ML20199C649

From kanterella
Jump to navigation Jump to search
Contract NRC-02-98-005, Support to Former Soviet Union Republics for Activities Under Cooperative Threat Reduction Program & Lisbon Initiative, Awarded to Science & Engineering Assoc,Inc.Sections K-M Not Attached
ML20199C649
Person / Time
Issue date: 11/18/1997
From: Colina I, Mace M
NRC OFFICE OF ADMINISTRATION (ADM), SCIENCE & ENGINEERING ASSOCIATES, INC.
To:
References
CON-FIN-J-5191, CON-FIN-J-5192, CON-FIN-J-5193, CON-NRC-02-98-005, CON-NRC-2-98-5 NUDOCS 9711200079
Download: ML20199C649 (45)


Text

.-

v YlA (M

p PYS (15 'CFR 3YO) H 69 _ g

-soLIctTRTIow, OFFER AND AWARD UN0ER

3. SOLictIATION NO.
4. ITPE OF SCtiCITA110N 5. DATE 15$uto 6.REQuist!!ON/PURCMa$T"NO.

. 2. CONTRACT No.

1 $" *

  • D C-02-98-005 As.NMs.97 007 Rs.N,3,,5.no,

@ NEGOTIATED (!lFP)

7. Issugo 3r CODEI I a. ADDRESS OFFER 10 (If other Chan Icem 7/

.U$ Nucteer Regulatory Consnission offer must be addressed as shown in item, 7 Hand carried offers (Inc.

OlvIstonofContractsand Esp, Mail &Dettveryserv aust be Propc*ty Management MS i 712

-U:shington,DC2055$

det rered to the address In Iteen 9.

mollit. in seat ed Did solicitations " of f er" and "offerord mean 8 080

and *bedper" SOLICITATION' 9, $aled of f ers in original and

- copies for furnishing tre s o ties or services in the Schecute will De received at tne 4

place specified in item 8, or if handcarried, in the depository Lx:sted in -

untit 3:30cm local time sooteat>er 9.1997 See_Section L.

t hour /

. All offers are (uace/

~

52.214 7 or 52.215 10.

CAUil04 LATE subnissions, modificationssutiect to att teres,,and conditlons contained in:this soticitation.ovision N and Withdrawals See Section L Pr

8. TELEPNCWE No. (include area code) (No COLLECT CALLS)
10. FOR INFORMAllON A. NAME

. CALL:

1harter.e McCubchi (301)415 6565

11. TABLE OF Cott!ENTS l SEC. l DESCRIPi10N l PAGE(5) i SEC. I DESCRIPlich l PAGE(SI~

PART II - CONTRACT CLAUSES.

PART I

  • TNE SCMEDULE e

A

$0LICl'Afl0H/ CON RACT FORM i

i CONTRACT clauses R

$UPPLil:1 OR SERV CES AND PalCES/ COSTS PARf 11 List OF DnOmeENTS. ExMIBITS ANO of MER Af f ACM.

