ML20196C545
| ML20196C545 | |
| Person / Time | |
|---|---|
| Issue date: | 02/02/1988 |
| From: | Lee D, Thompson R NRC OFFICE OF ADMINISTRATION & RESOURCES MANAGEMENT (ARM), POWER SAFETY INTERNATIONAL |
| To: | |
| Shared Package | |
| ML20196C543 | List: |
| References | |
| CON-FIN-D-2177, CON-NRC-26-88-316 NUDOCS 8802160158 | |
| Download: ML20196C545 (22) | |
Text
y
~
'S P@9 "3.
,1 iS CONTRACTiS AY ATEO oROen..
" * "*, P l'.l
,.3 dWkRy/ CON. TRACT' *
'8 T"nOEa oeAS tis Crn 35on.
f 7
.u
"..
- I
- 2. CONT AAci rr.e. Ja.L JdeatJ No.
. 3,LF F LCitvL DAT L,
,.. REQV.StT QON/MJRCMA6L REQUL61 tPROJECT e.U. g
' I '."
.l i
NRC-26-88-316.
January 25,1s88 '-
- AED-88-316
'. y h AOu NisinRcO.y or. e e s. q. p Et-J',
c ressoc O.v.
, cog, l.
l'-
(JS Nuclear Regulatory Commission Division of Contracts Washington, D. C.
20555
- 4. DCLivE AY T. N AME AND AOORL$$ OF CONT R ACTOR (N.
.pe.t. city. eet.avy. Sessa d 24P C del PowerSafety International
'O roa oa'cm o'"ca a e.DesCOvNT rOR PaouaT PAv=cNT
~
~3315 Old Forest' Road
.P.' 0l.' Box 11886
.Lynchburg,VA E4506-1886 f
IO. SUOMIT INVOICES.. ltTLu
- << a.pu..u
.~. -
eeke.reett1.di TO THE ADORESS SNM M coog
' F ACtLITY COOE at.PAvutNT wiLL st uAOL ev,.
gg a 3.snia 10/MARM F OR CODE livision of Nctg. 5y CommibbV/COM Accounts IS Nuglear R ulato ion F1n.,.
See Section..F.2', herein.
LSfetion', Washinigton,'OC.20555 ORliv FO R U$4NG OTHE N THAN F ULL AND OPEN COMPCT 4.,
1.. ACCOUNTING AND AP8AOPRI Al EON OAT A
- 13. U 31 X0200.828 OioU.SC.23o.un i
..i U.S C. 25)an i
82-19:01-05 Fin no. 02177 1339.670.00 15A. tTEM NO 158. SUPPLIES /SE RVICE S 15C. OU ANTIT Y 250. UNfT 15E. UNIT PRICE ISF.. AMOUNT -
Leass/ Purchase of a Babcock &
Wilcox NSSS pressurized water reactor control room simulator in accordance with the Specification /
Work Statement, herein, as implmented by PowerSafety International's Proposal No. BEA 090887ECl, as anended.
15G. TOTAL AHOUNT OF CONTRACT > $
l
- 16. TABLE OF CONTENTS OESCRIPTION lP AGE t$l W l$EC. l OESCRIPTION lP ACE LSI M lSE C. l PAnf te ~ CONTR ACT Cl*AU$ES PART l-T HC SCHCOULE
.X A
SOLICITATION / CONTRACT FORM l
Xl t l CONTR ACT CLAUSES l}/-
)
Y B
SUPPtlES OR SERVICES AND PRICES / COSTS
- 7 PANT ist - LIST OF OOCUuENT S. E MMtetT S AND OTHC R ATT AC.
y C
DESC644PTION/ SPECS /,v0RK ST ATEMENT q
A[J l LIST OF ATTACHMENTS l 2l X
0 PACK AGING ANO MARKING h
PAR T 0V - RE PR E$ENT ATIONS AND IN$f RUCTIONS REPRESENTATIONS.CERiff tCAT!ONS AND'.
r X
E INSPECTION ANO ACCEPT ANCE Q
K Ott<ER ST ATEu(NTS Or OFFERORS X
F Of ttvf R8ES OR PERFORMANCE 9
l
^
G CONTR ACT ADMINIST R ATION OATA lO-L INST R$.. COf JOS.. AND NOTICE S T O OF F E RORS _
f X
-H SPECiAL CONTRACT REOuiREuf uTS 14 u'
tvAtuATiON F ACTORS FOR AWARD
'l CONTRACitNG omCER Wili COMPL ETE ITEM 17 0R 18 AS APPLICA8t f
.j CONT R' ACTO 6 NcoOfi AT cO'AcaccMcNT <ce ~ce.,6 n.
n e. O A-Aa o. <c >~< '
- < ~~ ~< < J,. aa 4 <." </ v -
~
i r.
c.... <. u....na o
.n.... s.un.n N,,-
T.r.a.,'?.*J.'/J'".a.,.!.iL T u,...J.:.: W*?in..f." *.*t.a
. f.*"?L" T.
.ans u..e asu s -.
.,..s,r ~
7.3'.'.?..:nJr..".,'P. %.t.,* J74..'.r";i.J.".'P.:" .JL.'.l0... 1", '.;.* J. r','.i 4,',
T n.
