ML20151H551

From kanterella
Jump to navigation Jump to search
Contract: Evaluation of Matl Accounting Performance at Nuclear Fuel Cycle Facilities, Awarded to Nusac,Inc
ML20151H551
Person / Time
Issue date: 04/21/1983
From: Morton K, Perenstein J
NRC OFFICE OF ADMINISTRATION (ADM), NUSAC, INC.
To:
Shared Package
ML20151H544 List:
References
CON-FIN-B-7379, CON-NRC-02-83-027, CON-NRC-2-83-27 NUDOCS 8305040643
Download: ML20151H551 (22)


Text

MReC5 " 'i t' 'i 4;.'i i '.'i. f m'~~<

h " m -

)

i

/

. a.i.io eu.

eA>.o.m Do o m U..oi.

n5A i.eiain De

3...oviin sa..,,.,,C 5i.,Ou 5i,,,0,,C, s.O.

2, f R 21 h u3 CO,.iye (r.. to.,

ur... e ~O.

n o.~2 ~, c = m u e i.

n

!1RC-0?'-83-027 NMS-83-027

.A c.

F. Dulvt H

' 6 a.caaecitralD y coog CDs Dt 518-CODE

~

(if erhus si.an 6fna b p) 00"'""

1153)t3 Bf Ue S Nuclear Regulatory Commission Omte tsa Division of Contracts Q sere.e>

k'ashington, DC 20555 Contu aoa CODE l l

raciun toDel v.D+COva e raO-n rAvwNi N!JAl AND ADDRES$

]

Met 30 days-NUSAC, Inc.

3 ~' <4 1850 Samuel Morse Drive

.."us. suu.

ad ur.od,;

Reston, Virginia 22090

10. Svanti (H w OeC t 5 (d s ejion e nlens
    • L e r meia*

rfen,f ede TO ADes[55 5HOWN IN N OCT

. 4

12. PAYMENT will BE MAOf BY CODE l
1. 5 HIP 10/ MARK 70R CODE l

]

~

U. So Nuclear Regulatory Commission U. S. Nuclear Regulatory Commission p.TTN:

Dre Macy Miller, NMSS Office of Resource Panagement

':'ashington, DC 20555 Div. of Accounting & Finance, ATTM: GOV /COM Accounts Washington, DC 20555 10 U5C. 23D4 (oM )

J3 THts rsOCUED 1NT WA5 A.Dvi ETistD. 3 NEGOflAT10. PUTSUANT TO h 43 U S C 212 (c2 0

04. ACCOUP TING AND Antoral ATION DAla B & R No. :

50-19-02-02

$67,000.00 FIN Noe :

B-7379 57.

18.

19.

20.

e O U A NilTT UFCT U Nll P Sict AMOUNT lo.

13 'N O.

Suppgl(5 / 5[gy tCZ$

f tf M

" Evaluation of Material Accounting Performance at Nuclear Fuel Cycle Facilities" The Contractor shall provide services as set forth herein in accordance with NUSAC, Inc.

proposal dated October 15,1982, and revisions dated February 11, 1983, incorporated herein by this referencee

(

Estimated Cost:

ESTIMATED

051 :

(

FIXED FEE:

~

PFF:

$199,781 e OC 8305040643 830421 PDR CONTR NRC-02-83-027 PDR TOTAL. FSIIMATFD FORT D109 FT YES FEE - $199,781.00 CONTRACTING OFFICER n'lLL C0h1PLETE BLOCK 22 OR 26 AS APPlJCASil n

thin du s.,sent.)

s o,, o,e

22. & COMtuC10E'5 ntGO11AttD ACstf MENT (Contracter is required se sogn
26. Q Aw AnD (Centracter u not reges.ed so sog n last. d a 0 **

on Set.e,ef.oa Nvmt -

forth of oth ee mise o dd,s.ons or c&eag e -ode b y yee = b.ch e e d*-e as of c hea g es e'e set fe'* b La f JI ils*s /orassarst and erreerw

_ scfirs le assa ir.g e[tr.) Cowoctor og ees o

a *** e9L la f we nish end del..., oil de ras or perf oram all the servic es set ok*e, is f.eeby es es ed as to es. de =e i e ed s h e end ria oe y trw.ta =ote e

sk ee's f or the acas derof on sto'ed be<est.

