ML20196G994

From kanterella
Jump to navigation Jump to search
Mod 12 to Contract NRC-04-97-039
ML20196G994
Person / Time
Issue date: 12/01/1998
From: Knight D, Pool S
NRC OFFICE OF ADMINISTRATION (ADM), SCIENTECH, INC.
To:
References
CON-NRC-04-97-039, CON-NRC-4-97-39 NUDOCS 9812080180
Download: ML20196G994 (3)


Text

..

~... - - - --

h.,%

P'"

AMENDMENT GF SOLICITATION / MODIFICATION OF CONTRACT 3

2. AMENDMENT /MODIFtCATION NO.

l 3 EFFECTIVE DATE l4 REOutSITION/ PURCHASE REO.No l 6 PROJECT NO (If ap;bcable) 12 l see block 15c

{RES97039/RESC99326 l

c,,,

j

% ADMINISTERED H (H othm than hem 61 e issutD ey CODE U.S. Nuclear Regulatory Commission Division of Contracts and Property Mgt.

Attn: T 7-I 2 n_.

Contract Management Branch Washington DC 20555

$ NAME AND ADDRESS OF CONTRACTOR (No sweet, county. State and ZIP Code)

(x) ' 9A AMENDMENT OF SOUCIT ATON NO.

I ScienteCh, Inc.

98. DATED (SEE ITEM t il 11140 Rockvitte Pike, Suite 500 t

Rockviite, e 20852 f

10A. MODIFICATION OF CONTRACT / ORDER NO.

C Con # NRC-04-97-039 108. DATED (SEE ITEM 13, Coct lFACiuTv CODE X

04-24-1997

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers [is extended, Di= aoi tended.

Offers 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:

it) By completing items 8 and 15, and returning _

copies of the amendment; (b) By acknowledging receipt of this amendment of each copy of the offrr submitted; or (c) By separate letter or telegram which includes a reference to the sohcitation and amendment numbers. FAILURE OF YOUR AC-KNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MA 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 by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date sDecified.

12. ACCOUNTING AND APP 8tOPRIATION DATA (if recuered)

No Change

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS, IT MODIFIES THE CONTRACT / ORDER NO. AS DESCRIBED IN ITEM 14.

(%)

A. THis CHANGE ORDER is ISSUED PURSUANT TO:

(Speci y authentyl THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM toA f

4 t

s. THE A80VE NUMsERED CONTRACTORDER is MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES tsuch as changes en paying othee. soproonsteun date etc.)

EET FORTH IN ITEM 14. PVRSUANT TO THE AUTHORITY OF F AR 43103(bl.

t

. C. THis SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

FAR 52.217-9 Option To Extend the Term of the Contract X

a7d Mutual Agreement 5

D. OTHER (Spacefy type of modification and authonty) i E. IMPORTANT: contractor is not. @ is required to sign this document and return two copies to the issuing of* ice.

14. DEsCRirnON OF AMENDMENT / MODIFICATION (Organi,ed by UCF section headmos. mctudmg solicitaten/ contract sublect matter awheve feasible.)

f See attached continuation sheet.

d nCOON a s e

4 Escept es provided herem, all terms and conditions of the document refeeenced m item DA or 10A. as heretofore changed. remams unchanged and m full force and effect 16A NAME Ah D TITLE g si (Typper pnnt) 16A.NAME AND TITLE OF CONTRACTING OFFICER (Type or pnnti R

c(f H.

T Steph t

Olradog 'L Q3LQ/Mif eg A /l "RLW M1 [I 16a. CONT 15C. DATE SIGNED 168.UN D T ATES OF ERI 16C.DAT SIGNE

[2. -l-$

iSr.n-u e of Con..ciJ,,ht.cers (

// /2-Q([

n.ior. of,oreoc.uthon,ed i sion.

e 9812000190 981201 sTANoxRD FORM so' iREvio e3, PDR CONTR NRC-04-97-039 PDR m

3

___.__m__________

, Mod # 12 Con # NRC-04-97-039 I

I CONTINUATION PAGE b.

~

The purpose of this contract modification is to (1) exercise Option Year 2, (2) to convert the contract type of Task Area 2 to task ordering (ID/IQ) and l

establish appropriate Maximum Ordering Limitations (MOL) for each :ontract l

l year (3) and to reset the estimated cost and fixed fee in Section B.3 for Option Years 2, 3,

and 4 as an adjustment for the establishment of the MOLs in item 2. Accordingly, the contract is hereby modified as follows:

1. In accordance with Section I.3 FAR 52.217-9, Option Year 2 of this l

contract is hereby exercised.

