ML20198A505

From kanterella
Jump to navigation Jump to search
Ltr Contract,To Task Order 27, Fort Calhoun Safety Sys Engineering Insp, Under Contract NRC-03-98-021
ML20198A505
Person / Time
Site: Fort Calhoun Omaha Public Power District icon.png
Issue date: 12/08/1998
From: Beckman V, Wiggins E
AFFILIATION NOT ASSIGNED, NRC OFFICE OF ADMINISTRATION (ADM)
To:
References
CON-FIN-J-2548, CON-NRC-03-98-021, CON-NRC-03-98-021-0, CON-NRC-3-98-21 NUDOCS 9812170014
Download: ML20198A505 (5)


Text

-. - . - - - - - .

peus p '4 UNITED STATES

_g o

j NUCLEAR REGULATORY COMMISSION WA8HINGToN, D.C. 30085-0001 O 4 1998 y_

Beckman and Associates, Inc.

ATTN: Vicki Beckman 1071 State Route 136 Belle Vemon, PA 15012

SUBJECT:

TASK ORDER NO. 027, " FORT CALHOUN SAFETY SYSTEM ENGINEERING INSPECTION (SSEI)" UNDER CONTRACT NO. NRC-03-98-021

Dear Ms. Beckman:

In accordance with Section G.5, Task Order Procedures, of the subject contract, this letter definitizes the subject task order. The effort shall be performed in accordance with the enclosed Statement of Work.

Task Order No. 027 shall be in effect from December 4,1998 through January 29,1999, with a cost ceiling of $79,873.14. The amount of $77,358.97 represents the estimated reimbursable costs, the amount of $2,514.17 represents the fixed fee. Incremental funding in the amount of $76,000.00 is being provided at this time. You are reminded that at no time should you expend any more than the amount of funds obligated under the task order.

Accounting data for Task Order No. 027 is as follows:

B & R N o.: 920-15-103-105 Job Code: J-2548 BOC: 252A A P P N N o.: 31X0200.920 FFS#: NRR98021027 l Oblig. Amt.: $76,000.00 I

The following individuals are considered to be essential to the successful performance of work hereunder: Mr. Robert Quirk and Mr. Haywood Anderson. The Contractor agrees that such personnel shall not be removed from the effort under the task order without compliance with Contract Clause H.4m Key Perg_onnel.

The issuance of this task order does not amend any terms or conditions of the subject contract.

)I 77 4

.,-nnnR 9812170014 981208 PDR CONTR NRC-03-90-021 PDR

Your contacts during the course of this task order are:

Technical Matters: ~Arma5do Masciantonio froject Officer (301)415-1290 Contractual Matters: Mona Selden l

Contract Specialist (301) 415-7907 i I

Acceptance of Task Order No. 027 should be made by having an official, authorized to bind your organization, execute three copies of this document in the space provided and retum two copies to the Contract Specialist. You shoukf retain the third copy for your records. 1 Sincerely, s i /

Elois J. Wiggins, C cting Officer

Contract Manage Branch 2 Division of Contracts and Property Management Office of Administration

Enclosure:

- Statement of Work ACCEP D: Task Order o.027 ,

(A 2 ~'

ft tt-t r .

NAME W W </jn )

TlTLE

/2--f-F 8 DATE

' CONTRACT NRC-03-98-021 STATEMENT OF WORK Task Order 027 TITLE: Fort Calhoun Safety System Engineering Inspection (SSEI)

DOCKET NUMBER: 50-285 B&R NUMBER: 920-15-103-105 JOB CODE: J-2548 INSPECTION REPORT NUMBER:'

NRC PROJECT OFFICER: A. S. Masciantonio, NRR (301) 4151290 TECHNICAL MONITOR: Mike Runyan, Region IV (817) 8G0-8142 PERFORMANCE PERIOD: December 4,1998 - January 29,1999 BACKGROUND A Safety System Engineering inspection (SSEl) will be conducted for the Fort Calhoun nuclear plant near Omaha, NE.

Th3 SSEI will assess the operational performance capability of selected safety system (s) through an in-depth, multi-disciplinary review to verify that the system is capable oiperforming its intended safety function. The inspection will also .

varify completed actions for regulatory commitments that the licensee made in conjunction with the safety systems.

R:vi:w of safety systems is to be performed in accordance with NRC Inspection Procedure 93809 for a Safety System Engineering Inspection (SSEI).

OBJECTIVE Tha objective of this task order is to obtain expert technical assistance in the areas of electrical and mechanical design.

The specialists are needed to assist the NRC inspection team in the performance of the SSEl. The electrical and '

m:chanical specialists should primarily have a design background, such as from an architect-engineer firm with experience in I&C design and system operational requirements, respectively. The specialists should also be familiar with installation and surveillance testing of equipment along with cognizance of how site engineering and operations org:nizations function. The specialists should be thoroughly familiar with NRC regulations and inspection methodology.

Also, the specialists should be familiar with the regulatory process, and should be able to develop a list of regulatory commitments from docketed licensee correspondence for the plant system (s) selected for review. The specialists will than be required to verify implementation of the licensee's commitments.