e e of th e f.Me ia s s'ae.-.*'se (el T N e e -oed s eae.--o ee the s ea s ed =* eh eea.

identif ed obo., oad en ony seabovet.oa s

a The eig es and ebt.get;cas of the por'.es ee 'bs controd sholl be swbie<1 to end pow-oe Co. ora-as e.o!.c i'ot.ca eaid yme es. e ad (b) No e - c rd la e a'. e et. No s

aed by the f6ffs =.ag derv-e es. (e) eke e-ord/ cord.ed. (b) the sol.cdahoa, if any, ivre % e ce,4,oc%,of dorw-eat is c e seary ead (c) s.sh peo.in.ons, se p e se aiet.eas. s erb f;t ehens. ead sp eciFc otions. es are ned.ed on ia orge.o'ed %y eele.ea<e bene.s.

( Attast oornes a re fissed terrie.)

o

27. LIN.nD 514T11 Of A W 8'JCA 2 3. N A.ua Of CO*4:aAC10R,

Kellogg 1._Ectton_

_O,e e,i

~

.1 is m.e - Co..

is vos.e ei ee.,oa a.o...cd - e...i s

23 DAT1 5tGNED 28 NAW Of CCN-R AClimG Ote ct a ( T;;e ee / - e t) 29 c Alt is0*.to

[ Type er f rist

SIGNf A 24 MA.M1 AND 11R1 Of p.w,s.3p-ldW L,j

,, 3 g 'a

%%L 4~ M, r

sw u U

L k i m w, H-a.,ia

/

e es~.....-.

..~t s.,.

..s.e.e i

y.,,,

NRC-02-83-027 Page 2' 4

TABLE OF CONTENTS 1

Article I Statement of Work Article II Period of Performance Articie'III Consideration and Payment Overhead / General and Administrative Rates Article IV Key Personnel Article V Technical Direction Article VI Project Officer Article VII Travel Reimbursement Article VIII Security / Classification Article IX Article X Order of Precedence General Provisions / Alterations Article XI Attachments:

1.

General Provisions 2.

NRC Manual Chapter 3202 Billing Instructions for NRC Cost-Typ(e ContractsNRC Form 187) 3.

Security / Classification Requirements 4.

NRC Classification Guide for Safeguards Information 5.

I l

I i

l l

l

Page 3 Part III Contract Schedule ARTICLE I - STATEMENT OF WORK A.

Objective The purpose of this effort is to continue applying the Automated Material Accounting Statistics System (AMASS) methodology to material accounting perfonnance evaluation \\ at nuclear fuel cycle facilities.

In particular, this effort will complete the evaluation of material accounting performance at selected licensed fuel cycle facilities by evaluating licensee measurement control and measurement error estimation proccdures for key measurement sy,tems identified as a result of the FY 1981 and FY 1982 Inventory Difference / Shipper Receiver Difference (ID/SRD) evaluations.

Current fuel cycle evaluations for the most part utilize licensee estimates for measurement error.

In addition, this effort will include prototype testing of the AMASS methodology for material control test applications utilizing process monitoring data as well as prototype testing of the augmented AMASS methodology resulting from the "MCLAMS Modification" e ffort. Also, this effort continues material accounting performance evaluations of additional fuel cycle facilities as part of an NRC i

material accounting assurance effort.

B.

Background

In FY 1981 and FY 1982, NUSAC, Inc. developed the AMASS methodology (contract No. NRC-02-80-024, " Development of An Advanced Material Accounting Simulation System") and assisted NRC in applying it to the evaluation of 1

the material accounting performance at seven licensed nuclear fuel cycle facilities (contract No. NRC-02-80-028, " Evaluation of Material Accounting Performance at Nuclear Fuel Cycle Facilities").

Under the evaluation

~'

Page 4 e

ef fort, NUSAC, Inc. collected necessary material control and accounting information, documented the LEID and SRD models, and assisted the NRC in identifying both measurement and non-measurement contributors to ID and SRD by analyzing in detail the licensee's material control and accounting data for tha most recent 8-15 inventory periods.

NUSAC, Inc.

also assisted the NRC in running the AMASS code, interpreting the results obtained and provided limited AMASS software maintenance to correct " bugs" identified as a result of its application to fuel cycle material accounting performance evaluations.

The, work has also identified significant MC&A regulatory deficiencies and is serving as a significant NRC material accounting quality assurance function.