.--~i i.
o,. c w~
..==.n....o v.,.
W
. o.a..i.
.a. T..,~.,o,....n..i~- -..u., i :ea
...., ~
. n.1'.. ~,~.' 0.?':!TC.. #.'7J.'f'.'O'.N, u.1.3.',".?.W:J'4"Cu*'."f;
t'l;P"*"*"*-"'"""*"'"*'*""""""""'*"""'*~'"'
< mas
.u
- a. u <.o J
20A. P.AML OF CONT R AC i tNG OF F ICC M 19A.
E ANO,141 LL OF b4GNE R (TTPe Pe.aff M
b RpidD. Thompson MC RfC A 20C OAIL S.GNLD 8,C.O AIL 5GNED 7.UyytO51ATC$
4 9 0. N'A ti-F COHi mp"10 A {
/E PJS,c@ '
O,no,,
F 1/11/88 w7 2, Vy y
_ g,w e.,.,>,,
L.,....,
iv
<,,,m.,.
.., 9,
yn 1
24 104 p...c. t o
.y G t A NSN F5 043193 4049
- a C vtOUS (011:0N UNUS Aett
"('"'"'
. i se,te m. P. o..c oNiu : ini %wunan 0802160158 880202 PDR CONTR NRC-26-88-316 PDR
s REFERENCE NO. OF DOCUMENT SEING CONTINUED PAGE OF CONTINUATION SHEET NRC-26-88-316 2
,,0c, NAME OF OFFEROR OR CONT RACTUR PowerSafety International ITEM NO.
SUPPLIES / SERVICES OUANTITY UNIT
. UNIT PRK*.E AMOUNT Section B - Supplies or Services and Prices / Costs 1.
Simulator lease - Fis' cal Year. 988 (from 1
date of completed testing thru,9/30/88) 1 LOT No Charge No Charge
$53,900.00 la.
tiarranty for-hardware-and-softwarc per 1
_DUT Section H.6, herein lb.
Simulator upgrade to meet NRC specifications 1
LOT
$179,300.00 2.
Option: Simulator Lease - Fiscal Year *1989 1
LOT
$110,200.00 l 3.
Option: Simulator lease - Fiscal Year 1990' 1
LOT
$110,200.00 4.
Option: Simulator Lease - Fiscal Year 1991 1
LOT
$110,200.00 5.
Option: Simulator Lease - Fiscal Year 1992
'l LOT
$110,200.00 6.
Option: Simulator Lease - Fiscal Year 1993 1
LOT
$110,200.00 7.
Option: Simulator Purchase Af ter Lease Period 1
$39,600.00 8.
Documentation 1
LOT
$9,150.00 9.
Training Materials and Tra161ng Aids 1
LOT
$1,920.00 10.
Simulator Spare Parts 1
LOT
$31,100.00 11.
Transportation, Rigging and Unloading of Simulator I
LOT
$55,300.00 12.
Installation in NRC facility and startup i,
assistance 1
LOT
$9,000.00 l
13.
Option: EFIC Simulation Upgrade per Power Safety Proposal No. BEA090887EC1 (0ption price in effect through 12-31-88, Price is negotiable thereaf ter. See Section H 7, 1
LOT
$90,600.00 herein).
TOTAL (EXCLUDING OPTIONS)
$339,670.00
- Fiscal Year is defined as October 1 through September 30.
CSei 760441.tl2-4oe p 36 109 STANDARO FORM 36 ( Atv.10 e 3)
PRCtf tOUS EDITIOf4 tsSAGLC eCP0 t 198) 0 - 381.$26 (W50) r' a (s cn
.Ila
NRC-26-88-316 PAGE 3 i
i B.1 Brief Description of Work
~
The contractor shall provide to the NRC a Babcock & Wilcox (B&W) nuclear steam supply system (NSSS) pressurized water reactor control room simulator. This simulator will enable the NRC to train NRC inspectors, operator license examiners and other technical personnel in the operation of and appropriate methodology for inspecting B&W NSSS pressurized water reactors.
It is anticipated that the contractor will lease the system to the NRC for six years with the option to purchase the systems at the end of the sixth year. The contractor will relocate the simulator to the NRC Technical Training Center (TTC) in Chattanooga, TN. NRC instructors wil operate the simulator for all NRC training.
For the term of the contract, the NRC is guaranteed unlimited use of the simulator.
B.2 Consideration and Obligation The firm fixed price of this contract is $339,670.00 (exclusive of options).
Payment will be made upon completion / delivery and acceptance of all requirdd products / services.
Section C - Description / Specifications / Work Statement C.)
Statement of Work
1.0 BACKGROUND
The NRC Technical Training Center (TTC) has leased PWR simulator time on the Tennessee Valley Authority's (TVA) Babcock and Wilcox (B&W) s PWR simulator for the past several years for the purpose of training NRC staff personnel in PWR technology. Because of the recent move of the TVA simulator from the Chattanooga area to the Bellefonte Site in Alabama, and to integrate simulator training into B&W classroom training programs, the NRC is interested in the lease or lease-purchase of a Babcock and Wilcox Nuclear Steam Supply System PWR simulator.