I C

Of}LAIPTICN/SPECH JWORC STATEMENT

_J l LIST OF AffACMpeEnf5

~~~~

P ART ly REPRESENT Afl0NS AND INSTRucil0NS NG A e MARC WG l

0 PACKAG

04 AND ACCIPTANCE K

REPRESENTAfl0NS, CERTIFICA110NS AND E

INSPEC OfMER STATEMENTS OF 0FFERORS F

DEllVEW El OR PERFQRMANCE G

CONTRAC" ADmintsfRAfl0N 047#

L INsits. _ CONos.. AND N0f lCES TO OF FERORS EVALUAfl0N FACTOR $ FOR AWARD N

SPECIAL CONTRACT REQUIREMENTS OFFER (Must be fully completed by offeror)

NOTE : Item 12 does not apply if the solicitation includes the provisions at 52.214 16 Mininun tid Acceptance Period.

the undersigned agrees if this offer is accepted within calender days (60 calendar days

12. In congillance with the above, inserted by the of f eror from the date for receipt of offe ified above. to furnish any ustess e different period i ces are offered at the pr ce set opposite each item, delivered at the designated point (s),

s er all items upon which pr' within the time specified ' n the schedule.

13. Ol5 COUNT FOR PROMPT PAfMENT 10 CALEN044 Daft 20 CALENDAR DAYS 30 CALENDAR DAYS CALENDAR DAYS (see section I Clause No. 52.232 8) >

2.

NET 4

w anw nf un_

nAYF mum uT un_

KTF

14. AC1000WLEDGMENi D AMEN 0MENil (the offoror Acknowl es recelot of amerusapnts to the ICITATIDN fer of forors and related docunents nuptiered and datec;t 15A, NAME CODEI" iU56/

I FACILITYI 1 11 % 7 l

16. NAME AND fIhE OF PERSON AUTMORIZl.010 stGN OFFER orprint[)

e (T'

AND i

_,AptESS Science and Engineering Assoc., Inc..

\\lene

. Col'ina, OFFEROR 6100 Uptown Blvd. NE. Suite 700 Albuquerque NM 87110 Sr. Contract Administrator

- "5 IELEPHONE NO. (include area code:

15C. CMECK

'8 4EmitTANCE

'1115 l$

I. SIGNATUR

15. offer DArs (505) 884-2300 0 EuCI.'E@N !U! Dix!"

43.

M/ 9 Sep 97 4

AWARD ITo be compleCec by Governmenti

19. AC;fPIED A5 10 ITEMS NUMBERED
20. AMOUNT
21. ACCOUIs ING AND APPROPRI A!!ON
22. AuiMORilt f 0R ustMG OTHER TMAN FULL AND OPEN IN IfLM COMPETITION:
23. SusMit iNvolCES 10 ADDRESS $MOWNcop es untess otnerw O 10 usC 2304(c)(

) O 41 usC 25kc)(

)

(

24. ADMINI$fERED SY (if other thor CODE I l

25 PATMENT WILL 8E MADE SY CODE l

Dfvision of-Accounting & Finance Item 73 GOV /COM Actounting Section See Section G.7

- 26. tuAME OF CONTRACI!NG OFFICER (type or priat)

27. WhlTED STA 3 0F AMER CA
25. AWARD ATE

~

!l

/

sdnaMreof[Contrac noDfIcer) g

/ f[

.t O L U Imp 0RTANT

  • Award will be made on this Form, or en Standard f orm 26 de t# /other authe ' Af o*ficial writtdn notice.

STANDARD FORM 33 (REV. 4 85)

Es:17540 01 152 8064 -

33 134

  • ff.

Prescribed by CSA PREVIOUS E011104 NOT U$ABLE y

FAR (48 CFR) 53.214(c)

U kg%,1 '.h.

9711200079 971118 f]7 PDR CONTR ij me-Oa-ve-Oos eon

Page 1 of la Continuation of SF 33 The U.S. NRC hereby accepts SEA's offer dated September 9. 1997 to conduct the physical protection (PP) work defined in RFP No. RS NMS-97-007.

The following sections of the Request for Proposal are hereby completed as a result of this award:

1.

Section 8,3 is hereby deleted and replaced in its entirety as follows:

"(a)

-The total estimated amount of this contract ceiling for the products / services ordered delivered, and accepted under the base year of this contract is $222.46'>.00.

(b)

The total estimated amount of this contract ceiling for the products / services ordered. delivered, and accepted under the first option year of this contract is $228.569.00.

(c)

The total estimated amount of this contract ceiling for the products / services ordered. delivered, and accepted under the second option year of this contract is $234.948.00.

(d).

The total estimated amount of this contract ceiling for the products / cervices ordered, delivered, and accepted under the thiro option year of this contract is $241.618.00.

(e)

The total estimated amount of this contract ceiling for the prMucts/ services ordered. delivered, and accepted under the fourth opt an year of this contract is $248.584.00."

(f)

The Contracting Officer will obligate funds on each task order issued.

(g)

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 52.232 20 - Limitation of Cost for fully funded task orders and 52.232 Limitation of Funds for incrementally funded task orders, issued hereunder.

2.

Under Section C,4. the following Subtasks are hereby deleted from the Statement of Work:

Subtask A.2 Document Analysis (MC&A)

Subtask B.2 Document Development (MC&A)

Subtask C.2 Training Programs (MC&A) 3.

Under Section C.8. the Technical Monitor is revised as follows:

0

' Delete " Joseph Olencz" Replace with" Mike Warren"

.Page 2 of-la Continuation of SF 33 4.

Section F.6 is deleted and replaced as follows:

"The ordering period for this contract shall conrnence on November 18, 1997 and will expire on November 17. 1998.

Any orders issued during this period shall be completed within the time specified in the order. unless otherwise specified herein.

(See 52.216 Ordering.) The term of this contract may be extended at the option of the Government for an additional four one-year options."

5 Section G,1. Project Officer Authority, is hereby revised to show Oc following:

" Donna Umbel, Contracting Officer U.S. Nuclear Regulatory Commission PMPDAS, NMSS, Hail Stop - TWFN 8-A-23 Washington, DC 20555 Phone Number (301) 415-7819" 6.

Under Section G.3, Indirect Cost Rates, the following rates are hereby incorporated into the contract:

ONSITE-0VERHEAD -

51.20%

M&S-0VERHEAD -

1.80%

FRINGE BENEFITS -

'7.10%

G&A -

11.90%

COST OF MONEY

.00680%

7.

Section G.6, Ordering Procedures, is hereby deleted in its entirety.

8.

Section H.2, Key Personnel, is hereby revised to add the key personnel names as follows:

Dr. Wonder

r. Dube

'is. Biringer Ms. Comes Jr. Hockert 9.

Section I.2, Ordering, paragraph (a), last sentence is completed as follows:

"Such orders may be issued from the effective date of this contract through November 17, 1998."

s Page 3 of--16 l

Continuation of-SF 33 The-following accounting data will be provided on a task order basis as it applies to a specific task order:

APPN No.:

31X0200 31X0200 31X0200 B&R No.:

75060815300 75060815000 7506015100 JCN No.:

J5191 (Russia)

J5192 (Ukraine)

J5193 (Kazakstan)

FFS No.:

5097R066 5097R066 5097R066-

- OBLIGATION:

N/A*

N/A N/A

  • Will be' completed on an individual task order' basis.

All other terms and conditions remain the same.

9

m i

e 3_

PAGE t

~ TABLE OF CONTENTS i

2 PART ID-LTHE SCHEDULE-...

.2-SERVICES AND_ PRICES / COSTS.

SECTION-B.+-SUPPLIES 0.0 2

1B.1 PROJECT TITLE

,2

!B - 2,

'BRIEF: DESCRIPTION OF WORK (MAR 1987)

ALTERNATE 1 (JUN 1988)-

LCONSIDERATION AND OBLIGATION ~ TASK ORDERS (AUG 1989) 3

~B.3

'4

'SECTION C - DESCRIPTION / SPECIFICATIONS / WORK STATEMENT.

-4

.C.1

--STATEMENT OF WORK 4-C.2-

'dACKGROU"D.

4 C.3' OBJEC'"IVE 5

.s 10

+ C.4:

_ SCOPE _OF WORK

~.

C.5 LEVEL OF-EFFORT 10

'C.6-ESTIMATED-REQUIREMENTS 11-C.7 MEETINGS ~AND TRAVEL 11 C.8 T3CHNICAL/ PROJECT DIRECTION 11-C.9-NRC FURNISHED MATERIAL 12 C.10' TASK ORDERS 12 C.11-NRCAR 2052.215-83 TRAVEL APPROVALS (JAN 1993, 13

'SECTION D - PACKAGING AND MARKING 13 D.1 PACKAGING'AND-MARKING (MAR 1987) 14 n _SECTION'E - INSPECTION'AND ACCEPTANCECLAUSES INCORPORATE 14

'52.252-2 E.1 14 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987)

Fs. 2 15 SECTION P - DELIVERIES OR PERFORMANCE.

52.252-2 CLAUSES INCORPORATED BY REFECNCE (JUN 1988) 15 15 F.1 NRCAR 2052.212-70' PREPARATION OF TECHNICAL F.2 (JAN 1993) 1.>

REPORTS NRCAR-2052. 12 "1 -'ECHNICAL E9C9RESS REPORT 16 F.3 NRCAR 2052.212-72. FINANCIAL STATUS REPORT 18 F.4

-F.5_

PLACE OF DELIVERY--REPORTS (JUN 1988) 18 F.6 DURATION OF CONTRACT PERIOD (MAR 1987)........

(JUN 1988) 18

-ALTERNATE 4 RESOLVING-NRC CONTRACTOR DIFFERING PROFESSIONAL P.7 VIEWS (DPVs) 19 F.B DELIVERABLE PRODUCTS / SCHEDULE 20 SECTION.G - CONTRACT' ADMINISTRATION DATA 20 G.1--

NRCAR 2052.215-71 PROJECT OFFICER AUTHORITY (JAN.1993)

-22 O '. 2 -

NRCAR 2052.215-82 TRAVEL REIMBURSEMENT

-! ALTERNATE-1 (JAN 1993).

'NRCAR 2052.216-71 INDIRECT. COST RATES (JAN 1993) 23 G.3' G. 4'

.NRCAR 2052 ?16-74. TASK ORDER-PROCEDURES (JAN 1993) 23

-G.5 NRCAR 2052.216-75 ACCELERATED TASK ORDER PROCEDURES (JA 25.

25-G.6-ORDERING PROCEDURES (MAY 1991) i-

PAGE TABLE OF CONTENJ7 26 G.7 USE OF AUTOMATED CLEARING HOUSE.ACH)

-ELECTRONIC PAYMENT 27 SECTION H - SPECIAL CONTRACT REQUIREMENTS 27 H.1 NRCAR 2052.209-73 CONTRACTOR ORGANIZATIONAL

( AN 1993)

J CONFLICTS OF INTEREST 31 KEY PERSONNEL (JAN 1993)

NRCAR 2052.215-70 H.2 32 GOVERNMENT FURNISHED EQUIPMENT / PROPERTY - NONE PROVIDED H.3 (JUN 1988) 32 DENIAL OF FEDERAL BENEFITS TO-INDIVIDUALS H. 4' CONVICTED OF DRUG TRAFFICKING OR POSSESSION (SEP 1990) 33 PART II - CONTRACT CLAUSES

. s*

..p >

33 CONTRACT CLAUSES SECTION I I.1 52.252-2 CLAUSES INCORPORA~7D

'Y REFERENCE (JUN 1988) 33 35 I.2 52.216-18 ORDERING (OCT 1995) 35 I.3 52.216-21 REQUIREMENTS (APR 1984)

I.4

-52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 1995) 36 37 I.5 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 1989)

I.6 52.222-2 PAYMENT FOR OVERTIME PREMIt'MS (JUL 1990) 37 39 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS 39 SECTION J - LIST OF ATTACHMENTS 39 J.1 ATTACHMENTS (WU1 1987) 40 PART IV - REPRESENTATIONS AND INSTRUCTIONS 40 SECTIC'1 K - hdPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS 40 CERTIFICATION AND DISCLOSURE REGARDING PAYMEN K.1 52.203-11 TO INFLUENCE CEPT.~.IN FEDERAL 7RANSACTIONS (APR 1992)41 K.2 52.204-3 TAXPAYER IDENTIFICATION (MAR 1994) 42 WOMEN-OWNED BUSINESS. (OCT 1995)

K.3 52.204-5 43 CONTRACTOR IDENTIFICATION NUMBER--DATA UNIVERS K.4 52.204-6 NUMBERING SYSTEM (DUNS) NUMBER (DEC 1996)

K.5 52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, 44 PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY PATTERS (MAR 1996) 45 K.6 52.215-6 TYPE OI BUSINESS ORGANIZAT!ON (JUL 198 7) 46 K.7 52.215-11 AUTHORIZED NEGOTIATORS (APR 1984) 46 K.8 52.215-20 PLACE OF PERFORMANCE (APR 1984) 46 K.9 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS

( AN 1997)

J 48 CERTIFICATION OF NONSEGREGATED FACILITIES K.10 52.222-21 (APR 1984) 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS 50 K.11 (APR 1984) 11

~..

l PAGE TABLEiOF CONTENTS:

AFFIRMATIVE ACTION COMPLIANCE (APR 1984):

50-K.12 52.222 50-CLEAN AIR AND WATER CERTIFICATION _(APR 1984)

~K.13 52.223e1

-51 COST ACCOUNTING' STANDARDS NOTICES'AND.

K 14 52.230-1 CERTIFICATION (APR 1996)

-54

-NRCAR 2052,209-70-QUALIFICATIONS OF-CONTRACT.

E.15:

EMPLOYEES (JAN 1993) 54 NRCAR 2052.209-71 CURRENT /FORMER AGENCY K.16 EMPLOYEE INVOLVEMENT (JAN 1993) 55 K.17 NRCAR-2052.209-72 CONTRACTOR ORGANIZATIONAL CONFLICTS OF INTEREST (REPRESENTATION) (JAN 1993) 57

'SECTION L -1 INSTRUCTIONS,. CONDITIONS,. AND.

NOTICES TO OFFEROPS.

9

..=

SOLICITIEMON PROVISIONS CNCORPORATED.

.* - L.1-52~.252-1 (JUN 1988) 57 BY REFERENCE REQUIREMENTS FOR "OST O't PRICING DATA OR 52.215-41 INFORMATION O'1HER TRAN COST OR PRICING DATA (JAN 1997)

L.2 59 L.3 52.216-1 TYPE OF CONTRACT (APR 1984) 59 L.4 52.233-2 SERVICE OF PROTEST (AUG 1996)-