FY 1981 and FY 1982 work in this area also included an effort to expand AMASS by incorporating salient features of the older "MCLAMS" methodology (contract No. NRC-02-82-034, "MCLAMS Modification Effort")

l and to support development of licensee guidance, based on AMASS, for

(

specific paragraphs of the MC&A Reform Amendments.

e.

C.

Work Required To accomplish the objective of this effort, the contractor shall provide the services, material and personnel to accomplish the following tasks:

i Task 1.

Documentation Review The contractor shall review the following documentation as background for i

performing the required work:

l l

l

=. -

Page 5 1.

Relevant AMASS documentation including but-not limited to the methodology report, AMASS users /analy'st manual, and the AMASS systems manual.

ID/SRD evaluation reports as specified by the NRC Project Officer.

2.

Licensee Fundamental Nuclear Material Control Plans as specified L

3.

by the NRC Project Officer.

-4.

Other relevant documentation specified by either the contractor or the NRC Project Officer.

Evaluation of Licensee Measurement Control and Measurement Bias Task 2.

4 and Variance Estimation Procedures Based on the review of the task 1, the contractor shall, for three a.

nuclear fuel facilities specified by the NRC Project Officer, O

identify all measurement systems that can significantly contribute to the variance of ID.

For each of these systems the contractor shall perform an analysis of the measurement control program and bias and variance estimation procedures employed by the licensee.

This review shall include, but not be lic.ited to, calibration procedures and traceability of standards, use of sample and replicate measurements, bias and variance source characterization, and ANOVA methodology employed by the licensee to obtain variance estimates.

The contractor shall also examine the' stability over time, of bias and variance estimates as computed by methodology deemed appropriate by the contractor and assess the appropriateness of pooling of either variance estimates or the source data from which these estimates are 1

generated.

4

---_,.---~.,------s---.

Page 6

?

~

The contractor shall document the results of this work in a separate b.

Each report shall be submitted to the NRC.

report for each facility.

Project Officer for review and comments prior to submission of the final report.

i Prototype testing of the Augmented AMASS methodology Task 3.

The contractor shall, for three nuclear fuel cycle facilities 4

a.

selected by the NRC project officer previously studied using AMASS, The contractor shall, in apply the augmented AMASS methodology.

particular, assess the variance associated with the estimate, and quantify the effects of non-measurement contributors to ID variance.

The effort'shall include review of the original AMASS data sets for I

completeness and appropriateness of material stratification employed obtaining from the respective licensees, the additional measurement control and non-measurement related data needed to code the augmented AMASS input data sets, developing the augmented AMASS data sets, running the augmented AMASS methodology on the NIH computer facility and interpreting augmented AMASS output results.

For each facility evaluated, the contractor shall document this work l

b.

Each report shall be submitted in a separIte evaluation report.

to the NRC Project Officer for review and comments prior to submission of the final report.

?

Task 4.

Material Control Test Applications f

For three actual or candidate sets of material control tests employing process monitoring data, as specified by the NRC project officer, the contractor sha apply the augmented' AMASS methodology to estimate the variance, m tistics and quantify the

. parameter needed to employ the test, of the test sta

Page 7 variance associated with this estimate. The effects of non-measurement contributors shall be included in generating these estimates, after adjustment for correctable areas.

In particular, for each material control test, the contractor shall perform the following subtasks:

Subtask 4.1: The contractor shall collect specific process monitoring inforrcation including details of material ficw and inventory measurement prog' ams, methods, product and side-stream cumulative amounts and allocations, and equipment, measurement control and statistical procedures used, process losses and gains, and adjustments resulting from investigations from anomalies.

Information will be acquired from licensee documents located at NRC headquarters and the appropriate NRC Regional Office, facility manuals, plant tours, and interviews with facility and NRC licensing personnel.

The contractor shall estimate the material control test parameters Subtask 4.2:

by analyzing in detail the licensees' data for up to 6 inventory periods as specified by the NRC Project Officer. This shall include consideration of correlations between successive tests and also between adjacent tests, correction for outliers if appropriate and pooling of variance estimates.

The contractor shall run the augmented AMASS Siculation Model Subtask 4.3:

and assess simulation results obtained for each material control test using data generated in subtasks a and b.

Subtask 4.4: For each set of material control test, the contractor shall document the results of this work in a separate report.