This PWR simulator will he available to the NRC staff as l
specified below in the Statement of bark.
2.0 WORK REQUIRED The Contractor shall perform the following tasks:
1.
The Contractor shall make available to the NRC a Cabcock & Wilcox IW. lear Steam Supply System PWR simulator under a lease-purchase plan in accordance with the terms of this contract, as implemented by PowerSafety International's Technical Proposal No. BEA090887EC1 dated 9/23/87 and revisions dated November 17, 1987 and December 18, 1987. This Babcock and Wilcox PWR simulator shall satisfy the following specific requirements :
i
.T s,
NRC-26-88-316 l-P/GE 4 i
a.
The simulator shall be a full scope. simulator with an operating, planned, or previously. planned acd subsequently cancelled Babcock and Wilcox PWR nuclear plant as the reference plant for the simulator design.
-b.
The simulator shall have successfully completed an accep-tance testing program and should have been utilized for training.
c.
The simulator shall consist of control room panels that duplicate the pertinent control room benchboards and con-soles in outward appearance and function so that the NRC staff can duplicate modes of reactor operation including heatup, startup, shutdown, cooldown, nomal operations, abnormal operational transients, and accidents.
The actual reactor, reactor auxiliary, and balance of plant equipment external to the control room of a nuclear plant (including circuits, pumps, pipes, and valves) shall be represented by mathematical models programed to operate realistically and in real-time mode on a digital computer.
Peripheral systems such as building ventilation, radwaste, area and process radiation monitoring,'and instrument air shall be simulated to the degree required by the simulator control room instrumentation.
d.
The control room panels provided with the simulator shall consist of the following as a minimum:
Primary System Control including (makeup and purifica-1.
tion and reactor coolant systen RCS).
2.
Reactor control and integrated control system (ICS).
3.
Turbine Control 4.
Secondary systems including feedwater, condensate, heater drain and condenser systems.
5.
Electrical including offsite and class IE and non class 1E onsite systems and diesel generator.
6.
Engineered Safety Features Actuation System.
7.
Engineered safety features equipment panel, The simulator s' hall be capable of simulating continuously e.
and in real-time a complete hot or cold startup of a Babcock and Wilcox PWR power plant to a steady state full J
load condition, load changes, and a complete shutdown to a hot or cold condition.
It shall also provide the capability for conducting pre-startup checks of systems that are normally conducted from the control room.
NRO-26'-88'-316-PAGE 5 1
f.
The simulator's PWR core simulation shall. respond 'to the transient responses caused by changes in fuel depletion, i
burnable poison depletion, moderator boron concentration, moderator temperature, moderator density, moderator void fraction, fission product inventory, doppler reactivity, and control rod reactivity.
g.
The sinulator's modeling shall be capable of two-phase flow and steam bubble formation in the RCS.
h.
The simulator shall calculate PWR plant system parameters corresponding to particular operating conditions, display these parameters on the appropriate instrumentation, and provide proper alann and/or protective system action when predetermined limits are approached or exceeded, i
1.
The simulator shall be capable of being initialized at the instructor's console to any one of a series of initial conditions. Selection of an initial condition shall cause the simulator to generate and distribute to the appropriate instrumentation the plant parameters corresponding to the selected mode of operation. The software system shall be capable of identifying differences in appropriate switch and instrument settings as part of a switch check in the initialization sequence. The minimum acceptable number of initial conditions associated with the simulator shall be thirty (30).
j.
The simulator shall duplicate real system, instrumentation, and equipment failures and malfunctions, together with-system changes initiated at the instructor's console.
It shall be possible to establish a predetermined sequence of malfunctions, with the sequence being triggered by actual clock time, or by the instructor from the instructor's
)
console or remote control device. Once a system malfunction is actuated, it shall result in the same logical sequence of events, including initiation of applicable protective devices, safeguards, and annunciators that would occur under the same conditions in the actual plant. Appropriate malfunctions such as pipe breaks shall have the capability of being changed in magnitude with time.
k.
The NRC desires that the simulator have the capability to fail controllers and control board meters high, low, or as is, from the instructor's console.
1.
The NRC desires that the simulator have the capability to fail individual bistables in the instrumentation systems high, low, or as is, from the instructor's console.
NRCa26-88-316' PAGE 6 m.
The simulator shall have the capability to fail annunciator windows and status lights on, off, or as is, from the instructor's console.
n.
The simulator shall have 'the capability to simulate a sufficient number of locally operated equipment to provide realistic simulation of the operation of power plant opera-tions.
o.
The NRC desires that the process computer system be simulated to provide at a minimum the following functions:
continuous alarm function, process variable trend recording, post-trip logs for reactor and turbine trips, sequence of events logs, and calorimetric calculations.
Devices suitable for hard-copy printout of all available computer logging functions shall be provided.
p.
The simulator shall have a display control system or equivalent which acquires simulator data, converts the data into a meaningful fom, and displays the results on colored cathode ray tubes (CRT's) on the main control board. The parameters present on these CRT's shall be color coded to aid in locating specific information and decrease comprehension time. The infomation presented on the CRT screens shall be dynamic in nature in that it changes when the value/ status of the parameter it represents changes, q.
