ML20155G461
| ML20155G461 | |
| Person / Time | |
|---|---|
| Issue date: | 11/02/1998 |
| From: | Aufmuth M, Wiggins E NRC OFFICE OF ADMINISTRATION (ADM), SCIENTECH, INC. |
| To: | |
| References | |
| CON-FIN-F-6059, CON-FIN-F-6946, CON-FIN-F-6950, CON-NRC-04-96-060, CON-NRC-4-96-60 NUDOCS 9811090059 | |
| Download: ML20155G461 (5) | |
Text
.-
e e
DcD
' ' " ' " ^ * * ' ' "
AMENDMENT OF SOLICITATl0N/ MODIFICATION OF CONTRACT
"['"
3 2 AMEh0 MENT /MODmCAfl0N NO 13 EFFECTIVE DATE l4 REQUtsmON/FURCHAsf REQ NO RFPA No.
Il PROJECT NO m.cohc. bien j
'10
- E 0 2 1998 LRES960608/27/98 RESC98 487/315 17 l
e issco ey I r. Aou NisTERED BY 01 oth., th.n it.m 61 U.S. Nuclear Regulatory Consnission Division of Contracts and Property Mgt.
Attn: T 7 I-2 I
Contract Management Branch 2 Washington DC 20555 i
i 8 NAME ANO ADDRESS OF CONTRACTOR INo...tre.t. county, st.t..nd llP Codel 9A. AMENOMENT OF sOUCrTAYlON NO
~
i SCIENTECM, INC.
os oATEo estE ITW Hi 1.eory.rd Ward
)
ioA. uOoiriCATlON OF CONTRACT / ORDER NO.
j talthersburg MD 20878 Con # NRC 04 96 060
)
toe oATEo tstE TEu 13>
Coof lFAcrury coog x
09 23 1996
- 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS C Tb3 above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. Oii not i aded-
[
Offirs 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-(d By completing items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment of each copy of the (f ter submitted; or (c) By saparate letter or telegram which includes a reference to the solicitation and amendment numbers. FAlt.URE OF YOUR AC-KNOWLEDGMENT 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 an offer already submitted such change may be made ty telegram or letter. provided each telegram or letter makes reference to the solicitation and this amendment. and is received prior to the opening hour j
and date specified.
- 12. s.CCourmNO AND APFROpmATION DATA of,.quer.dt 8&R: 96060401710 APPN 31x0200.960 soct 252A Obligate - F6Q59t S L QQQ. F6946: M5 000.
F62M1_S60,QQQ-
- 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS, IT MODIFIES _THE CONTRACT / ORDER NO AS DESCRIBED IN ITEM 14.
txd A. THis CHANGE OflDER is issuEO PuflSUANT 70.
rSp.cely.uthontvl THE CHANGES SET FORTH W ITEM 14 ARE MADE W THE CONTRACT ORDER NO. W ITEM toA I
S.1ht ABOVE NUMaERED CONTRACT / ORDER is MOOmEO TO REFLECT THE ACMWisTRATIVE CHANdEs (.uch.s ch.nges en p.vm0 othc...ga. con. bon d.tp..tc #
SET FORTH IN rTEM 14. PURSUANT TO THE AUTHORfTV OF FAA 43.to3(bl.
C. THis auMEMENTAL AGREEMENT is ENTEREo WTO PURSUANT TO AUTHONTY OF.
- o. OTHER <sp.cify typ. or modifie. tion.nd.utnoatvi FAR 52.243-2 and mutual agreement of the partfes.
~
X
/l~
E. IMPORTANT: Contractor is not. x is requitad to sign this document and return 2 copies to the issuing office.
i
- 14. oEsCRIPTION OF AMENOMENTIMOOmCATION forg.niaH by UCF.ection h.
engs. including.ohcit.uontcontr.ct.ubsect rn.ete, where te.ssble i See pages 2-3 for description of modification.
N-2 t
i 4
l g r } D J rj i
Em n.
t
.on...on. o, to..oc nt,e,
. ite..A o,,oA...