L.5 NRCAR 2052.215-74 TIMELY RECEIPT OF PROPOSALS (JAN 1993 60 60 L.6 NRCAR 2052.215-75 AWARD NOTIFICATION AND.......

COMMITMENT OF PUBLIC FUNDS (JAN 1993) 60 L.7 NRCAR 2052.215-76 DISPOSITION OF PROPOSALS 61 L.8' NRCAR 2052.215-78 PROPOSAL PRESENTATION AND FORMAT - ALTERNATE 1 (JAN 1993) 65 L.9 NRCAR 2052.222-70 NONDISCRIMINATION BECAUSE OF AGE'(JAN 1993J 66 Is.10~

ACCEPTANCE PERIOD (i%R 1937) 66 L.11 ESTIMATED DURATION (JUN 1988)

L.12.

USE OF' AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC 66 PAYMENT / REMITTANCE ADDRESS 66 EXPRESS OR MAND DELIVERY OF PROPOSALS L.13 68

' SECTION M - EV..LUATION FACTOR 4 FOR AWARn 68 SOLICITATION PROVISIONS INCORPORATED.

M.1 52.252-1 (JUN 1988) 68 BY REFERENCE EVALUATION 0F' OFFERS FOR MULTIPLE AWARDS M.2

'52;215 (MAR 1990)-

68 NRCAR 2052.215.84 CONTRACT AWARD AND EVALUATION M.3 OF PROPOSALS - TECHNICAL MERIT MORE IMPORTANT ThAN COST (JAN 1993) 69 M.4 EVALUATION CRITERIA 2-I E

4

-iii yi

en _ : P RSpNMS{972007-e.

PART 1 THE SCHEDULE SECTION_:B -.l SUPPLIES-O.", SERVICES AND FRICES/ COSTS B.1 PROJECT TITLE

-The title of this project is as.follows:

Republics LSupport to the Former Soviet. Union'(FSU) for Activities Under the Cooperative Threat Reduction (CTR): Program and Lisbon Initiative (End of. Clause]

B,2 BRIEF DESCRIPTION JF: WORK (MAR 1907)

ALTERNATE 1 (JUN 1988)

(a)'Brief description of work:

is to provide assistance to the-The objective of-this procurementRegulatory and International Safegu for activities identified in Cycle Safety and Safeguards, NMSS, (FSU)_ program plans related to the former Soviet Union Republicsof material control and accounting(MC&A) regulatory development and physical-protection programs for the FSU republics.

shall include developing, Work related-to regulatory development licensing reviewing, cnr analyzing regulations, guidance documents, and. inspection procedures, and facility plans; de facilities, facility inspections, familiarization and

' evaluating training: programs; participating in accompaniment visits _and other activities related to regulato development; evnives and as other re9ulator.

development needs oce identified, contractor assistance may also visitor travet.

As cne progr-

-be required to support those activities.

(b)-Orders will'be issued for' work required by the NRC inOnly contracting accordance with 52.216 ordering.

Officers ofithe;NRC or otherl individuals _specificallyinitiation of

authorized under this contract may authorize the. work un shall govern all orders issued hereunder.

[End of Clause]

4 Page 2 of 70

=

v

F ct-RS-NMS-97-007 (AUG 1989)

CONSIDERATION AND OBLIGATION--TASK-ORDERS B.3 eiling). for the (a) The total' estimated _ amount of taas contract.ccepted under this-delivered, and products / services ordered,The Cor.tracting Officer may unilaterally contract is.

increase thi~s amountias necessary for orders to be placed with the contractor during the contract period provided such orders are within any maximum ordering limitation-prescribed under this contract.

The contracting officer will obligate funds on each task order (b) issued.

as well as any fee, f any, will be A total estimated cost (c) negotiated for each task order and will be incorporated as a The Contractor shall-ceiling in the resultant task order.

Limitation of Cost comply witn the provisions of 52.232 for fully funded task orders and 52.232 Limitataan of issued'her.nder.

Funds for incrementally funded :ask orders, l

[End of 21 ise)

  • To be incorporated into any resultant contract

/

e Page 3 of 70

~

f m ie-R

_ LRS-MMS-97-007i K STAT 3 MENT SECTION C:- DESCRIPTION /SPECIFICATIONSi-C.1-

! STATEMENT OF WORK C.2:

BACKGROUND initiative =for nuclear weapons safety,

-Under the aegis _of the U.S.

securityc and dismantlement _known as the Cooperative ThreatDepartm

' Reduction (CTR) Program, the U.S.

are engaged in

'the U.S ~. Nuclear-Regulatory Commission - (NRC) establishing--bilateral technical assistance programs with the former Soviet Union Republics (FSU) in the nuclear material

(. C&A) and M

safeguards areas of materia)-control and accounting In addition, NRC technical assittarce te physical protection.

Russia' ar.d Ukraine.kr being carried out under the Lisbon

  • Nuclear g-Safety Initiative,_ by interagency' agreement with the Agency for

.c International Development (AID) 'or.

plementing the nuclear safety regulation element of the Lisbon Initiatives

~

NRC's activities under the CTR Program-is supported by funds Nuclear Threat Reduction Act

= authorized by Congress in the_Sovietand successor legislation such as the Freedom of 1991 (Nunn-Lugar)

CTR funding has-been provided to NRC by the Support Act of 1992.

Department of Defense through the Defense Special Weapons Agency NRC's (formerly known-as the Defense Nuclear Agency = (DNA) ).

(DSWA)-

activities under the Lisbon Initiatives are supported by Agency for International Development (AID) funds authorized by Congress under the Foreign Assistance Act, NRC is-responsible for providing technical assistance in developing and< implementing regulatory development programs for the safeguarding of nuclear material.

Program plans have been developed -(to accommodate external _ funding agencies or forident internal NRC use) that he resper ive nuclear organizations in i

out in cocoeration v.t. t Russia, Ukraine, and Kazakstan, subject to their approval.

- C,3-OBJECTIVE assistance to the FSU republics under the The objective of U.S.

CTR~ Program and the-Lisbon Initiatives is to improve theirFormal capabilities to effectively safeguard nuclear material.

~

regulatory prc3 rams for safeguarding nuclacr -=*2 rial for thesein_need o c

in some cases,

-FSU republic.9 are either nonexistent or, significant: upgrade.

Officials from Russia, Ukraine, and lKazakstan have acknowledged serious deficiencies in staffing and and they have technical resources for their regulatory programs, Effective requested U.S. assistance in developing these programs.

MC&A and physical protection are critical to safeguarding Page 4 of 70 l

y,.

PS-NMS-97-007 C.3 (Continued) rqa m ;feration goals.

strategi~ nuclear materia. w N Fr:

are needed in s

mN ev eent =

In the iaterest of nonprolif er 'r.1on, national regulatory oversight to crur" no dsar materials in these FSU republics are effectively protected 2e to provice assistance, as The objective of ;'_his procurement requested, to the Regulatory and Internationa) 3afeguards Branch, NMSS, for jointly Division of-Fuel Cycle Safety and Safe' guards, agreed-upon activities related to regulatory de"elopment of MC&A and/or physical protection programs within the FSU republics. The contractor must be capable of performing work in the area of MC&A or physical protection or both areas.

shall include developing, Work related to regulatory development licensing reviewing, or analyzing regulations, guidance documents,de.aloping and and inspectirn pre edures, and fa,cility plans; conducting training pr#" grams; participating in and evaluating **

-C and site surveys; participating

=

facilities, facility inspections,

v. sits and other activities in familiarization and accompani,entand administrative support for related to regulatory development; should be noced that not It meetings and foreign visitor travel. activities have been defined at i

all anticipated future supportonly potential activities that may require this time.

Therefore, are being identified.

As the program evolves contractor support and as other regulatory development needs are identified, those contractor assistance may also be required to support activities.

C.4 SCOPE OF WORK

- Thorough and in-depth technical working knowladge of and experience with MC&A processes and methodologies and/or physical protection programs are required to perform work under thisThe c thorough understanding of contract.

regulaticns, guidance documents, NRC's regulatory process, In and inspection process and procedures.

licensing procedures,'s needed in the application, implSmentation and additi n, expertis' and interpretation of NRC's regulations, guidance documents, Capability and licensing and inspection practices.

in NRC foreign travel to conduct meetings and assist accompaniments of FSU inspections of FSU facilities is highly Expertise is also required to perform technical desirable.

analysis of related-NRC documents, as well as analysis of FSU republic's programs, practices, regulations, and guidance documents to provide a comparison and identify and re ommend areas of. improvements.

identified for completion are on the activities In some instances, be completed before other activities can be critical path and must attention must be given to meeting the performed.

Therefore, completion date for those activities, in addition to allowing time Page 5 of 70 s

4..

3ction C

'RSLNMS-91-001 LC.4 I(Con [inued) tu @ p ',priate_ foreign if or) translation of icertaA documerg

,m iNRC willibeiresponss)W 'o:i nnsinjno documents into the(appropriate._foreignOlangs ge,: m e r e atszi m':nerwise.

' language.

When requested,-the contractor;sha!'; have % e capability to provide the followingi types of assistance ir. che area of MC&A and/orLphysical protection:

Task A' DOCUMENT ANALYSIS (Physical Protection)

-Subtask A.1 existing or-draft FSU republics'-physical-Performlanalyses of -(1) protection regulatione f(or equivalent documents) ; -(2)- guidancefacility pla

' documents (or equivalant), or (3)

, regulators.by thei respective nuclear facilities.

~li Review of physical'protecEion regulations are generally-c.t to equivalent NRC and

= conducted by1 comparison of _the do'u9ent (s)

~

documents, such as 10 International Atomic Energy Agency (IAEA)respectively. Results of the review CFR~Part 73 and INFCIRC 225, are presented to NRCistaff through the development of_both

'viewgraphs and a report,1which respectively provide a summary and detail:of the enalysis: findings and recommendations to the FSU After NRC review and approval, NkC may request the regulators.

assistance of the contractor to present findings andrecommen In addition, based on the previous U.S. or in the FSU country.

f

-review of documents: for ar. FSU rerjulator, or as a result odi the contractor shall have the capability to suggest i

for additional physical protection-related areas for considerat on

- regulator, which regulatory documents could be prepared by the FSUThis m FSU-regulator for the regulator's consideration during his regulatprs.

development of the dscdment.

Review of physical protection guidance-documents areJgenerally to equivalent NRC 2.conducted by comparison.of the document (s) 1 such as NRC and/or other equivalent organizations documents,Results of-the review are. presented NUEEGs and' Regulatory Guides.

to.NRC staff through the development of.both viewgraphs and a report,: which respectively provide a summary and detail of the ianalysis findings and recommendations to the FSU regulators.the assistance of