The simulator should have an operable Safety Parameter Display System (SPDS) or equivalent installed. This SPDS function should consist of color display screens and associated computer equipment and peripherals to provide displays which would assist the control room operator determining the safety status of the plant and in mitigating the effects of abnomal transients to avoid degraded core conditions during abnormal and emergency operations. This shall include AT0G displays at a minimum.
r.
The simulator shall have a "snapshot" capability to allow the instructor to store a particular set of conditions that exist at any instant for future recall as additional simulator initialization modes, s.
The simulator shall have a "freeze" capability to allow the instructor to "freeze" the progressinn of all dynamic simulation. All equipment, including the time axis on chart recorders, shall remain static at the condition existing just prior to the initiation of the "freeze".
Removal of the "freeze" shall result in continuation of the dynamic simulation with no spurious responses in displayed parameters, t.
The simulator shall have the capability for "fast" and "slow" time operation while maintaining the accuracy of J
IlRC 4 =8.3 3j g 3
PAGE 7 dynamic simulation. Changing between "real, fast and slow", time simulation shall be accomplished without spurious responses in displayed parameters.
u.
The NRC desires that the simulator be equipped with a wireless, hand-held remote control device to allow the instructor to initiate actions such as malfunctions and freeze.
v.
The simulator shall have the capability for generating hard copies of transient curves of plant parameters on an exter-nal multi-point chart recorder or equivalent device, w.
The simulator documentation shall include the following as a minimum: simulator design specification of simulator i
models as written by the simulator vendor (and modified by the centractor if such modifications have been made);
program listings of simulator models reflecting current status; simulator operating manuals; simulator maintenance history: simulator trouble reports / change requests; simulator hardware drawings; simulator hardware manuals; system design specifications and system descriptions for the simulator reference plant; system elementary drawings for the simulator reference plant, and piping and instrumentation drawings (P&ID's) for the simulator reference plant.
x.
Other existing documentation such as training manuals, lesson plans, operating and emergency procedures, training i
drawings and other training materials which presently exist shall be supplied with the simulator, y.
The simulator panels shall be of a size which would permit installation into a standard office building.
2.
The Contractor shall provide a list describing existing simulator trouble reports / change requests and a description of a plan to resolve those items to the satisfaction of the NRC.
l 3.
The Contractor shall provide specifications necessary to prepare a space at the TTC facility for installation of the simulator.
The specification shall include but are not limited to:
electrical, air conditioning, square footage, panel dimensions, lighting and any other specific requirements for simulator installation.
4.
The Contractor shall provide the existing inventory of spare parts for the simulator and associated equipment to the NRC.
5.
The Contractor shall physically move the sinulator from its present location to the NRC training facility located in the Osborne Of fice Center in Chattanooga, TN.
5, NRC-26-88-316 PAGE 8 l
~
6.
The Contractor shall contract.with a competent rigging company capable of moving the simulator equipment into the Osborne Office Center, once it has. been transported to Chattanooga.
7.
Once the simulator and computer equipment has been relocated to the Osborne Office Center, the Contractor shall reassemble the simulator, make all appropriate electrical and electronic connections, perfonn all required diagnostic checks, and perfonn an operational test of the simulator in order to certify its readiness for NRC training. This installation and testing shall be accomplished such that the simulator will be available for NRC instructor training by Maiy 31, 1988.
r
'~
The NRC shall ' rovide its own maintenance and operational 8.
p support either through a contractor or by NRC employees. The NRC may, as part of this operational support, perfom software and hardware modifications, to correct deficiencies and enhance the training effectiveness of the simulator. A complete log of all modifications shall be maintained by the NRC.
Section D - Packaging and Marking 0.1 Packaging and Marking When Delivering a Product The Contractor shall package material for shipment to the NRC in such a manner that will insure acceptance by comon carrier and safe j
delivery at destination.
Containers and closures shall comply with the Interstate Comerce Commission Regulations, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation. On the front of the package, the Contractor shall clearly identify the contract number under which the product is being provided.
i Section E - Inspection and Acceptance E.1 Place of Inspection and Acceptance Inspection and acceptance of the deliverable items to be furnished hereunder shall be made by the Project Officer at the destination.
4
HRC-26-88-316 PAGE 9 Section F - Deliveries and Perfomance F.1 Deliverable End' Items a.
Babcock & Wilcox PWR NSSS' simulator delivered, installed, and successfully completed acceptance testing described in paragraph C.1.2.7. herein b.
d'ocumentation 1
m c.
training materials and training aids d.
spare. parts
- F.2 Place of Delivery The items to be fuYnished hereunder shall be delivered, with all transportation charges paid by the Contractor, to:
U.S. Nuclear Regulatory Comission Contract Number: NRC-26-88-316 ATTN: Stephen Showe Technical Tr.aining. Center Osborne Office Center Chattanooga, TN 37411 F.3 Time of Delivery The deliverable end items shall be provided in accordance with the following schedule:
simulator - shall.be installed and fully operational no a.
later.than May 31, 1988, b.
simulator documentation - not later than at time of delivery of the simulator.
training materials and training aids - not later than c.
at time of delivery of the simulator.
d.
spare parts - not later than at time of delivery of the simulator.