..o,o,. c.,.n
.,e
- n..ncs.n
.n
.n,
.o,c..n.....c 16A. NAME AND TrTLE OF slGNER (Type o, p,6nt) 16A NAME AND TITLE OF CONTRACTING OFFICER (Twoe o, pant)
MeliSSa H. Aufmuth Elois
,l. Wiggins ContractsWlatnager contractin' o"ic'r 158 C 0 FFEROR 15C. DATE slGNEO tes UNIT STATES 0 ERICA 16C. DATE slGNED I
m._...'." n t._.
t.
n, l{ l fg BY _
,,_eo 448 c,
g/ 7/yf
/
9811090059 981102 sTAnoARo FORM 3o iREv'io-s3i PDR CONTR NRC-04-96-060 PDR
Contract No. NRC-04-96-060 l
Modification No.10 Page 2 of 3 The purpose of this modification is to (1) increase the ceiling of the contract by $101,667.00 from $2,637,023.91 to $2,738,690.91 to accommodate a within-scope change for inclusion of assessment calculations under Subtask 2.4(3) in accordance with the contract statement of work as modified by the attached, and the Contractor's technical proposal dated September 21, 1998, as revised October 16,1998, hereby incorporated, (2) incorporate NRCAR 2052.204-71,
" Site Access Badge Requirements," into the contract, and (3) provide incremental funding in the amount of $114,000.00 for continued performance of the Option Year 2 effort. Accordingly, the contract is modified as follows:
Under Section B.3, " Consideration and Obligation -- Cost Plus Fixed Fee," paragraphs a, e, and f are deleted in their entirety and replaced with the following in lieu thereof:
"a.
The total estimated cost to the Government for full performance of this contract is
$2,738,690.91 of which the sum of $2,554,918.90 represents the estimated reimbursable costs and of which $183,772.01 represents the fixed fee.
e.
The amount presently obligated by the Government with respect to this contract is $1,896,488.00.
f.
It is estimated that the amount currently allotted will cover performance through November 26,1998."
Section H.7 " Site Access Badge Requirement"is her,eby added in full text as follows:
" SITE ACCESS BADGE REQUIREMENT I
During the life of this contract, the rights of ingress and egress for contractor personnel must be made available as required. In this regard, all contractor personnel whose duties under this contract require their presence on-site shall be clearly identifiable by a distinctive badge furnished by the Government. The Project Officer shall assist the contractor in obtaining the badges for the contractor personnel. It is the sole responsibility of the contractor to ensure that each employee has proper identification at all times. All prescribed identification must be immediately delivered to the Security Office for cancellation or disposition upon the termination of employment of any contractor personnel. Contractor personnel must have this identification in their possession during on-site performance under this contract. It is the contractor's duty to assure that contractor personnel enter only those work areas necessary for performance of contract work, and to assure the safeguarding of any Government records or data that contractor personnel may come into contact with."
Under Section C, Subtask 2.4(3) is modified to add the following assessment:
"The Contractor shall complete an assessment utilizing Peach Bottom Plant data to perform jet pump failure analyses."
'x 1
Contract No. NRC-04-96-060 Modification No.10 Page 3 of 3 A summary of ot"; "or,s for this contract, from award date through the date of this action, is given below:
l l
JCN#
W6667 F6950 F6946 F6011 F6059 Y6008 Total l
100,000.00 l FY96 100,000.00 l
712,488.00 l FY97 577,503.00 90,000.00 44,985.00 120,000.00 l 970,000.00 l FY98 800,000.00 25,000.00 25,000.00 FY99 60,000.00 45,000.00 9,000.00 114,000.00 Total
$1,477,503.00
$150,000.00
$89,985.00
$25,000.00
$34,000.00
$120,000.00 This modification obligates FY99 funds in the amount of $114,000.00.
l All other terms and conditions of this contract remain unchanged.
l l
I
Statement of Work Revision Contract NRC-04-96-060, Modification No.10 for Task Area 2, Subtask 2.4(3)(Scientech's Task No. 6)
Maintenance of TRAC-BWR Thermal-Hydraulic Simulation Code for Reactor Transients i
TRAC-B Peach Bottom Jet Pumo Failure Core Coolability Analysis The objective of this contract modification is to provide additional TRAC-B assessment calculations of plant transients. Also, execution of this contract modification will provide additional thermal-hydraulic calculational information needed in Job Code W6529-8, Evaluation of Boiling Water Reactor Intemals, being undertaken within the Division of Engineering Technology of RES.