-After/NRC: review and approval, NRC may request the contractor to present findings and recommendations to the p

in the FSU

~

regulatoraLof the-FSU' country either in the U.S.:or

In Addition,1 based on the previous review of guidance country.

~

or as a result of discussions with

~ documents for'an FSU regulator, the

?and/orl additional:information provided by an FSU regulator, contractor should have the capability to suggest additional Page 6 of 70 i

'n l'

U-u--

. m

-- - ~ _,.

~

. Met i on: "

/RS-NMS - 97 kO OT

. Continued)

I

(

1C,4' physical protection 2 related weas -ior wm h # cn for which uf tra Fr" egulators. -This guidanceLdocuments could be'prepar</dcmaytinclude~the pro

" f the the regulator's consideration =during tis cJev & pnent o

~

guldsr.ccidocument.-

Review of -physical protection f acility plana are generally conducted by comparingfthe contents of The plan to.the appropriate

3 ~.

(It is FSU_or NP.CLstandard review plan guidance document.

the-the contractor will be requested-to visit facility that developed the plan to becomel acquainted with

-possible'that facility's operations, h

h the Results of-the' review are presented to NRC staff t roug tively development of both viewgraphs and-a report,_which=respecd provide;a sumnucy and detail of the-analysis findings anAfter NRC revic" an Jrecommenda-lons-to the-PSU regulators.the arsistance of the contractor._'o approval, NRC may requestfindings and recommendations to-the regulators of 4present 2 FSU country.

country.either in the U.S. or.in t:

DOCUMENT ANALYSIS'(MC&A)

Subtask'A.2 (1) existing or-draft FSU republics' MC&A (or Perform analyses of guidance documents (or equivalent documents); -(2) facility plans submitted to FSU regulations or (3) equivalent),

their respective nuclear-facilities.

Review of MC&A regulations are generally conducted byto' equ 1.

' comparison of the document (s)

Results of the review are documents.

both viewgraphs Atomic Energy Agency (IAEA) n.

  • presented to NRC staff through the development ofwhich respec f

l tors.

the; analysis findings and recommendations to the FSU regu athe assistance of and a report, After NRC review and approval, NhC may requestfindings and recommendati regulators of the FSU country either in the U.S..or in the FSU the contractor to present r

or as a result of discussions with and/or.

e In ad6.d on.

country.

.the for an FSU regulator,

' additional information provided by an FSU regulator,ggest additional

. contractor shall have the capability to suMC&A-related areas for Thia may documents could be prepared by the FSU regulators.

for the include: the provision of. an outline to the FSU regulator t.

regulator's consideration-during his development of the documen Review of MC&A guidance, documents are generally conducted by to equivalent NRC and/or other 2

s) comparison L of - the document such as NRC NUREGs and' organizations documents,Results of the review are presented to NRC equivalent d a report,-

Regulatory; Guides. staff 1through the-development of both viewgraphs an l

f h

analysis

.which respectively provide a summary and detail o t e Page 7 of 70

.w.-

-=. - _

RS.NMS-97-007

.C.4 (Continued)

_After SPC findings and recommendatione t.

24

-q.

cet :s.

review and approval, NRC may requ a ua.m juance Jt tne contractor to present findings and rewe t; nas to the in t he U 9. or in the FSU regulators of the PSU country eithe:. based on t he previous rev ;ew of guidance country. In addition, documents for an FSU regulator, or as a resclt of discussions with and/or additional information provided by an FSU regulator, the additional contractor should have the capability to suggest MC&A-related areas for consideration for which guidance documents This may include the could be prepared by the FSU regulators.

provision of an outline to the FSU regulator for the regulator's consideration during his development of the guidance document.

Review of MC&A facility plans are generally conducted by comparing the contents of the plan to the appropriate FSU or NRC 3.

(It is possible that the standard review plan gu dance document.the facility that develop.ed*

contractor will be.2equested to visit the plan to become acquainted with the facility's operations,of the review are

?.

layout, and MC&A practices.)

Rc d.

to NRC staff through the development of both viewgraphs and a which respectively provide a summary and detail of the analysis findings and recommendations to the FSU regulators.the assistance of

report, NRC may request After NRC review and approval. findings and recommendations to the the contractor to present or in the FSU regulators of the FSU country either in the U.S.

country.

Task B Subtask B.1 DOCUMENT DEVELOPMENT (Physical Protection) guidance documents, physical protection regulations, licensing and/or inspection p Develop draft facility plans, Participate in follow-up meetings with NRC republic regulators. either in the FSU republic or the U.S.,

for and FSU regulators, consultation on these documents.

a pnysical In the event.an F3U regulator requests NRC-to draft NRC may request protection regulatory document or procedure, assistance from the c staff and the FSU regulatory staff, the contractor shall prepareConsideration shall an outline and develop the draft document (s).

be given to the kinds of nuclear facilities and processes in the as well as to equivalent NRC or other appropriate FSU republic, The draft d- " ment (s) are organization relevant documents.After NRC review and approval, NRC may presented to NRC staff.

request the assistance of the contractor to discuss the draft document with the regulators of the FSU country either in the U.S.

or in the FSU. country.

Subtask.B.2 DOCUMENT DEVELOPMENT (MC&A)

Page 8 of 70

c-RS -!E-97 007

~

C.4 (C'ontinued)

Develc, Jraft MC&A regulations, guidana jocom mts, facility far FSU. republic plans, licensing and/or inspection procadurosup meetings with NRC and FSU regulators.

Participate in follow-regulators, either in the FSU republic or the U.S.,

for consultation on these documents.

an MC&A-an FSU regulator requests NRC to draft In the event or procedure, NRC may request assistance from regulatory documentbased on discussions with NRC staff and the FSU the contractor.

regulatory staf f, the contractor shall prepare an outline and -

Consideration shall be given to develop the draft document (s).the kinds of nuclear facilities and processes in as well as to equivalent NRC or other appropriate organization relevant documents. The draft document (s) are presented to NRC tt 3 staff.

After NRC review and approval, NRC may rec"est assistance or the contarctor ta discuss the draft document with.

or in the FSU the regulators of the FSU country either in the U.S.

country.

Task C Subtask C,1 TRAINING SESSIONS (Physical Protection)

Conduct (and if requested, develop) training sessions or workshops that relate NRC's (in either the FSU republic or the U.S.), licensing process and methods of regulations development, and/or inspection process and procedures in the area procedures, If requested of physical protection to appropriate FSU personnel.the contractor shall to develop the training session or workshop, prepare all course materials, including the instructor's manual and student handbooks.

When available, NRC will provide the contractor in background information and documents to assist the development of the course materf 's for the training session the training materials have already In cases where or workshop, the contractor would be responsible fo'r becoming been developed, famili r with the existing mar.erial to a degree sufficie-t o

the material to FSU republic representatives.

successfully present Subtask C.2 TRAINING PROGRAMS (MC&A)

Conduct (and if requested, develop) training sessions or workshops (in either tne FSU republic or the U.S.), that relate NRC's methods of regulations development, licensing process and in the area procedures, and/or inspection process and procedures If requested to develop the of MC&A to appropriate FSU personnel.the contractor shall prepare all training session or workshop, instructor's manual and student course materials, including the handbooks.

When available, NRC will provide background information and documents to assist the contractor in the development of the course m'terials for the training session c.

Page 9 of 70

n

'o 9

Iseh 'r l

a

'f 4

4-

_jp S3SiNXS;97-001

..I LC.47

' (Conti'nued) vc

_ t.:

In cases 'where_ the train 2ny uteru.s haN alreadylbeen-j

+

workshop;.

developed,' the; contractor wouldibe. responsible _ lor-becoming 3f a'niliarnwith t he. existing Le-terial to.a: degres quf ficie i

h~

- Tabk' D S u b t a's k D.. l i FACILITY VIS1TS-(Physical Protection)

Participate withlNRC_ staff in physical-protection familiarizsdion

~

and inspector accompaniment visits with'FSU representatives to

'various'facilitienyiniche FSU. This may' include participation in-inspection and perfonr/ Ace evaluation of. FSU f acilities.. 'The contractor shall-provide reports ldetal-ling the results of these;

-visits.

L ubtask~D.2 FACILITY VISITS fMC&A)

S familiarization'and inspector-

= Participate with NRC'steff in MCC accompaniment visits with.FSU representatives to various i

i in facilities in the'FSU.. This mayfinclude partic pat on

' inspection and performance evaluation of FSU facilities; T visits.

C.5 LEVEL OF EFFORT.

i The estimated total level of effort required to perform these Specific.

subtasks :is' 7.5 LFTE through Calendar Year 2002.for ca h subtaskywill be t

estimates of.the1 required level of effort The total

-provided-with the individual requests for proposal.for the MC&A contractor s estimated-level of effort the physical protection. contractor specialists is,,3.75 FTE-fors11;5 FTE for the i

each category.l The estimated level-of ef fort base yeariand:each of the four option yearsifor a. total of17.5 t

FTE.

_ Of ferors can propose. on the 1+ LA and physical-protection work in its'entirecy, or on the MC&A work only, or on the physical NOTE:

protection work only. Specific estimates of the required' level of effort-for each task order will be provided with the individual

~

The estimated level.of effort for-the MC&A-requests for proposal.

.75 FTE for Specialists and the Physical Security Specialists is

+

_each category < for each year.

C.62 ESTIMATED REQUIREMENTS c

yet been number and-scheduling of tasks have notof' work is either guaranteed or

.The exact p

No specific amount The NRC.will be obligated to pay.only for work actually' determined.

timplied;

. ordered and satisfactorily ~ performed.

Page 30Hof;70 i

I t

+ & - v.m

.a y

.e.,

e

,-, um.y

-w

+en--

4

-v-r-,-~

~e-

Sectitr ':

Ps NMs.67-007

)

C.7 MEETINGS AND TRAVEL

.m travel will be and location d aeet mg3 The number, purpose, All travel associated with described in individual Task Orders All such travel shall this' SOW shall be approved in advance.