F.4 Duration of Contract Period This contract shall commence on the effective date reflected in bleck 3 of the SF-26 and will expire September 30, 1988. The duration of the contract will be extended upon NRC's exercise of each option.
i F.5 FAR Citations l
Section G - Contract Administration Data I
G.1 Method of Payment Payment under this contract will be made by wire transfer a.
through the Treasury Financial Communications System for each individual papent in excess of $25,000 and by Treasury check j
for each individual payment of $25,000 or less.
- ~,
,.#m. c.-e
- 7.., ~.
NRC-26,-88-316 PdG'E10 b.
In the event that the Contractor's financial institution has access to the Federal Reserve Communicat' tons System, the Contractor shall forward the following information in writing to the Contracting Officer within seven days after the effective date of the contract.
1). Name and address of organization.
2). Contact person and telephone number.
- 3).- Name and addres.s of financial institution.
4). Contractor's Financial institution's 9-digit ABA identifying. number for routing transfer of funds.
5). Telegraphic abbreviathn of Contractor's financial institution.
J 6). Account number at Contractor's financial institution.
a, 7). Signature and title of person supplying this information.
In the event the Contractor's financial institution does not c.
have access to the Federal Reserve Communications System, the Contractor shall forward the following information with regard The to a corre'spondent or alternate financial institution.
information shall be in writing and submitted to the Contracting Officer within seven days after the effective date of the contract.
1). Name and address of organization.
2). Contact person and telephone number.
3). Name and address of financial institution.
4). Telegraphic abbreviation of Contractor's financial institution.
5). Account number at Contractor's financial institution.
6). Name and address of the correspondent financial institution that has access'to the Federal Reserve Communications System.
7). Correspondent financial institution 9-digit ABA identifying I
number for routing transfer of funds.
8). Telegraphic abbreviation of correspondent financial institution.
9). Signature and title of person supplying this information.
Any changes to the infonnation furnished under this clause shall d.
be furnished to the Contracting Officer in writing.
It is the Centractor's responsibility to furnish these changes promptly to j
avoid payments to erroneous bank accounts.
fiRC4g6-6,8-31,6 i
PAGE 11 l
G.2 Payment Due Date.
Payments under this contract will be due 30 calendar days after a.
the later of:
1)
The date of actual receipt of a proper invoice in accordance with the attached "Billing Instructions", or,
T,e date the final deliverable product / service is accepted 2) h by the Government.
b.
For the purpose of determining the duc 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 I
product / service performed in accordance with the terms of the contract.
If the final product / service is rejected for failure to conform c.
to the technical requirements of the contract, the provisions in paragraph b of this clause will apply to the new delivery of the final product / service, d.
The date of payment by wire transfer through the Treasury Financial Communications 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 $25,000 or less.
G.3 Interest on Overdue Payments.
a.
The Prompt Payment Act, Public Law 97-177(96 STAT.85,31USC 1801) is applicable to payments under this contract and requires the papent of interest to Contractors on overdue payments and improperly taken discounts.
b.
Determinations of interest due will be made in accordance with the provisions of the Prompt Payment Act and Office of Management and Budget Circular A-125, Vol. 47 Federal Register 37321, August 25, 1982. Among other considerations, OMB Circular A-125 provides that:
1)
Interest penalties are not required when payment is delayed because of a disagreement over the amount of payment or other issues concerning compliance with the terms of the contract.
2)
Whenever a proper invaice is paid after the due date plus 15 days, interest will be included with the payment at the interest rate applicable on the payment date.
Interest will be computed from the day af ter the due date through the payment date.
,NRC-26-88.-3[6 PAGE 12 G.4 Remittance Address If item 15c. of the Standard Form 33 has been checked, enter the remittance address below.
Name:
PowerSafety International Address:
Post Office Box 79135 Baltimore,- Haryland 21279-0135
~
G.5 Project Officer Authority The Contracting Officer's authorized representative hereinafter a.
referred to es the Project-OfficoY for this contract is:
Name: Steven.Showe.
Addressi~0$~huHea7 Regulatory Comission Technical Training Center, Suite 200 Osborne Office Center, Chattanooga, TN Telephone Number:
(GIS) 899-1267 b.
The Project Officer is responsible for:
1)
Monitoring Contractor performance and recomending to the Contracting Officer changes in requirements.
2)
InspectingandacceptIngproducts/servicesprovidedunder the contract.
3)
Reviewing all Contractor invoices / vouchers requesting payment for products / services provided under the contract and making recomendations for approval, disapproval, or suspension.
The Project Of ficer is not authorized to make changes to the c.
express terms and conditions of this contract.
G.6 Payment Schedule All invoices shall be submitted in accordance with the following schedule and shall follow instructions provided in the clause entitled "Payment Date," and the Billing Instructions, Attachment 1, to the contract.
Line Item Number 1.
Not applicable.
la.
Upon completion of delivery, installation, testing and acceptance of the simulator 1b.
Upon completion of delivery, installation, testing and acceptance of the simulator 2.,
3.,
Invoice at the end of the month in twelve monthly 4.,
5.,
installments of 59,183.33 each, beginning with 6.