As a result, Section F.6 Duration of Contract l

is hereby deleted and replaced with following section:

l F.6 Duration of Contract The contract shall commence on April 24, 1997 and will expire on April 23, 2000.

The ordering period for Task Area 2 shall commence on the effective date of this contract modification and will expire on April 23, 2000.

The term of the contract and the ordering period for Task Area 2 may be e ended at the option of the Government for an additional 2 one-year periods.

2.

Task Area 2 is hereby changed to a task order contract type (ID/IQ). FAR clause 52.216-22 (OCT 1995) " Indefinite Quantity" is incorporated into this contract by reference and applies to Task Area 2 only. The Contractor shall not be required to make any deliveries under this contract after six months from contract expiration. NRCAR clauses 2052.216-74 " Task Order Procedures" and 2052-216-75 " Accelerated Task Order Procedures" are hereby incorporated into this contract by reference and apply to Task Area 2 only.

Section B.3 is hereby revised as follows to adjust contract amounts for the exercise of Option Year 2, the conversion of Task Area 2 to a task order contract type with MOLs and to reset the basic contract amounts to reflect only the costs and fee for Task Areas 1 and 3. Accordingly, Section B.3 " Consideration and obligation" is hereby deleted and replaced by the following section:

1 B.3 CONSIDERATION AND OBLIGATION - COST REIMBURSEMENT & TASK ORDER HYBRID (a) The total estimated cost to the Government for full p/99) erformance of the (includes Task Areas 1,3,& 4 - Area 2 thru 4/23 is i

contract

$2,928,714.69, of which the sum of $2,726,952.81 (includes $7,499.22 FCCM) i represents the estimated reimbursable costs and the amount of $201,761.88 represents the fixed fee. The above cost amounts have been adjusted for the

$85,000' cost recovery from CAMP members.

I (b) The Maximum Ordering Limitation (MOL) for products and services, delivered, and accepted under Task Area 2 for the rest of Option Year 1 and Option Year 2 of this contract is $1,600,000. The Contracting Officer may place orders with the contractor during the contract period provided the aggregate amount of such orders does not exceed the MOL. The minimum order amount for this period is $160,000 and will be satisfied by the first task order issued hereunder.

i i

(c) The Government reserves the right to exercise the following options at the total estimated cost and fee indicate below:

l Option Year 3 Estimated Cost:

$240,976 Less Est. Cost Recovery: $85,000 r

Net Estimated Cost:

$155,976 i

Page 2 of 3

~.-

,Mo # 12 Con # NRC-04-97-039 Fixed Fee:

$16,419 Total CPFF for Task Area 1 & 3:

$172,395 MOL for Task Area 2:

$1,100,000 Minimum for TA 2

$110,000 Option Year 4 4..

i Estimated Cost:

$255,803 Less Est. Cost Recovery: $85,000 Net Estimated Cost:

$170,803 Fixed Fee:

$17,437 Total CPFF for Task Area 1 & 3:

$188,240 MOL for Task Area 2:

$260,000 Minimum for TA 2

$ 26,000

-(d) There shall be not adjustment in the amount of the Contractor's fixed fee by reason of differences between any estimate of cost of performance of the work under this contract and the actual cost of performance of that work.

1 (e) A total estimated cost as well as any fee, if any, will be negotiated for each task order and will be incorporated as a ceiling in the resultant task order. The Contractor shall comply with the provisions of FAR 52.232-20 Limitation of Cost for fully funded task orders and FAR 52.232-22. Limitation of Funds for incrementally funded task orders, issued hereunder.

(f) The amount currently obligated with respect to this contract is

+

$2,751,986.69 of which the sum of $2,566,950.81 represents the estimated i

reimbursable costs (includes $7499.22 in FCCM) and the amount of $185,035.88 represents the fixed fee.

(g) It is estimated that the amount currently allotted will be sufficient for performance ~through April 23, 1999.

1

3. A summary of obligations, from the award date through the date of this modification, are provide below:

)

Total.In( 97 Obligations: $

947,847.28 i

Total FY 98 Obligations: $1,543,000.00 i

Total FY 99 Obligations: $

261,139.41 I

i Cumulative Obligations:

$2,751,986.69

-4. All other terms and conditions remain unchanged.

4 1

a

~

Fage 3'of 3 I

J