in trip reports, which may be issued separately or as parc Ccpies of separately result of the next monthly letter status report.

issued trip reports shall be submitted within 15 days of the completion of-the travel.

must be approved if authorized by the NMSS TM, Any foreign travel, The contractor by the NRC Executive Director for Operations.45 days in advance of the shall submit its request to NRC at least NRC Forms 279 and travel to allow for processing cf the request.

(see Manual be completed for app 1_ val of foreign travel 445 must Chapter 1501, Part VIII).

NRC will provide these forms as required.

The contractor will be required to travel to NRC Headquartees in For proposal preparation purposes on'ly, all Rockville, Maryland.

offers shall propose costs for the 'ollowing estimated travel for one 1 one 2 person /1 day trip to NRC Headquarters,two 2 person /10 working each year:

person /1 day trip to NRC Headquarters, trips for foreign travel to Kazakstan during the life of the contract.

C.8 TECHNICAL / PROJECT DIRECTION Project Officer:

Donna Umbel Technical Monitor:

Joseph Olencz for all contract related The NMSS PO is the focal point All work assignments and program funding actions are activities.

All proposed work scope or schedule initiated by the NMSS PO.

be processed through the NMSS PO and approved by the changes nust Contrac, ting Officer.

The NMSS TM is resnonsible for providing technical guidance ke technical aspacts of

.iterprctations of t regarding staff regulatory requirements along witn copies of relevant docunientsbe reviewed and (e.g. Regulatory Guides).

All work products must approved by the NMSS TM before they are submitted as finalbe consistent with documents.

All technical directions must The NMSS PO or TM is not authorized to work scope and schedule.

unilaterally make changes to the approved work scope or schedule that would increase costs over acproved levels.

C.9 NRC FURNISHED MATERIAL ct, the To facilitate the work to be performed under this cont doct.nents as NMSS TM will provide the contractor with pertinent Page 11 of 70

S e c t u,. '

RS-NMS-99. 007 C. 9' (Continued) i acrkir.g days necessary to complete the uscigned worr. wat e.in :

from the effective date of^e.ch tack order.

C.10 TASK ORDERS As the exact number and scheduling of specific tasks cannot be defined as the respective FSU republic's schedule evolves andwith a determined, the needs are determined consistentTask orders for services hereunde the program plans.

The contractor shall be issued at the sole option of the NRC.

obligated to perform the services specified in each task order issued as according to the terms of any contract Each Task Order SOW will specify all issued hereunder, a result of the RFP.information regarding the work to be performed.

pertinent

~

(End of Clause]

d.11 NRCAR 2052.215-83 TRAVEL APPROVALS (JAN 1993)

All domestic travel requires the prior approval of the project (a) officer.

All foreign travel must be approved in advance by the NRC on NRC Form 445 and must be-in compliance with FAR 52.247-63 (b)

Preference for U.S. Flag Air Carriers.

Foreign travel approval must be communicated in writing through the contracting officer.

(End of Clause)

Page 12 of 70

cv'*.an ?

RS-NMS+97-007 SECTION D - PACKAGING AND MARKING D.1 PACKAGING AND MARKING (MAR 1987) to the NRC in The Contractor shall package material for shipment such _ a manner tha t will ensure acceptance by common carrier and Containers and closures shall safe-delivery at destination.

comply with the Tnterstate Commerce Commission Regulations, Uniform Freight Classification Rules, or regulations of other On the carriers as applicable to the mode of transportation.the Contractor shall cl front of the package, contract number under which the product is being provided.

(End of Clause]

r ae 9

Page 13 of 70

.. -.-_ _.._... - -.-..~..--.

Section'E-'

RS-NMS-97-007 4 -

SECTION E - ' INSPECTION AND ACCEPTANCE E.1' 52.252-2 CLAUSES : INCORPORATED BY REFERENCE (JUN'1988)

This contract incorporates one or-more clauses by reference,_

as-if.they Were givennin full text.

with'the same force and-effect the Contracting Officer will_make their full text Upon request, available.

I.

FEDERAL-ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES DATE NUMBER TITLE APh 19a4 52'.246-5 INS'ECTION OF SERVICES-COST-REIMBURSfMENT

-c (End o# Cleume)

,E. 2 PLACE-OF INSPECTION AND ACCEPTANCE (MAR 1987)

Inspection and acceptance of_the deliverable items to be furnished hereunder shall be made by the Project Officer at the destination.

[End of Clause]

6 Page-14 of 70-

\\=

~

~

Section F R S h l 'S & 9 7.0 0_7 5 r-SECTION F - DELIVERIES OR PERFoloit'h.E 2F.12 2.252s2.CLAUSESLINCORPORATED BY REFERENCE (JUN 1988) y This-contract 0 incorporates one or-more clauses by reference, full. text.

with-the-same force and effect as if they were given in Upon requent, the Contracting Officer will-make:their full text

=available.-

CLAUSES FEDERAL ACQUISITION REGULATION (48-CFR CHAPTER 1)

I.

DATE-NUMBER TITLE AUG 2"a9 52.242-15 STOP-WORK ORDER

' Alternate I (APR *.984)

[End of Cla.se)

.F.2 NRCAR 2052.212-70 PREPARATION OF TECHNICAL REPORTS (JAN-1993)

All technical. reports required by Section C and all Technical Progress Reports required by Section F are to be-prepared in accordance with the attached Management Directive 3.8,

" Unclassified Contractor and Grantee Publications in the NUREG Series."

Management Directive 3.8 is not applicable to any Contracter Spending Plan (CSP) and any Financial Status Report (See Section J for List of that.may be included in this contract.

Attachments).

[End of Clause)

F.3 NRCAR 2052.212-71 TECHNICAL PROGRESS REPORT Report shall provide a e,r. hly Technical P ogresa o'

The conr.ractor is to the. project' officer and the contracting officer. The reportperiod and due within 15 calendar days after the end of the reportthe contract number, job must identify the title of the project, the code. number, project manager and/or principal investigator, and the period covered by the contract _ period of performance, include the following for each discrete report.. Each report must task / rank order:

o and A listing of the efforts completed during the period, (a) milestones reached or, if missed, an explanation provided;

(b) ?Any, problems or delays encountered or anticipated and recommendations for' resolution.

If the recommended resolution involves a contract modification, e.g., change in work

.~

Page 15 of 70

+y t-

+

,,-,,--*e

- +, - - -. - - -

c'. m RS-NMS-97-007 P.3 (Continued) s.

or schedule dalay, the requirements, level of effort. cost, contractor shall submit a separate letter to the contracting officer identifying the required change and estimated cost impact.

(c)' A summary _ of progress to date; and (d) Plans for the next reporti.ag pericd.

[End of Clause)

P,4

-NRCAR 2052.212-72 FINANCIAL STATUS REPORT The contractor shall provide a monthly Financial Status Report The report is to the project officer and the contracting officer.repc_t period 'nd dus within 15 calendar days after the end of t:.e shall identify the.citle of the projec, the contract number,

. s*

Financial Identification Number (FIN), project manager and/or o

principal investigator, the cont cm period of performance, and the period covered by the report. Each report must include the following for each discrete task:

(value) of the project as (a) Provide total estimated costthe amount of f unds available in reflected in the contract, the contract to date, and the balance of funds required to complete the work as follows:

(1) Total estimated contract amount.

(2) Total funds obligated to date.

(3) Total costs incurred this reporting period.

(4) Total costs incurred to date.

detail of all direct and indirect costs Provide a (5) inct rred + cing the repe.ing pariod for the ent ' re contract or each task, it it is a task ordering contract.

(6) Balance of obligations remaining.

Balance of funds required to complete contract / task (7) order.

(8) Contractor Spending Plan (CSPs stat -

(i)

Projected percentage of completion cumulative through the report period for the project / task order as reflected in the current CSP.

(ii) Indicate if there has been a significant change in Page 16 of 70

s:ct-.n e RS 4MS 'M - 0 0 7 F.4 (Continued) 2a

.ther dollars or the original as pow m Ider.tify the change, the percentage of crmpletion reasons for tne change, whather there is any and ** hen add:tional funds would projected overrun,there have been no changes to the If be required.

a written original NRC-approved CSP projections, to that effect is sufficient in lieu of statement submitting a detailed response to item 8.

A revisea CSP is required with the Financial Status Report whenever the contractor or the contracting officer (9) has reason to believe that the total cost for performance of this contract will be either greater or substantially less than what had been previously estimated, d"~ing t' e month Lise propertu acquired for the project Provide the witn an acquiastion cast of $530 or more.

item following information for each item of property-model number, anufacturer, description or nomencla'ure, and receipt date.

If no serial number, acquisition cost, include a property was acquired during the month, information statement to that effect.

Note:

The same shall be provided for any component or peripheral equipment which is part of a " system or system unit."

in the September monthly For multiyear projects, financial status report provide a cumulative listing of property with an acquisition cost of $500 or more showing the above information.

provide a closecut In the final monthly status reportcontaining the same elements as described property report If no above far the month 3y financial status reports.

  • he contract, provide a property was acquired undee statement to that effect.

The report should note any

health, property requiring special handling for security, safety, or other reasrns as part of the report.

indicates a need for additional (b) If the data in this report funding beyond that already obligated, this information may to the official request for funding only be used as support (LOC) required in accordance with the Limitation of Cost Clause (FAR 52.232-20) or the Limitation of Funds (LOF) Clause (FAR 52.232-22)

(End of Clause]

Page 17 of 70

h b

?

- Se'at i on ' F L

RS NMS-97-007;

= F.51 ~ PLhCE'OF,DELIVERI--REPORTS =(JUlk1988) t The ttems-to bef f urnished hereunder - ma Di nz delivered,1 witt; a'.1 charges p-aid by the cont ractor, aco (a)- Project Of ficer (41 copies)-

4 i

d (b)i contracting -Of ficer (1. copy)

(End of Clause]

5 F,{

SURATION:OF CONTRACT PERIOD (>fAR 1987)

ALTERNATE 4 (JUN 1988)

V shall commence on The ordering period for.this contractAny orders issued during this period and will ; expire.cx1 shall be completed within the time specified in the order, unless otherwise specified herein.

(See 52.216 Ordering.)

.The term of;this contract'may be extended at the option'of the Government for an additional (End of Clause)