October of each year, through September of each year 7.
At the time the option is exercised
NRC464%Ql,6 j
b*
PAGE'13' g
j o,
8.
Upon NRC receipt and acceptance 9.
Upon NRC receipt and acceptance 10.
Upon NRC receipt and acceptance 11.
Upon completion of the effort 12.
Upon completion of the effort 13.
Subject to mutual agreement upon exercise of the option (End of rh m d l
Section H - Special Contract Requirements H.1 Safety, Health, and fire Protecr. ion.
The Contracter shall take all reasonable precautions in the performarce 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 applicable health, safety, and fire protection regulations and requirements (including reporting requirements) cf th'e Comission and In the cvent that the Contractor fails to the Department of Labor.
comply with said regulations or requirements, the Contracting Officer nay, without prejudice to any other letal or contractual rights of the Comissien, issue an order stopping all or anf part of the work; thereafter, a start order for resumption of work may be issued at the The Contractor shall make no discretion of the Contracting Officer.
claim for an extension of time or for compensation or damages by reason of or in connection with such work stoppage.
H.2 Return of Simulator
~
In the event this contract is terminated or options to continue A.
the lease are not exercised, the NRC will at its risk and expense move and ship the simulator back to its original location to mitigate the contractor's loss. However, the NRC
^
shall not be so obligated if the option to purchase the simulator st the conclusion of the lease tem is not exercised.
The shipment will be accomplished through a Government Bill of Lading, subject to the "Availability of Funds" clause (FAR-Clause 52.232-18) herein.
Should the NRC decide not to proceed with the purchase of the B.
simulator upon expiration of the lease, the simulator shall be restored to the condition as delivered, except for those alterations, additions, or improvements to the simulator whichThe were made with the prior written consent of the contractor.
as delivered condition (in the condition at the time of completion of verification checks and startup assistance specified in paragraph 2.7 of the Statement of Work in Section C. herein) shall be established by a test conducted by the NRC and witnessed by the contractor prior to the contractor dismantling and transporting the simulator to its ultimate destination.
NRC.:26-88.31h PAGE 14 H.3 Ntion to Purchase Other Documents and Spare Parts
~
vhere is hereby created in the Government an option to'purcnase:
(1) technical and reference documents and additional training materials; (2) ' spare pa"rn avdilable from the contractor on an as needed basis at any time during the tem of the contract.
(3) surplus equipment to be used as training aids.
' ~ "
The-Contracting Officer will give the contractor 15 days preliminary written notice of its intent to exercise this option at which time the contractor will provide a price quotation for such purchases.
Such preliminary notice shall not be deemed to comit the Government to the exercise of this option.
Any items acquired under the authority of this clause shall be by Supplemental Agreement to the contract, citing this clause. The exact item descriptions, quantities, prices, and delivery times shall be mutually agreed upon and set forth therein.
H.4 Maintenance The contractor grants to the NRC permission to allow the NRC or a third party to operate and maintain the simulator and its related equipment during and, if NRC elects to purchase the simulator, following expiration of the lease period.
H.5 Limitation of Liability Neither Contractor nor its subcontractors shall be liable for loss by reason of plant shutdown, non-operation or increased expenses of operation of other equipment, or any other consequential loss or damage.
This Limitation shall not be construed to relieve the Contractor from any public liability, nor shall it be construed as an undertaking by the Government to indemnify the Contractor i
against such public liability.
j H.6 Warranties The following warranties are provided under this contract.
No other warranties apply.
a.
Software Warranty..
PowerSafety will warranty that the software modifications described in Section VI of the subject proposal will be made and that they will correct the deficiencies described in Section V without adversely affecting existing software.
Warranty compliance will be demonstrated by the ATP.
powerSafety will correct nonconforming conditions and retest to ensure compliance.
This warranty is invalidated by any sof tware modifications or changes performed by any one other than PowerSafety International or its designated representatives.
NRC-26-88-316 PAGE 15' s
b.
Hardware Warranty...
PowerSafety will warranty any hardware defects caused by the l
move of the simulator to the NRC Technical Training Center for a period of thirty days after final acceptance by the NRC of the simulator.
If a hardware problem occurs during the warranty period, PowerSafety will correct the problem and determine whether the problem was caused by the mgve or by other sources.
If PowerSafety determines that the problem was not related to the simulator move, the NRC will be invoiced for materials, travel, living and labor associate.d with correcting the problem.
H.7 Option for EFIC Simulation Upgrade At the option of the Government, the scope of work of this contract may be modified to provide the EFIC Simulation Upgrade as described in PowerSafety International's Technical Proposal dated September 23, 1988, as amended.
The Contracting Officer will give the contractor 30 days preliminary written notice of its intent to exercise this option.
The implemeatation af the upgrade will be conducted according to a schedule mutually agreed upon by the Government and the contractor at the time the option is exercised and shall be set forth in a Supplement Agreement to the contract.
The price for the upgrade is set forth in the schedule, Section B.,
herein, for exercise of the option during calendar year 1988.
If the option is exercised at any other time during the contract, the contractor will provide a new price proposal for the Government's consideration and the parties shall mutually agree to a price at such time.