It shall be the responsibility of the contractor to assign technical staff, employees, and subcontractors, who have the required educational background, experience, or combination thereof, to meet both the technical and regulatory objectives of ths work specified in this Statement Of Work (SOW). The NRC will rely on rr presentation made by the contractor cone:rning the qualifications of the personnel proposed for assignment to this trk order including assurance that all information contained in the technical and cost proposals, including resumes and conflict of interest disclosures, is accuratt and truthful.

WORK REQUIREMENTS AND SC.HEDULE The contractor shall provide the qualified specialists, and the necessary facilities, materials, and services to assist the i

NRC staff in preparing for, conducting, and documenting the inspection activities and findings. The Technical Monitor / Team Leader for this task is Mike Runyan. The Technical Monitor may issue technicalinstructions from time to time during the duration of this task order. Technical instructions must be within the general statement of work stated in this task order and shall not constitute new assignments of work or changes of such nature as to justify an adjustment in cost or period of performance. The contractor shall refer to the basic contract for further information and guidance on any t:chnical directions issued under this task order.

l l

Any modifications to the scope of work, cost or period of performance of this task order must be issued by the Contracting 1 Officer and will be coordinated with the NRR Project O.fficer.. Specific tasks under this task order are:

Task Schedute Completion

1. Develop a list of regulatory commitments Inspection preparation will take place on or for the selected plant system (s) based about December 7-11,1998, at the Region upon a review of docketed information. IV offices in Arlington, TX. ,

Prepare an inspection plan and obtain a thorough understanding of the selected l i

system (s).

2. Perforr1 the inspection. On-site inspection is to take place on or about December 14-18,1998, and January 4-8, 1999, at the Ft. Calhoun site, with four days ofintervening review, December 21-24, 1998, at the contractors' home offices.
3. Prepare the inspection report. Documentation of inspection will take place for 40 hours4.62963e-4 days <br />0.0111 hours <br />6.613757e-5 weeks <br />1.522e-5 months <br /> on or about the time period January 11-15, 1998, at the contractor's home offices. Finalinspection report input is due January 15,1999.

NOTE: Prior to the start of on-site preparation, the contractor's staff is required to be available to coordinate inspection aspects, such as travel logistics, with the Team Leader.

REPORT REQUIREMENTS Technical Report At th3 completion of Task 1, the contractor's specialist shall provide an inspection plan to the NRC Team Leader. The format and scope of this input shall be as directed by the NRC Team Leader.

During Task 2, the contractor's specialist shall provide daily reports to the NRC Team Leader. The format and scope of this r: port shall be as directed by the NRC Team Leader.

At th3 completion of Task 2 (prior to the inspection team's exit meeting with the licensee), the contractor's specialists shall provid3 a draft inspection report input to the NRC Team Leader. The format and scope shall be as directed by the NRC Team Leader. Typically, this input will consist of a handwritten summary of the specialist's inspection findings.

At th3 completion of Task 3, the contractor shall deliver the finalinspection report input (feeder report) to the NRC Project Officer (original and one copy) with one hard copy and one computer diskette version (Wordperfect 5.1/6.1 or other IBM PC compatible software acceptable to the NRC Team Leader) to the NRC Team Leader. The format and scope of the fin l r: port inputs shall be in accordance with the guidance in NRC Inspection Manual Chapter 0610 or as directed by th3 NRC Team Leader.

2

1 A specialist's feeder report will serve as documentation of the specialist's inspection activities, effort, and findings, and I will be used by the NRC Team Leader for the preparation of the_NRC's inspection report. The form and scope of the final  !

report input shall be in accordance with the guidance in NRC Inspection Manua: Chapter 0610 or as directed by the NRC Team Leader. As a minimum, each specialist's report input shallinclude the following:

o identity of the individuals (name, company, and title) that provided information to the specialist during the inspection.

i I

o For each area inspected, a description of the activities and general findings and conclusions reacned regarding the adequacy of the area.

O For each area with a concern or findings, a discussion of the concems or findings with technical bases.

NOTE: The contractor is not required to undertake any further efforts toward report finalizatVn. For example, m:nagement review of the feeder report beyond its submittal to the NRC Team Leader and Project Manager is not need:d.

Business Letter Report The contractor shall provide monthly progress reports in accordance with the requirements of the basic contract. l MEETINGS AND TRAVEL, Tha following meetings and travel are anticipated:

Ona, two-person,5-day trip to Region IV in Arlington, TX to prepare for the inspection (December 7-11,1998).

Onn, two-person, 5-day trip to the Fort Calhoun site to conduct the initial inspection (December 14-10,1998).

Ona, two-person,5-day trip to the plant site to complete the inspection (Janurry 4-8,1999).

Th3 contractor s staff sr,sil coordinate all travel arrangements in advance with the NRC Team Leader.

NRC FURNISHED MATERIAL Documents required to prepare for the inspection will be provided by the NRC Team Leader.

OTHER APPLICABLE INFORMATION The work specif;ed in this SOWis 100% licensee fee recoverable. The contractor shall provide fee recovery information in tb3 monthly progress reports in accordance with the requirements of the basic contract.

Ths contractor's specialists assigned to this task order will have to be badged for unescorted access privilege at the plant sits. The contractor shall provide all documentation required for badging (as identified by the NRC Team Leader) at the plant site. Questions concerning badging and the plant site access shall be addressed to the NRC Technical Monitor.

3