RESOLVING NRC CONTRACTOR DIFFERING PROFESSIONAL

'F.7 VIEWS (DPVs)

The Nuclear Regulation Commission's (NRC) policy is to support the contractor's expression of professional health and safety related concerns associated with the contractor's work for NRC.

(2) disagree

'that (1) may differ from a prevailing NRC staff view,take issue with with an NRC decisic. or policy position, or (3)

An occasion t...y arice proposed.or establith.d agenc" practices. contractor's. personnel, or subcontractor when an NRC_ contractor-,

personnel believes that-a conscientious expression of a competent judgement is required.to document such concerns on matters The-

-Ldirectly associated with-its performance of the contract.

-procedure that will-be used provides for the' expression andof health and resolution of differing professional views (DPVs) safety-related concerns associated with the mission of the1 agency NRCEcontractors, contractor personnel or' subcontractor personnel'on. matters directly-associated with its performance of 1by:

~

.The may be foundlin Section J of the solicitation.

Lehe contrac't, contractor shall provide'a copy of the-NRC DPV procedure to.all of and to all

its' employees l performing under this contract

/s Page 18 of 70' r

9 i-q=-e3' yv

--,,-r

.,.e 1

A., r r v-e

+.

+-

Sectio:. F RS 4TMS 97 007 F.7 '

3 Continued) subcontractors who shall,-in turn, p',n e a cav' of the procedure to its employees.

NOTE:

The prime ccm rattor s._

subcontractor endorse them.

shall submit - all DPV's received by need not

[End of Clause]

F.8 DELIVERABLE PRODUCTS / SCHEDULE The following summarizes the required report distribution under S0W and provides current mailstops.

Monthly

Meetings, Draft Final Letter Workshops, Formal Formal Status

& Trip Tech.

Tech.

Distribution Reports Reports Reports Reports NMSS PO (Mr TBA23) 1 1

1*

1*

1**

-NMSS TN (MS TBA33) 1

-1 1

Div, of Freedom of Info. and Pub.

Services (FIPS) 0 0

0 1***

Cover letter only Camera ready and electronic media

The schedule of deliverables for this project will be determined task-by-task basis.

Page 19 cf 70

~_

.. ~.

-. - _... ~

FRSiNMSf97;-007-Sectior G USECTION G --CONTRACT ADMINISTRATION' DATA ~

r L G il-:--

'NRCAR.2052.215-71: PROJECT l OFFICER AUTHORITY

^

-(JAN?1993)J The contracting officer's authorized; representative-

_(a) hereinaf ter" referred to as _ the project of ficer for this.

-contractris:

Name:

R..

Address:-

,p

, W

' Telephone Number:

Performance of the work under this contract is subject to the (b)

The term technical direction of the NRC project officer.

technical direction is defined to include the following:

'(1) Technical; direction to the contractor which shifts work-fills-in emphasis between. areas of work or-tasks, details, or.otherwise serves to accomplish the contractual statement of work.

(2) Provide advice and guidance to the contractor in the or technical

-preparation of: drawings, specifications, portions of the work description.

(3) Review and, where required by the contract, approval of specifications,-and technical technical drawings, information t..be-deliver d by the contractor La the Governmer.t under the contract.

of Technical direction must be within the general statement

.(c) work stated.in the contract.

The project officer does not-have-the authority to and may not issue _any technical

. direction _which:

(1) Constitutes an assignment of werk o"raide thm-general scope of the contract.

(2) Constitutes a change as defined in the '" Changes" clause.

of_this contract.

-(3) In-any way causes an-increase _or__ decrease in the total Page 20 of_70:

u hR L

m

'O Tect L:-

'RS-NMS-.97-001 G i1 >

1(Continued)- -,

che Rxed N. - f many, or: tne; estimated: contracte cost -

time required-for: cont ract pridrmeice j4')1 Changes. any' of1the expressed tens conditions, c or.=

E specificationo lof-' the. cont ract,

settles;_any_ claim or dispute-(5)lTerminates ;th'ef contract,

or_ issues-any-unilateral.

arising under the contract, directive.whatever.

directinns-must_be. issued-in writing _by=the i

he project officer in s(d); All t'echnical,

_ project'o'.ficer or must be confirmed by tworking days after verbal issuance A

-writing within_ ten (10) copy of the-written direction must be furnished to the contracting ~ officer.

f

.Ie)-The_ contractor.sha W proceed: prompt 4y with the per 4

manner prescribed _by this cL.ase and within the -project officer's authority under the provisions of.this clause.

in the opinion of the contractor, any instruction or 4

direction issued by the project officer is within one'of the If,

'(f) of this section, the-

! categories as defined in-paragraph (c)

' contractor may.not proceed but.shall notify the contracting (5) working-days af ter the officer'in_ writing within five receipt of-any instruction or direction and shall request the-accordingly:

Upon contracting officer to modify the contract receiving the notification from the contractor, the contracting officer shall issue an appropriate contract in the modification or advise the contractor in writing that, i

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 >he pr

<'on~.

tor's

' = * -

(g)

~

of.icer may re"Ot in the contractor expending performance and may-even result funds for unallowable costs under the contract.

(h)'A failure of the parties to agree upon the nature of the-i to be in'structionLor direction or upon the contract act on-

~ to-FAR 52.233-1

-taken with respect there to is subject Disputes.

li):-In: addition to providing technical direction as defined in paragraph 1(b) of -the section, the-project officer shall:

including (1) Monitor;the contractor's technical progress, and recommend surveillance and assessment of performance, to the contracting officer changes in requirements.

~

Page 21 of 70 e

4 m-

,yv, y,

-y-

)

-r 3,1-

-e

=<-s.

-,, Ni

.w--=

n 4

m-m-

-m

,m--

s-vv

-,o_

9ecticn 1 RS *;MS-97-007 G.1' (C6ntinued) the contractor ' in the. resolut ion = 6f technical i2) Assist:

~

during performance.

d

. problems-encountere Review all costs requested for reimbursement by the (3) -contractor and submit to the contracting officeror suspension reccmmendations.for approval, disapproval, for supplies and services required under this of paynent contract.

[End of Clause]

1

  • To be incorporated into any resultant contract G,2-NRCAR 2052.215-82 TRAVEL REIMBURSEMENT TALTERNATE 1 (J..N 1993) t contract

-p 4

(a)_ The contractor is encouraged to use Governmenhotel/ motel airlines, AMTRAK rail ser"jrer, and discount properties in order.to reduce tne cost of travel under this The contracting officer shall, upon request, provide each traveler with a letter of identification which is contract.

i The Federal required in-order to participate in this program.

contract fares, Travel Directory (FTD)' identifies carriers,and hotel / motel properties schedules, payment conditions, which offer their services and rates to Government contractor personnel traveling on official business under this contract.

which is issued monthly, may be' purchased from the The FTD, U.S. Government Printing Office, Washington, DC 20402.

The contractor will-be reimbursed for reasonable travel costs

-incurred directly and specifically in the performance of this (b) contract.

The cost limitations for travel costs are determined in accordance with the specific travel. regulations as are in effect on the date of the 31.205-46, cited in FAR Travel c;its for research and related activities trip.

performer. ae St;me and nc-,rofit institutions, in aw orda..ce 100-679, shall be charged in with-Section 12 of Pub. L.

accordance with the contractor's institutional policy to the

' degree that the limitations of Office of Management and Budget P

(OMB) guidance are not-exceeded.

Applicable guidance Cost Principles for State documents include OMB Circular A-87, Cost Principles for

.and Local Governments; OMB Circular A-122, Cost Nonprofit-Organizations; and OMB Circular A-21,

Principles for Educational Institutions.

Page 22 of 70-

\\;

i l-s l L+ -,--i,

4 - ~ r,..

+--rw

-e nn. - -

n a

c

. : C

-4

() ]

"b kVf G.2 (Continued)

.L Regulaticns, c:

(c) When the Government changee ir.>

14cm 2.

Ire spensibility of tne is tre othei applicable zegulatica.

in accoidance contractor to notify the contracting ::>filce2 of Cost clause of thig contract. if the with the Limitationo

^

approved trips contractor will be unable to make a21 of tim 12mitarions of this and fee and remain within the cost contract due to the changes.

(End of Clause) 0.3 NRCAR 2052.216-71 INDIRECT COST RATES (JAN 1993) rates which must (a) Pending the establishment of final indirect ci actual costs, th; c *ractcr be negc tiated based on audit ind. rect costs as fe'.ows:

shall be reimbursed for allowable f

?

e The contracting officer may adjust the above rates as appropriate during the term of the contract upon acceptance of (b)

It is the any revisions proposed by the cont ractor. contractor's responsibili t in accordance with FAR 52.232-20, Limitation of Cost, or FAR aa applicable, if these Limitation of Funds, performance of work within the established cost 52.232-22, changes affect funding limitations.

or

[End of Clausel

  • To bc ince pe->% J.nto any

's.ltant contract Oo4 NRCAR 2052.216-74 TASK ORDER PROCEDURES (JAN 1993)

(a) Task order request for proposal.

When a requirement within is identified, the the scope of work for this contractto the contractor a Task contracting officer shall transmitwhich includes the Order Request for Proposal (TORP) for owing, as appropriate:

Scope of work / meetings / travel and deliverables; (1)

(2) Reporting requirements; Period of performance - place of performance; (3)

Page 23 s 70

t v. w p s.y. x,7 G.4*

(Continuec) or v s -

u-(4) Applicable _opecial (5) Technical skillo requiied; e;

(6) Estimated level of effor spec;f.ea 4n the TORP, the Task order proposal. By the JAtecontractor shall deliver to the contrac+.2 (b) proposal that provides the following technical and cost information, as appropriate:

i (1) Technical proposal conte '.;

A discussion of the scope of work requirements to substanticte the contractor's understanding of the (i) requi,r,ments of the task order and the contractor g.

the objective'5f a

prop 6 sed method of approach to meet the order,

.es for professional perGonnel proposed to be util,ized in the performance of any resulting task (ii)

Re ss Include educational background, specific order.

and a list of any pertinent work experience, publications authored by the individ pertinent Identification of administrative support personnel and/or facilities that are needed to assist the (iii) professional personnel in completing work on the task order.

Identification of " Key Personnel" and the number of staff hours that will be committed to completion of (iv) work on the task order The contractor's cost proposal for each (2) Coot proposal.