The Government may exercise the option to provide for this upgrade, described above, at any time during the period of this contract.
(End of Clause)
l NRC-26-88-316 PAGE 16 PART II - CONTRACT CLAUSES Section 1 - Contract Clauses 52.217-9 OPTION TO EXTEND THE TERM 0F THE CONTRACT--SERVICES.
(APR 1984)
(a) The Government may extend the tem of this contract by written notice to the Contractor within the time specified in the Schedule; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not comit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option provision.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years, six months.
(End of clause (R 7-104.27 c R 1-1.1508-2 d 52.233-3 PROTESTAFTERAWARD(JUN1985)
(a) Upon receipt of a notice of protest (as defined in 33.101 of the FAR) the Contracting Officer may, by written order to the Contractor, direct the Contractor to stop perfornance of the work called for by this contract. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall imediately 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. Upon receipt of the final decision in the protest, the Contracting Officer shall either--
(I) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract.
(b) If a stop-work order issued under this clause is canceled either before or after a final decision in the protest, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract sball be modified, in writing, accordingly, if--
(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 requests an adjustment within 30 days after the end of the period of work stoppage; provided, that if the Contracting Officer decides the facts justify the actEn, the Contracting Officer may receive and act upon the request at any time before final papent under this contract.
(c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience 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.
NRC 26-88-316 PAGE 17 (e) The Government's rights to terminate this contract at any time are not affected by action taken under this clause.
(End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE.
(APR 1984)
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 E 52.246-2 INSPECTION OF SUPPLIES--FIXED-PRICE.
(JUL 1985) 52.246-4 INSPECTION OF SERVICES--FIXED-PRICE.
(APR 1984)
Section F 52.212-13 STOP-WORK ORDER.
(APR 1984) 52.247-34 F.O.B. DESTINATION.
(APR 1984)
Sectionf 52.202-1 DEFINITIONS.
(APR 1984) 52.203-1 0FFICIALS NOT TO BENEFIT.
(APR1984) 52.203-3 GRATUITIES.
(APR 1984) 52.203-5 COVENANT AGAINST CONTINGENT FEES.
(APR1984) 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUL 1985) 52.215-1 EXAMIL JION OF RECORDS BY COMPTROLLER GENERAL.
(APR 1984) 52.215-2 AUDIT 4 N GOTIAT!0N.
(AFR1984) 52.215-22 PRICE REOUCTION FOR DEFECTIVE COST OR PRICING DATA.
(APR 1984) 52.215-23 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA--
MODIFICATIONS.
(APR1985) 52.215-24 SUBCONTRACTOR COST OR PRICING DATA.
(APR 1985) 52.215-25 SUBCONTRACTOR COST OR PRICING DATA--MODIFICATIONS.
(APR 1985) 52.215-26 INTEGRITY OF UNIT PRICES (JUL 1986) 52.215-33 ORDER OF PRECEDENCE.
(JAN1986) 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM.
(APR 1984) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL DISADVANTAGED BUSINESS CONCERNS., (JUN 1985) 52.219-13 UTILIIATIONOFWOMEN-0WNEDSMALLBUSINESSES.
(AUG 1986) 52.220-3 UTILIZATION OF LABOR SURPLUS AREA CONCERNS.
(APR 1984) 52.222-3 CONVICT LABOR.
(APR1984) 52.222-26 EQUAL OPPORTUNITY.
(APR 1984) 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL CISABLED AND VIETNAM ERA VETERANS (APR1984) 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS (APR 1984)
NRC-26-88-316 PAGE ~
18 52.223-2 CLEAN AIR AND WATER.
(APR1984) 52.225-3 BUY AMERICAN ACT--SUPPLIES.
(APR1984) 52.227-1 AUTHORIZATION AND CONSENT.
(APR 1984) 52.227-3 PATENT INDEMNITY.
(APR1984) 52.229-3 FEDERAL, STATE,ANDLOCALTAXES(APR1984) 52.229-5 TAXES--CONTRACTS PERFORMED IN U.S. POSSESSIONS OR PUERTO RICO. (APR 1984) 52.232-1 PAYMENTS. (APR 1984) 52.232-8 DISCOUNTS FOR' PROMPT PAYMENT.
(JUL 1985) 1 (APR 1984) )
52.232-11 EXTP.AS.
52.232-17 INTEREST.
(APR 1984 52.232-18 AVAILABILITY OF FUNDS.
(APR 1984) i 52.232-23 ASSIGNMENT OF CLAIMS.
(JAN 1986) 52.233-1 DISPUTES. (APR 1984) i 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EOUIPMENT, AND 1
VEGETATION. (APR 1984) 52.243-1 CHANGES--FIXED-PRICE.
(APR 1984)--Alternate II.
(APR l
1984) 52.244-1 SUBCONTRACTS (FIXED-PRICE CONTRACTS)
(JAN 1986) 52.244-5 COMPETITION IN SUBCONTRACTING.
(APR 1984) 52.246-24 LIMITATION OF LIABILITY - HIGH VALUE ITEMS (APR 1984) 52.246-25 LIMITATION OF LIABILITY--SERVICES.
(APR1984) l 52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE).
