?
l NRC-26-96-265 I
Modification No. 3 Page 2 of 4 f
The purpose of this modification to incorporate into the contract an within scope change (1) to j
increase the number of trips authorized under the contract, (2) to provide supplemental j
peripheral simulator equipment and an upgrade to monitors, (3) to authorize the provision of l
interpreters for GAN and NRA students while attending training at the Contractor's facilities, (4) to expand the simulator instructor training for a second 4 week session to be held in Moscow, (5) to authorize the reimbursement to GAN and NRA for the cost of obtaining visas at the U.S.
i embassies in Moscow and Kiev, and (6) to make an offset adjustment in the cost of this modification for trip and equipment funds not utilized in the first contract year. Accordingly, the contract is hereby modified as follows:
- 1. Travel costs not-to-exceed $14,918 are hereby authorized for two additional person-trips to Moscow to attend project review meetings. Travel costs not-to-exceed $7,080 are hereby authorized for two additional Russian students to attend training for 30 days at the Contractor's facility in Columbia, MD.
- 2. Section H.4 " Contractor Acquired Government / Equipment Property" is hereby modified to add the following equipment items / upgrades:
- a. Quantity of three - Uninterruptible Power Supplies (UPS) unit price $20,954 - Russia
$17,850 Ukraine 4
- b. Upgrade size of 17 student station monitors to 27 size $12,652 l
- c. Quantity of One - Hard Drive Disk for development of simulator software 58,781 l
[
- 3. Section C.4 " Instructor Training" is hereby modified to add to a supplemental 4 week instructor training session for 4 NRA personnelin Moscow. The Contractor chall submit a training plan for this training session to the NRC Project Officer for approval prior to the commencement of the training session. In addition, the Contractor shall provide an Russian / Ukrainian language interpreter for the GAN/NRA students while attending the simulator l
training at the Contractor's facilities.
l I
- 4. The Contractor is hereby authorized to reimburse the GAN and NRA students as travel expenses the cost of the student's visa fees at U.S. embassies in Moscow and Kiev.
- 5. As a result of the above changes, the estimated cost and fixed fee of the contract is adjusted L
I as follows: (An offset in estimated cost has been taken for trip expenses not used for two trips from Ukraine and a communications comouter not needed by GAN.)
FROM:
INCREASED BY OFFSET NET TO:
ABOVE CHANGES DECREASE BY: INCREASE Est Cost
$2,382,779 S238,615 S14,010 5224,E,05
$2.607,384 Fixed Fee 171,283 17,896 0
17,8E6 189,179 CPFF S2,554,062 5256,511 514,010 5242,501 52,796,563 i
1
'1
.-. -. ~. -.
NRC-26-96-265 Modification No. 3 Page 3 of 4 L
- 6. $?42,501 in funding is hereby allotted to this contract to fully fund the cost of this contract moal.. cation. As a result of this allotment and item #5 above, Section B.3 " Consideration and Obligation" is hereby replaced by the revised Section B.3 below:
B.3 CONSIDERATION AND OBLIGATION--COST PLUS FIXED FEE (JUN 1988)
(a) The total estimated cost to the Govemment for full performance of the Basic Contract (Section C.1.5 and exercised optional features - see B.7) is $2,796,563, of which the sum of $2,607,384 represents the estimated reimbursable costs, and of which $189,179 represents the fixed fee.
(b) There shall be no adjustment in the amount of the Contractor's fixed fee by reason of differences between any estimate of cost for performance of the.
work under this contract and the actual cost for performance of that work.
j (c) The amount currently obligated by the Government with respect to this contract is $2,796,563.
i (d) The total estimated cost to the Government for Option One Kursk 4 (Section C.1.6) is $1,187,554 for which the sum of $1,108,748 represents the estimated reimbursable costs, and of which $78,806 represe its the fixed fee.
l l
(e) The total estimated cost to the Government for the option for the provision of software updates for the Option 1 hardware site (Section C.1.5.1.1)is $3,392 for which the sum of $3,158 represents the estimated reimbursable costs, and of which $234 represents the fixed fee.
(f) The total estimated cost to the Government for the optional hardware feature for student station monitoring for the Option 1 hardware site (Section C.1.5.1.5) is $6,585 for which the sum of $6,128 represents the estimated reimbursable costs, and of which $457 represents the fixed fee.
(g) The total estimated cost to the Government for the option for the training material development for the Option 1 Kursk 4 (Section C.1.5.1.6) is $44,220 for which the sum of $41,130 represents the estimated reimbursable costs, and of which $3,090 represents the fixed fee.
(h) The total estimated cost to the Government for Option Two Rovno 1 (Section C.1.7) is $855,449 for which the sum of $799,255 represents the estimated reimbursable costs, and of which $56,194 represents the fixed fee.
(i) The total estimated cost to the Government for the option for the training 4
material development for the Option 2 Rovno 1 (Section C.1.5.1.6) is $44,220 for which the sum of $41,130 represents the estimated reimbursable costs, and b
.~.
l-1 NRC-26-96-265 Modification No. 3 Page 4 of 4 of which $3,090 represents the fixed fee.
l
- 7. As a result of the allotment of funds in item #6 above, the following lines of accounting and
. appropriation data are hereby added to Section B.8 of this contract:
I.
31X1093 77M40022000 R9525 252A PER1 $28,000.00 l
31X1093 77M40022000 R9525 3190 EQPT $72,000.00 31X0200 77M50700001 U9421 252A PER1 $114,501.00 t
l 31X0200 77M50700001 U9421 3190 EQPT $28,000.00
- 8. A summary of obligations for this contract from award date through the date of this action is provided below; Total FY96 Obligation Amount: $2,588,168.00 Total FY96 Deobligation Amount: $ 34,106.00 Total FY97 Obligation Amount: $ 242,501.00 t
Cumulative Total of NRC Obligations: $2,796,563.00
- 9. All other terms and conditions remain unchanged.
f s
....