Each report shall be submitted to the NRC Project Officer for review and comments prior to submission of the final report.

~ "

Page 8 2

1 Task 5.

NRC Material Accounting Quality Assurance For three nuclear fuel cycle facilities specified by the NRC Project Officer, i

the contractor shall apply the AMASS or Augmented AMASS methodology when it becomes available to the evaluation of inventory difference and shipper / receiver For each facility review, the contractor sball provide l

difference performance.

the services, material, and personnel to accomplish the required work.

The contractor shall collect specific facility information Suhtask 5.1:

including details of material flow and inventory, measurement programs, methods, and equipment, measurement control and statistical procedures used, and process Infonnation will be acquired from licensee documents losses and gains.

located at NRC headquarters and the appropriate NRC Regional Office, facility In addition manuals, plant tours, and interviews with facility personnel.

to collecting the information, the contractor will document the LEID models used by each facility by identifying and characterizing each measurement system used in calculating its random and systematic contributions to LEID, and the error propagation methodology used.

The contractor shall identify contributors to ID by analyzing Subtask 5.2:

in detail the licensees' material control and material accounting data for the most recent 6 to 12 inventory periods for HEU and Pu facilities and In addition to the contribution 6 to 8 inventory periods for LEU facilities.

due to measurement errors, this task will include quantifying the effects of human errors, process errors (losses and gains), and adjustments (e.g.,

shipper / receiver adjustments) based on the data of Task 1.-

l

Page 9 i

Subtask 5.3:

The contractor shall run the AMASS (or Augmented AMASS) Model and assess simulation results obtained for each facility using data generated in Tasks 1 and 2.

Subtask 5.4:

For each ID/SRD facility evaluation, the contractor shall document the results of this work in a separate report.

Each report shall be submitted to the NRC Project Officer for review and comments prior to submission of the final report.

D.

Deliverables 1.

Monthly Progress Reports Each month the contractor shall subnit a brief progress report in letter format containing the following information:

(1) A comprehensive discussion of the work performed during the previous month as each task progresses. The discussion shall l

include comments about progress, problems encountered, and other pertinent technical, management, or adminis.trative i nformation.

(2)

Personnel time expenditures during the previous month.

(3) Costs:

(i) current period, (ii) cumulative to date, and (iii) cost projection by month to completion of the work effort.

(The first monthly report shall provide the initial cost projection and subsequent reports shall either provide revised projections or indicate "no change in the cost projection.")

The contractor shall identify and explain the reason for any significant variances between:

Page 10 i

Actual costs for the progress reported and the originally budgeted costs for the same work.

Actual and planned schedule for the progress reported.

Actual and planned technical performance.

The report shall be due by the 15th of each month with distribution as follows:

Project Officer (1 copy)

Office of the Director, NMSS (ATTN:

Program Support) 1 copy (ATTN:

R. J. Smith) 1 copy Contracting Officer, ATTH: Ms. Mary Jo Mattia,1 copy 2.

Task Reports The contractor shall submit task reports as specified in the schedule All reports shall be submitted in draft of reports and deliverables.

Comments form to the NRC Project Officer for review and comments.

shall be submitted to the contractor within 30 days of NRC receipt of The contractor shall review and incorporate comments the draft report.

and provide the NRC with the final report within 30 days of receiving NRC comments.

3.

Distribution of Reports _

Distribution of all draft and final reports shall be made as follows:

a.

Draft Reports:

Project Officer: 5 copies b.

Final Reports:

Project Officer:

10 copies Office of the Director, HMSS (ATTN:

Program Support Branch) 1 copy 1 copy Ms. Mary Jo Mattia, Contracting Officer:

Mr. Robert J. Dube, Chief, Regulatory Activities and Analysis Section, NMSS, 1 copy

l'.i g e 11 For all final reports, an unbound camera-ready copy for further j

NRC reproduction shall be provided to the NRC Project Of ficer.

4.

Report Format All reports generated under subject contract shall be prepared in accordance'with NRC Manual Chapter 3202, attached hereto as Attachment No. 2.

E.

Time Table The following sets forth the projected schedule for milestones and deliverables products:

Time After Effective Event Date of Contract Contract initiation meeting Within T0 days Task 1.

Complete documentation review 60 days Task 2.