Information to be provided will be in the form of a sensitivity study on the effect of jet pump failures, during steady state and transient conditions, on the coolability of the core. The reference nuclear power plant to be used is Peach Bottom Unit 2. Sensitivity studies to be undertaken in this contract modification represents an extension of the assessment work indicated in contract modification #8 (Scientech's Task No. 6).
For the first task, the failure analysis using combinations of jet pump failures should be performed from steady-state full power conditions. These postulated failures will cause the core flow to decrease significantly and can open pathways between the core and the downcomer regions which further affects the core thermal and hydraulic responses. The maximum number of jet pump failures that can be tolerated without comprising the core cooling from steady-state full power operation are to be investigated.
The second task is to address the maximum number of jet pump failures that can be tolerated without comprising the core cooling under those transie'nt conditions that are being investigated in contract modification #8, i.e. feedline, steam, and recirculation line breaks. The recirculation line break is expected to pose the most limiting conditions for jet pump failure while the feedline break is anticipated to affect failure of the core spray line The recirculation line break will be used to identify the allowable number of jet pump failures. An additionallimiting or bounding case will also be performed that includes the effect of jet pump failure on a core spray line to study core coolability using the recirculation line break as the initial condition.
The thermal-hydraulic boundary conditions provided to the INEEL under the current work scope will enable the INEEL to assess the potential forjet pump and core spray failures. Following their evaluation of the consequences of the steam line break, feedline break, and recirculation line break using tiie thermal-hydraulic conditions frorqScientech, a recommendation as to which transient (s) should be used will be made by the INEEL. Scientech should work closely with the INEEL and the NRC to assure the appropriate transient is used as the initial condition as this may change based on the INEEL assessment for component failure.
l Subtask 2.4(3)b Perform Jet Pumo Failure Analyses from Steady-State Conditions Perform a sensitivity study to assess the impact of jet pump failure on core coolability from full power steady-state operating conditions. Investigste the effect on core coolability and imposed forces for the failure of one pair (i.e. 2 jet pumps), and several pairs of pumps. With this information and within the limits of TRAC-B modelability, perform additional analyses to obtain the maximum number of jet pumps that can fail but still maintain core coolability.
l
No cases are to be executed until the results of each previous analyses are discussed NRC, and the NRC agrees that next sensitivity case is to be undertaken.
i Estimated Effort:
3 staff-months Estimated Completion Date:
3 month following contract modification approval Subtask 2.4(3)c Perform Jet Pumo Failure Analyses from Accident Conditions Perform a limited set of analyses under accident conditions using information gained previous subtasks. The sequences are to be evaluated from accident conditions, with failures, until the increase in fuel temperature has reached limiting conditions or the c quenched. The thermal-hydraulic boundary conditions provided to INEEL will enable them assess the potential for jet pump and core spray failures.
Following their evaluation of the consequences of the steam line break, feedline break, and recirculation iine break using thermal-hydraulic conditions from Scientech, a recommendation as to which transient used will be made by INEEL. Scientech should work closely with the INEEL and the NR the appropriate transient is used as the initial condition as this may change based on assessment for component failure. A possible set of analyses is outline below:
- 1. Recirculation line break with the maximum allowable number of failedjet pumps as de from subtask 2.4(3)b above. Determine the maximum allowable number of Jr.t pump different from subtask 2.4(3)b.
- 2. Repeat (1) above but including failure of one core spray line.
f
- 3. Perform a feedline break analysis with a failure of a single core spray line.
However this set of analysis could be different depending.on the results of the PRA pe each step along the way.
Estimated Effort:
3.5 staff-months Estimated Completion Date:
7 months following contract modification approval All analyses will be performed and documented in accordance with QA procedures determ acceptable to the NRC.
i Subtask 2.4(3)b & 2.4(3)c efforts include execution of the analyses through core unco heating and quenching due to activation of core spray. These analyses will therefo duration than the previously identified analyses where the structural loads are the desired i
l parameter ofinterest rather than clad temperatures. The peak load forces typically occur within t first minute of each event. For the proposed jet pump analyses, the analyses will be exec much further in time.
Since the TRAC-B code has not been rigorously exercised for events undergoing a heatup and quench, some difficulties are anticipated.
Travel One three day trip to INEEL for one person is anticipated during this period of performance.
sv c-
.s.---r-
--v-ew
-1
+ver!-
-ep v-w-
--+
w
---w-v-
,-= -
we
-w-we w--
v-