be prepar;d using Standard Forr 1411.

eticing Proposa4 cover sheet.

A copy of tha task order mu.t Each form and instructions are attached to this contract.

Contract task order cost proposal must be fully supported by cost

~

and pricing data adequate to establish the reasonablenessWh and the of the proposed amounts.

cost for the proposed task order exceeds $100,000 period of performance exceeds six months, the contractor may be required to submit a Contrec*nr spending PlanTne TORP ind as part of its cost proposal.

~

(CSF) if a CSP is required.

The contractor shall perform all work described in definitized task orders issued by the contracting Task order award.

(c)

Definitized task orders include the following:

officer.

Page 24 of 70

.+

n 1 PS NMS-97 007 G.4 (Continued) eraoles;

,i c

( *. ) Statement vi n ; r t 'mr 'e t ;u n (2) Reporting requirement s; (3) Period of performance:

(4) Key personnel; and (5) Applicable special provisions; including any faxed fee.

(6) Total task order amount

[End of Clause]

ACCELERATED TASK ORDER PROCEDURF" (JAN 1993)

G.5

'NRCAR 2052.216-75 The NRC may require the contractor to commence work before order from the contracting (a) of a definitized tas' Accordingly, when the contracting officer verbally receipt the contractor shall proceed with officer.

auchorizes the work, to the monetary performance of the task order subjectlimitation established for the officer.

the When this accelerated procedure is employed by the NRC, contractor agrees to begin promptly negotiating with the (b) agrees to submit a cost proposal with supporting cost oron a definitized ta If agreement pricing data. reached by the target dater mutually agreed upon by the the contracting officer contractor and contracting officer, in accordance with may determine a reasonable price and/or fee Oubpart 15.8 and Part 31 of t he t" R, subject to contractor Disputes.

In any event, the appeal as provided in 52.2?3-1, contractor shall proceed with completio

'e only to the monetary limitation established b

i contracting otttcer and the terms and conditions of the basic su' ject contract.

(End of Clause)

G.6 ORDERING PROCEDURES (KAY 1991) contract (a) In addition to the contracting officer, officer, the following individuals administrator, and project are authorized to issue delivery orders under this contract:

Page 25 of 70

YS c nun m on't l

l (Continued)

G,6 (b) _hl1 delivery orders shall be plupo -.

w rdance with FAR ar by written 16.506 and may be issued in writ i:.a er o v t

telecommunications, IEnd of Cl.msei G.7 USE OF AUTOMATCD CLEARING HOUSE (ACH)

ELECTRONIC PAYMENT It is the policy of the U.S. Nuclear Regulatory Commission to (ACH) pay Government vendors by the Automated C1 caring House system in lieu of a U.S.

electronic funds transfer payment The electronic system is known as Vendor Express.

Treasury check.

in accordance with FAR 52.232-33, entitled Payment shall be made

" Mandatory Informrtion for Electronic Funds Transfer 03yment."

To receive payment by Vendor Express, the contractor shall s

complete the " Company Informaticn" nortion of Form SF 3881, Information Form ACH Vendor Payment System" entitled " Payment The contractor shall take the form to the ACH found in Section J.

u.aintains its Coordinator at the financial institution thatThe contractor shall disc company's bank account.

identification inf ormation. (addendum Coordinator how the payment will be passed to them cnce the payment is received by the record)

The contractor must ensure that the financial institution.

The ACH be stripped from the payment.

addendum record will notout the " Financial Institution Information" Coordinator will fil]

portion of the form and return it to the Office of the controller Nuclear Regulatory Commission, ATTN:

at the tollowing address:

Mailstop Division of Accounting and Finance, ACH/ Vendor Express, Once the Office of the Controller Washington, DC 20555.

the contractor will T-9-E-2, has processed the contractor's sign-up form, begin (o receive payments electronically via Vendor Express /ACH.

If,the of f erors/bi dders have questions concerning ACH/ Vendor

  • ol)

Express, they may e-l' the Co-marcial Payments staff on

.a 415-7520.

(Erd of Clause)

Page 26 of 70

____.____,_m._.,_

i cut i;,n }{

HS NMS-YJ 007 l

' t l

SPECIAL CONTRAC*f N1401FL LNTS SECTION H -

l t

?

H.1 NRCAR 2052.209-73 CONTRACTOR ORGANIZATIONAL

[

CONFLICTS OF INTEREST (JAN 1993) j is to aid in (a) Purpose. The primary purpoco of this clause t

ensuring that the contractor:

l Is not placed in a conflicting role oecause of current or (1) planned interests (financial, contractual,which relate to the work i

organizational, or otherwise) i under this contract; and s over D^es not obtain an unfair competitive advanta3

-(2) other parties by virtue of its performance of thj" contract.

t Scope. The restrictions descrioed apply-to performance or l

^

(b) participation by the contractor, as defined in 48 CFR in the activities covered by this clause.

2009.570-2 i

(c) Work for others.

i Notwithstanding any other provision of this contract, the contractor agrees to (1) during the term of this contract forego entering into consulting or other contractua1 arrangements with any firm or organization, the result of which may give rise to a conflict of interest with

+

respect.to the work being_ performed under this contract.

The contractor shall ensure that all employees under this If the contract abide by the provision of this clause.to itself l

contractor has reason to believe w.ch respect or any employee that any proposed consultant or other contractual arrangement with any firm or organization may the contractor i

involve a occeatial conf'ic* of interest, shall obtain the written approval of the contracting officer before the execution of such contractual arrangement, i

,ent, assist, or otherwise (2) The contractor may not rey.

3plicant undergoing an NRC

. support an NRC licensee o*/

audit, inspection, or revir where the activities that inspection or review are are the subject of theLaudit, the same as or substantially similar to the services (or task order as within the scope of-this contract except where the NRC licensee or applicant appropriate),

requires the contractor's' support to explain or defend the contractor's prior work for the utility or other t

entity which NRC questions,

.Page 27 of 70 l

m.

.,,_,,__w.,,.,,,,

m

.__._w,,~,...

Ac.

F S -!W.s - 9 7 - 0 0'/

(Continued)

H.*

se NRC Jnder this (3) When the contractor perfol u

  • ar. for site, the contract at any NRC licent,ee or applicantnor pesform work in the contractor shall neither solicit licensee or or similar technical area for that applicant organization for a period commencing with the samt award of the task order or beginning of work on the site (if not a task order contract) and ending one year after completion of all work under the associated task order,(if not a or last time at the site When the contractor performs work for the NRC under this (4)
site, contract at any NRC licensee or applicant The contractor may not solicit work at that site for (i) licen7ee or applicant during the period of that as perfoq3ance of the task order or the cor.tyact, appr6priate.

that site The contractor may not perform work at licensee or applicant during the period of (ii) for that as performance of the task order or the contract, appropriate, and for one year thereafter.

the contracting Notwithstanding the foregoing, (iii) officer may authorize the contractor to solici. or perform this type of work (except work in the same or similar technical area) if the contracti.ng.

officer determines that the situation will not pose a potential for technical bias or unfair competitive advantage.

(d) Disclosu e after award.

to the best of its knowledge (i) The contractor warrants that forth in this and belief, and except as otherwise set contract, it 'oes not hav-any organizational conflicts as oefined ia 48 CFh 2009.570-2.

of interest The contractor agrees that, if after award, it discovers to this (2) organizational conflicts of interest with respect it shall make an immediate and full disclosure

contract, in writing to the contracting officer. This stateme7t include a description of the action which the must to rake to avoid or contractor has taken or proposea mitigate such conflicts.

The NRC may, however, terminate the contract if termination is in the best interest of the government.

It is recognized that the scope of work of a task-order type contract necessarily encomparses a broad (3)

Page 28 of 70

R S - N MC - z 'l - U D '!

H.l' (Centinued)

.: this is a npectrum of act ivit ies cc'ni eqment a the cont ractor agrees that it task-order-type contract, involving NRC will disclose all proposed new work licenvees or applicants which comes within the scope of work of the underlying contract. Further, if this licensee or applicant site, involves work at a contract the contractor agrees to exercise diligence to discover that licensee or applicant and disclose any new work atbe made before the submission site.

This disclosure must of a bid ur proposal to the utility or other regulated least 15 days entity and must be received by the NRC at unless a before the proposed award date in any event, written justification demonstrating urgency and due diligence to discover and disclose is provided by theThe contractor and approved by the contracting officer.

disclosura must include the statement of Srk, tie dollar and any other documentr-value of the proposed contracts are needed to fully describe the proposed work for that the regulated utility e othe-regulated entity.

NRC may deny approval of the disclosed work only when the NRC has incued a task order which includes the technical area and, if site-specific, the site, or has plano to issue a if task order which includes the tecnnical area and, site-specific, the site, or when the work violates paragraphs (c) (2), (c) ( 3) or (c) (4 ) of this section.

(e) access to and use of information.

the contractor (1) If in the performance of this contract, obtains access to information, such as NRC plans, policies, reports, studies, financial plans, internal of 1974 (5 U.S.C.

data protected by the Privacy Actor the Freedom of Information Act Section 552a (1988)),

(5 U.S.C. Section 552 (19EC?

the contractor agrees not to til informat'on for any private purpose thin (i) Use information has been released to the public; the Compete for work for the Commission based on the (ii) information for a period of six months after either the con;pletion of this contract or the release of the information to the public, whichever is first; (iii) Submit an unsolicited proposal to the Government based on the information until oae year after the release of the information to the public; or Release the information without prior written (iv) approval by the contracting officer unless the information has previot' sly been released to the Page 29 of 70