Evaluation of Licensee Measure-ment Control Bias anc variance Estimation Procedures Begin facility 1 evaluation 60 days Submit facility I report to NRC 150 days Begin facility 2 evaluation 150 days Receive NRC comments on facility 1 210 days report Submit facility 1 final report, 240 days Submit facility 2 draft report 240 days to NRC Begin facility 3 evaluation 240 days Receive NRC comnents on facility 2 300 days report Submit facility 2 final report 330 days Submit facility 3 draft report 330 days Receive NRC comments on facility 3 3c0 days draf t report Submit f acility 3 final report 420 days

i Page 12 Task 3.

Aucmented AMASS Prototype Testino Begin facility 1 evaluation 180 days Submit facility 1 draft report to NRC 270 days Begin fccility 2 evaluation 270 days Receive NRC comments on facility 1 330 days report 360 days Submit facility 1 final report 6

ays submit facility 2 draft report 360 days Begin facility 3 evaluation 420 days Receive NRC comments on facility 2 draft report Submit facility 2 final report 450 days Submit facility 3 draf t report 450 days Receive NRC comments on facility 3 540 days draft report Submit facility 3 final report 570 days

' ~ ~ " -

Task 4.

Material Control Test Apolications_

Contractor begins first material 270 days control test evaluation 360 days Submit first material control test draf t report to NRC 360 days Contractor begins second material control test evaluation 420 days Contractor receives NRC comments on l

first control test evaluation 450 days Contractor submits first material control test final report I

450 days Contractor submits second material control draft report 450 days Contractor begin third material control test eva,luation

-Page 13 Contractor receives NRC comments on second material control test 510 days draft report Contractor submits second material 540 days control test final report

  • a don \\ractor submits third material control test draft report 540 days Contractor receives NRC comments 600 days on third material control test draft report Contractor submits third material control 630 days test final report Task 5.

Material Accounting Quality Assurance Contractor begins facility 1 evaluation 60 day Contractor submits facility 1 draft report to NRC 150 days Contractor begins facility 2 evaluation 150 days Contractor receives NRC comments on facility 210 days

. 1 r.eport Con ractor submits facility 1 final report 240 days Contractor submits facility 2 draft report 240 days Contractor begins facility 3 evaluation 240 days Contractor receives NRC comments on facility 2 300 days l

draf t report Contractor submits facility 2 final report 330 days

' Contractor submits facility 3 draf t report 330 days Contractor receives NRC comments on facility 3 390 days draft report 420 days Contractor submits facility 3 final l

Page 14 F.

Meetings and Travel The first project meeting shall be held at the NRC office in Silver Spring, Maryland within ten calendar days of award of the contract to discuss technical details related to performance of the tasks.

The contractor shall be required to attend an estimated ten additional one day meetings at the NRC offices in Silver Spring, Maryland, to discuss technical progress under tasks or relate to management level review of In addition it is anticipated that six field trips all work in progress.

to three licensees will also be required.(for bidding purposes four field trips on east coast and two field trips on west coast).

G.

Quality Assurance For all draft and final technical reports delivered under this / contract, the contractor shall assure that an independent review and verification

.for technical accuracy, clarity o'f presentation, and completeness is performed by qualified contractor personnel other than the original The cover letter accompanying the report shall author (s) of the report.

state that this review has been completed prior to submission to the NRC.

l H.

NRC Furnished Material Within ten (10) calendar days after the effective date of the contract, f

the NRC Project Officer shall furnish to the contractor the following i

documents for use in performance,f the contract:

Mathematical Derivation of the Automated Material Accounting 1.

Statistics System," NUSAC Report No. 591, Revision 1, 9/lS/81.

Program AMASS Systems Manual" BDM Report No. BDM/W-81-2S0-TR, 2.

4/20/81.

Page 15 3.

Program AMASS User / Analyst Manual," April 20, 1981, BDM Report No. BDM/W-31-249-TR.

4.

ID/SRD Evaluation Reports

  • 5.

Licensee Fundamental Nuclear Material Control Plans

  • 6.

Other relevant documentation

  • Access to the NIH computer; at no cost to the contractor, will also be provided.

If the above material, suitable for its intended use, is not so delivered to the contractor, the Contracting Officer shall, upon timely written request made by the contractor, and if the facts warrant such action, equitably adjust any affected provision of the contract pursuant to the procedures of the " changes" clause of the contract.

l l

l l

l l

l

  • These documents will be furnished to the contractor on an as-needed basis.