(APR 1984) j 52.252-4 ALTERATIONS IN CONTRACT.
(APR 1984)
Portions of this contract are altered as follows:
(End of clause)
(R 7-105.1(a) 1949 JUL) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE).
(APR1984)
(a) (1) The Government may, subject to paragraphs (c) and (d) below, by j
written notice of default to the Contractor, terminate this contract in whole
)
or in part if the Contractor fails to--
(i) Deliver the supplies or to perform the services within the time specified in this contract or any extension; (ii) Make progress, so as to endanger perfomance of this j
contract (but see subparagraph (a)(2) below); or j
(iii) Perform any of the other provisions of this contract (but i
see subparagraph (a)(2) below).
(2) The Government's ri subdivisions (1)(ii) and (1)(iii)ght to teminate this contract under above, may be exercised if the Contractor does not cure such failure within 10 days (or more if authorized in writing by the Contracting Officer) after receipt of the notice from the Centracting Officer specifying the failure.
(b) If the Government teminates this contract in whole or in part, it may acquire, under the tems and in the manner the Contracting Officer considers appropriate, supplies or services similar to those teminated, and the Contractor will be liable to the Government for any excess costs for those supplies or services. However, the Contractor shall continue the work not teminated.
1 NRC-26-88-316 PAGE 19 1
l (c) Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perfcnn the contract arises from causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include (1) acts of God or of the public enemy, (2) acts of the Government in either itsJsovereign or contractual capacity,(8))freightembargoes,and(9)unusuallysevereweather. fires, (4) floods, (3
- strikes, In each instance the failure to perfonn must be beyond the control and without the fault or negligence of the Contractor.
(d) If the failure to perform is caused by the default of a subcontractor
)
at' any tier, and if the cause of the default is beyond the control of both the Contractor and subcontractor, and without the fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted supplies or services were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule.
(e) DELETED.
(f) The Government shall pay contract price for completed supplies delivered and accepted. The Contractor and Contracting Officer shall agree on the amount of paynent for manufacturing materials delivered and accepted and for the protection and preservation of the property. Failure to agree will be a dispute under the Disputes clause. The Government may withhold from these amounts any sum the Contracting Officer determines to be necessary to protect the Government against loss because of outstanding liens or claims of fomer lien holders.
(g) If, af ter temination, it is detemined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the 1
convenience of the Government.
(h) The rights and remedies of the Government in this clause are in i
addition to any other rights and remedies provided by law or under this contract.
(End of clause)
(R 1-8.707)
{
(R 7-103.11 1959 AUG)
NRC-26.88.-316 PAGE ~ 20
.PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS j
Section J - List of Attachments J.1 Attachments' i
Attachment Nur.ber Title 1
Billing Instructions E
o m
e
~
l i
i l
1
+
u
1 L
(REVISED-4/87)
BILLING INSTRUCTIONS FOR F1XED PRICE CONTRACTS AND PURCHASE ORDERS General. The contractor shall submit vouchers or invoices as prescribed herein.
Form. Claims shall be submitted on the payee's letterhead, invoice or on
.the' Government's Stan ard Form 1034 "Public Voucher for Purchases and d
Services Other Then Personal," and Standard Form 1035 "Public Youcher for Purchases Order Other.Than Personal -- Continuation Sheet." These forms are available from the Government Printing Office, 701 North Capitol Street, Washington, DC 20801.
Number of copies and Mailing Address.. An original and six copies shall be submitted to NRC offices identified below.
Frequency. The contractor shall submit an invoice or voucher only after
~
hRC's final acceptance for services rendered or products delivered in performance of the contract unless otherwise specified in the contract.
Preparation and Itemization of tne Vauche.. The voucher shall be prepared
' n ink or typewriter (without strikeovers) and corrected or erasures must be i
initialized.
It must include the following:
(a) Payor's ncme and address.
(i) Address the original voucher (with 4 copies) to:
U.S. Nuclear kegulatory Commission, Division of Accounting and Finance. ATTH: GOV /COM Accounts Sections, Washington, DC 20555.
(ii) Address 2 copies to:
U.S. Nuclear Regulatory Commission, ATTN: E. L. Halman, Director, Division of Contracts, Washington, DC 20555. (iii) The* original copy of the voucher should indicate that (2) copies have been forwarded to the Contracting Officer.
(b) Voucher number.
(c) Date of voucher.
(d) Contract number and date.
(e) Payee's name and address.
(Show the name of the contractor and its correct address, except when an assignment has been made by the contractor er a different payee has been designated, then insert the nane and address of the payee.)
(f) Descriptier. cf articles or services, quantity, unit price, and total amount.
- g, b
t-l (g) Weight and zone of shipment, if shipped by parcel post.
(h) Charges for freight or express shipments, and attached prepaid bill, if shipped by freight or express.
(1)
Instructions to consignee to notify Contacting Officer of receipt of shipment.
(j) Final invoice marked: "FINAL INVOICE" Currency. Billings may be expressed in the currency nonna11y used by the contractor in maintaining his accounting records and payments will be made in that curro6cy. However, the U.S. dollar equivalent for all invoices paid under the contract may not exceed the total U.S. dollars authorized in the contract.
J l
v r
-