I

Page 16 ARTICLE 11 - Pf R100 Of PERI OR:iANCE The performance of work described in ARilCLE I her i

nonths af ter said contract is effective.

mated to occur within 21 ARTJCLE III

_CONSIDERAT10N AND PAYMENT Estimated Cost, Fixed Fee and Obli_gation_

A.

It is estiinated that the total cost to the Government for full perform-

, of which the sum of l.

ance of this contract will be $199,781.00 represents the estimated rei 6.00 560 represents the fixed fee.

Total funds currently available for payment and allotted to this con-represe of which M 2.

represents the fixed tract are $67,000.00 reimbursable costs, and of which '$dEEEEEEb fee.

It is estimated that the amount currently allotted will cover performance 3.

for the first seven (7) months of the contract.

Payment _

B.

_The Government shall render payment to the contractor in approximat (30) days after submission of proper and correct invoices or vouchers.

5.3 of Additional provisions relating to payment are contained in Clause the General Provisions hereto.

ARTICLE IV - OVERl!EAD/ GENERAL AND ADMINISTRAT_IVE RATES Pending the establishment of final overhead rates which shall be negotiated based on audit of actual costs, the contract A.

l rate of 4E3% percent of direct labor costs.

Pending the establishment of final general and administrative rates the contractor which shall be negotiated based on audit of actual costs,sh B.

cercent of' total direct cost and overhead.

sional rate of IERI h d and Notwithstanding A. and B. of this Article, said provi t

C.

i Officer.

upon the acceptance of such revised rates by the Contract ng l

Page 17 ARilCLE V

- KEY PERSONNEL Pursuant to this ARTICLE (Key Personnel), the following individuals are considered to be essential to the successful performance of the work hereunder and shall not In such event, be replaced without the prior approval of the Contracting Officer.th and qualifications satisfactory to the Contracting Officer.

6 Consulting Mr. 6, Project Manager Mathematical Statistician 6 Princip31 Investigator TECHNICAL. DIRECTION ARTICLE VI Performance of the work under this contract shall be subject to the tech-of nical direction of the HRC Project Of ficer named in ARTICLE VI A.

this contract.

following:

Technical direction to the contractor which shif ts work emphasis between areas of work or tasks, requires pursuit of certain lines of 1.

inquiry, fills in details or otherwise serves to accomplish the con-tractual scope of work.

Providing assistance to the contractor in the preparation of' drawings, specifications or technical portions of. the Work description.

2.

approval of technical I

Review and where required _by the contrac t, reports, drawings, specifications and technical information to be 3.

delivered by the c.ontractor to the Government under tne contract.

be within the general scope of work stated in the Technical direction must The Project Of ficer does not have the authority to and may not B.

contract.

issue any technical direction which:

Constitutes an assignment of additional work outside the general scope 1.

of the contract.

Constitutes a change as defined in the clause of the General Provisions, 2.

enti tled " Changes. "

In any way causes an increase or decrease in the total estima ted 3.

contract cost, the fixed fee, if any, or the time required for contract performance.

Changes any of the expressed terms, conditions or specifica tions of 4.

the contract.

Page 18 ALL TECHNICAL DIRECTIONS SHALL BE ISSUED IN WRITING BY THE PRO C.

OR SHALL BE CONFIRMED BY SUCH PERSON IN WRITING WITHIN TEN (10)

DAYS AFTER VERBAL ISSUANCE.

A copy of said written direction shall be submitted to the Contracting Of ficer.

shall proceed promptly with the performance of technical The contractor directions duly issued by the Project Of ficer in the manner prescribed by this article and within such person's authority under the provisions of this article.

contractor, any instruction or direction issued If, in the opinion of the by the Project Of ficer 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 af ter the receipt of any such instruction or direction and shall request the Contracting Upon receiving such notification Officer to modify the contract accordingly.

from the contractor, the Contracting Officer shall issue an appropriate in the contract modification or advise the contractor in writing that, Contracting Officer's opinion, the technical direction is within the scope of this article and does not constitute a change under the Changes Clause.

Any unauthorized commitment or direction issued by the Project Of ficer may D.

result in an unnecessary delay in the contractor's performance, and nay even r esult in the contractor expending funds for unallowable costs under the contract.

A failure of the parties to agree upon the nature of the instruction or E.

direction or upon the contract action to be taken with respect thereto shall be subject to the provisions of the contract clause entitled " Disputes."

, e

? e i

1

Page 19 ARTICLE VII - PROJECT OFFICER is hereby designated as the Contracting Officer's ' authorized representative (hereinafter called Project Officer) for technic Dr. Mary Miller wh_ich results in or could result in an increase in contract cost; or termi_nate, contract.

settle any claim or dispute arising under the contract; or issue any unilateral directive whatever.

(1) monitoring the contractor's technical The Project Officer is responsible for:

progress, including surveillance and assessment of pe work; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting the Within the purview of this authority, the Project Officer is a all costs requested for reimbursement by contractors and. submit recommendations for approval, disapproval, or suspension for upplies, services re s

~

the contract.

any changes in terms, conditions, or amounts cited in tne contract.

For guidance-from the Project Officer to the contractor to be valid, it must:(2) not (1) be consistent with the description of work set forth in the contract; constitute new assignment of work or change to the expressed terms, co or specifications incorporated into this contract;an extension to the pe stated above, (4) not constitute a basis for any increase in the coatract cost.

I f

Page 20 ARTICLE V114 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:

Per diem shall be reimbursed at a daily rate not to exceed 575.00 The per diem amount is comprised of lodging expense plus $23.00 1.

for meals and miscellaneous expense.

The cost of travel by privately owned automobile shall be reimbursed at the 2.

rate of 204 per mile.

The cost of travel by rented automobil'e shall be reimbursed on a reasonable 3.

actual expense basis.

All common carrier travel reimbursable hereunder shall be via economy class If not available, reimbursement vouchers will be 4.

rates when available.

First-class annotated that economy class accommodations were not available.

air travel is not authorized.

Receipts are required for common carrier transportation, lodging and 5.

miscellaneous items in excess of $15.00 The rates provided above shall remain in effect until such time as a unilateral 6.

contract modification is issued by the Contracting Officer, reflecting changes (increases or decreases) in the Federal Travel Regulations (FTR).

Page 21

~

~

ARTICLE IX - SECURITY / CLASS 1FICAT10N a.

The contractor and contractor's personnel will be governed by the provisions of the Security / Classification Requirements, NRC form 187, attached hereto and forming. a part of this contract, b.

Nothwithstanding the Clause 2.4 of the General Provisions entitled

" Security," the parties hereto agree that the NRC shall be the Authorized Classifier for all classified information or material delivered under this contract and NRC shall provide classification guidance to the contractor as required in the performance of this contract.

c.

The contractor and contractor's personnel will be governed by, and shall assi n classification markings to information or material, originated or 5

generated by the contractor as determined by the project contact.

d.

If subsequent to the date of this contract, the security level under the contract is changed by the Commission and such change causes an increase or decrease in the estimated cost or the time required for performance under this contract, the contract. cost, delivery schedule, or both and any other provisions of the contract that may be affected shall be subject to an equitable adjustment by reason of such increased or decreased costs.

The contractor shall submit.to the U.S. Nuclear Regulatory Commission, e.

Division of Security, Washington, DC 20555 within thirty (30) days following contract award, completed Personnel Security Questionnaire Packages for all personnel requiring security clearance.

Those personnel shall be identified at the time of contract award.

h. The highest classification applicable to the work to be performed under this contract will be CONFIDENTIAL, RESTRICTED DATA.

ARTICLE X - ORDER OF PRECEDENCE See Clause No.1.13 of General Provisions.

9

Page 22 ARTICLE X - GENERAL PROVISIONS / ALTERATIONS _

This contract is subject to the attached provisions of Appendix A, General Provisions, entitled " Cost Type Research and Development Contracts With Commercial Organizations," dated 12/1/81.

Additions:

1.

Utilization of Women-Owned Business Concerns Price Reduction for Defective Cost or Pricing Data-Price Adjustments 2.

(1-3.814-1(b)).

Price Reduction for Defective Cost or Pricing Data (1-3.814-1(a)).

3.

Subcontracting Cost or Pricing Data (1-3.814-3(a)).

r 4.

Cost Accounting Standards--Nondefense Contract (1-3.1204-2(a)).

J 5.

Administration of Cost Accounting Standards (1-3.1204-1(b)).

6.

e 9

S f

b I

{

a __ __

m-

.