Rs-we r!- 0W H.1 (Con $tinued) public by the NRC.

to the extent it the cor. tractor agrees :nat In addition, receives or is given access to proprietary data, data (2) 1974 (5 U.S.C. Section protected by the Privacy Act of (5 U.S.C.

or the Freedom of Information Act or other confidential or privileged 552a (1988)),

Section 552 (1986)),

i or financial information under this technical, business, the mformation in contract, the contractor shall treat accordance with restrictions placed on use of the information.

and security provisions of this (3) Subject to patentthe contrace.or shall have the right to use for

contract, technical data it prodt'ces under this contractall requirements ;f this private purpnses providea that contract have been met.

as prov'i d in 48 CFR 2009.570-2, i

(f) Subcontracts.

Except including this the contractor shall include this clause, The terms contract, in subcontracts of any tier.

and contracting officer, must be appropriately paragraph, contractor, modified to preserve the Government's rights.

For breach of any of the above restrictions, or Remedies.

for intentional nondisclosure or misrepresentation of any (g) relevant interest required to be disclosed concerning this contract or for such erroneous representations thatthe Government may te necessarily imply bad faith, disqualify the contractor from contract for default, and pursue other remedies subsequent contractual efforts, permitted by law or this contract.

for wai.ver under this clause must be A request directed in writing to the contracting officer in accordance Eniver.

(h) outlined in 48 CFR 2009.570-9.

with the proceouve, (i) Follow-on effort.

The contractor shall be ineligible to subcontracts, or proposals participate in NRC contracts, which stem directly from therefor-(solicited or unsolicited),

the contractor's performance of work under this contract.unles Furthermore, officer, the contractor may not perform any technical services work or evaluation support consulting or-management activities under this conkract on any of its products or services or the products or services of another firm if the contractor has been substantially involved in the development or marketing of the products or services.

If the contractor, under this contract, prepares a (1) of work or complete er essentially complete statement Page 30 of 70 I

v.

. w.

w. ::vs.'. cay H.1

' (Continued) specifications, the contracu:

.s not - !gible to perfarn wi effort which is or participate in the init ial cor.t ract based on the statement of work or specifications.

The contractor may not incorporate its products or services of work or specifications unless so in the statement in which directed in writing by the contracting officer, case the restrictions in this paragraph do not apply.

Nothing in this paragraph precludes the contractor from (2) offering or selling its standard commercial items to the Government.

[End of Clause)

H.2 NRCAR 2052.21C 70 KEY PERSONNEL (JAN 1993)

The following individuals are ccnsidered to be essentif' to (a)

~

the successful performance of the work hereunder:

s The contractor agrees that personnel may not be removed from the contract work or replaced without compliance with paragraphs (b) and (c) of this section.

  • (b) If one or more of the key personnel, for whatever reason, or is expected to become, unavailable for work under
becomes, for a continuous period exceeding 30 work days, this contract to the work or.is expected to devote substantially less eftort the than indicated in the proposal or initially anticipated, contractor shall immediately notify the contracting officer 4rq and shall, auofact to the cone tcence of the cot.:ract of at officer, promptly replace the personnel with personnel least substantially equal ability and qualifications.

(c) Each request for approval of substitutions must be in writing and contain a detailed explanation of the circumstances The request must necessitating the proposed substitutions.

also contain a complete resune for the proposed substitute and othe information requested or needed by the contracting officer to evaluate the proposed substitution.

The contracting officer or his/her authorized representative shall evaluate the request and promptly notify the contractor of his or her approval or disapproval in writing.

(d) If the contracting officer determines that suitable and timely Page 31 of 70

._. _ - _.. _ _.. _ _ _ _ _. _. _ __ ~.. _.. _. _ _ _ _ _ _ _

P b

e-R S 4M.% 9 7 J p'J7 4

i H.3-(Continused) n-a s s i g n - d,

replacement of key personnel wim nem cee.

or the terminated, or have otherwise Leccme unava table contract work is--not reasonably--- t c r '.hco
ni ng, or that the i

resultant reduction of productive effort would be so l

substantial as to impair the successful ccmpletion of.the may be terminated contract or the service order, the contract l

by the contracting officer for default or for the convenience of the Government, as appropriate.

If the contracting officer H

finds the contractor at fault for the condition, the contract price or fixed fee may be equitably adjusted downward to compensate the Government for any resultant delay, loss, or damage.

[End of Clause)

  • To be incorpcrated into any resultant contract s*

i

<v GOVERNMENT FURNISHED EQUIPNENT/ PROPERTY - NONE PROVIDED e

H.3 (JUN-1988%

The Government will not provide any equipment / property under this contract, (End of Clause)

H;4 DENIAL OF FEDERAL BENEFITS TO INDIVIDUALS CONVICTED OF DRUG TRAFFICKING OR POSSESSION (SEP 1990)

In the event that an award is made to an individual, Section t

5301 of the Anti-Drug Abuse Act of 1988 (P.L. 100-690) may be

  • cause for denial of specific benefits to individuals convicted of g

drug trafficking or possession.

(End of Clause; i

r r

Page-32 of 70 re-y y,w-*r----e ye.--

3

,-w-r---m-.7--,,,-.%.,--

,,e..,. ~.

ce,,,,

2re,

<'w-wwew-*t-***i-u,w-vv--v-

-w*we-----~w-mi

'w"*+=* * -e=

- - =

=m- - - * - - ' - ' -

  • re

i RS-NMS-97 007 l

PART II - CONTRACT CLAUSES l

e CONTRACT CLAUSES.

SECTION I I

r.

I.1 52.252-2 CLAUSES INCORPORATED'BY REFERENCE (JUN 1988) i This contract incorporates one or more clauses by reference, t

c with the-same force and effect as if they were given in full text.

+

Upon request,_the Contracting Officer will make their full text i

r available.

CLAUSES FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) l 1.

DATE J

NUMBER TITLE OCT 1995 52.202-1 DEFINITIgpS APR 1984 52.203-3 GRATUITIES COVENANT AGAINST C"NTINGENT FEES APR 1984

_52.203-5 JUL 1995 52.203-6 F.ESTRICTIONS ON SU8 CONTRACTOR-SALES TO THE GOVERNMENT JAN 1996 52.203 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY JAN 1990 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL l

TRANSACTIONS JUN 1996 52.204-4 PRINTING / COPYING DOUBLE-SIDED ON RECYCLED PAPER JUL 1995 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 1990 52.215-2 AUDIT AND RECORDE--NEGOTIATION OCT 1995 52.215-22 PRICE REDUCTION FOR 9ece2TIVE COST OR PRICING DATA OCT 1995 52.215-24 SUBCONTRACTOR COST OR Ph*CING DATA MAR 1996 52.215-27 TEdh4..ATION OF DEFINED BENEFIT PENSION PLANS JAN 1986

-52.215-33 ORDER OF PRECEDENCE MAR 19;6 52.215-39 REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS OTHER THAN PENSIONS (PRB) 52.215-40 NOTIFICATION OF OWNERSHIP CHANGES FEG 1995 MAR 1997 52.216-7

' ALLOWABLE COST AND-PAYMENT MAR 1997 52.216 -FIXED FEE JUL 1996 52.217-2 JCANCELLATION UNDER MULTIYEAR CONTRACTS Page 33 of.70 T'

WK ogere

'im-V

  • Te rek$

--eirm

e r-ierae'a-4 e '_w"W'we=*-----=+'t

~*==st'-

9-T-

r" P9-M"*

+LW-9 yer*+-

g" etP h'n w V

+-

+??-5"

=f'--*

PC %MS 97-G07 I.1 ' 1 Continued)

DATE NUMBER TITLE 52.239-8 UTILIZATION OF SMALL, SMALL OCT 1995 DISADVANTAGED AND WOMEN-CNNED SMALL BUSINESS CONCERNS I

DEC 199C 52.219-14 LIMITATIONS ON SUBCONTRACTING OCT 3995 LIQUIDATED DAMAGES--SUBCONTRACTING 52.219-16 PLAN AUG 1996 52.222-3 CONVICT LABOR APR 198.e 52.222-26 EQUAL OPPORTUNITY APR 1984 52.222-28 EQUAL OPPORTUNITY PREAWARD CLEARANCE OF SUBCONTRACTS APR 1984 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM

+

ERA VETERANS AT' 19'4 52.222-36 AFF.RMATIVE ACTION 70R HANDICAPPED WORMERS JAN 1988 52.222-37 EMPLOYMENT nE.' ORTS ON O'esCI AL DISABLED VETER10*S M.: VETERANS OF THE VIETNAM ERA APR 1984 52.223-2 CLBAN AIR AND WATER JAN 1997 52.223-6 DRUG-FREE WORKPLACE OCT 1996 TOXIC CHEMICAL RELEASING REPORTING 52.223-14 JUL 1995 52.227-1 AUTHORIZATION AND CONSENT AUG 1996 52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT MAR 1996 52.228-7 INSURANCE - LIABILITY TO THIRD PERSONS APR 1996 52.230-2 COST ACCOUNTING STANDARDS APR 1996 52.23C-3 DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICES AUG 1992 52.230-4 CONSISTENCY IN COST ACCOUNTING PPACTICES APR 1996 52.230-5 COST ACCOUNTING STANDARDS--

EDUCATIONAL INSTITUTIONS APR 1996 ADM mITRATION OF COST ACCOUNTING 52.230-6 S'" M C in a!i JUN 1996 52.232-17 Ii4TEREST APR 1984 52 232-20 LIMITATION OF COST JAN 1986 52.232-23 ASSIGNMENT OF CLAIMS MAY 1997 52.232-25 PRCMPT PAYMENT AUG 1996 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFSR PAYMENT OCT 1995 52.233-1 DISPUTES AUG 1996 52.233-3 PROTEST AFTER AWARD Alternne I (JUN 1985) 52.242-1 NOTICE OF INTENT TO DISALLOW COSTS APR 1984 OCT 199b 52.242-3 PENALTIES FOR UNALLOWABLE COSTS JUL 1995 52.242-13 BANKRUPTCY Page 34 of 70 l

\\

im-NMs-3/-007 1.1 (Continued)

DATE NUMBER TITLE 52.243-2 CHANGES - COST-REIMBURSEMENT AUG 1987 Alternate I (APR 1984) 52.244-2 SUBCONTRACTS (COST-REIMBURSEMENT FEB 199.7 AND LETTER CONTRACTS)

DEC 1996 52.244-5 COMPETITION IN SUBCONTRACTING MAR 1989 52.248-1 VALUE ENGINEERING 52.249-6 TERMINATION (COST-REIMBURSEMENT)

SEP 1996 APR 1984 52.249-14 EXCUSABLE DELAYS JAN 1991 52.253-1 COMPUTER GENERATED FORMS

[End of Clause)

I.2 52.216-18 ORDERING (OCT 1995)

Any supplies and services to be f urnished under thi's c_.itract (a) ordered by issuance of delivery orders or task orders shall be by the individuals or activitie.o designated in the Schedule.

i Such orders may be issued from through to the terms (b) All delivery orders or task orders are subject and conditions of this contract.

In the event of conflict the between a delivery order or task order and this contract, contract shall control.

If mailed, a delivery order or task order is considered (c) " issued" when the Government deposits the order in the' mail.

issued orally, by facsimile, or by electronic Orders may be comme:ee methods only if authorized in the Schedule.

[End of Clause}

I.3 52.216421 REQUIREMENTS (APR 1984) for the supplies or services (a) This is a recuiremen*s contract nd fiective for. e period stated, in tF specified, Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this if as this contract may otherwise provide, contract.

Except the Government's requirements do not result in orders in the in the quantities described as " estimated" or " maximum" Schedule, that fact shall not constitute the basis for an a:p..*.able price adjustment.

shall be made only as authorized by Delivery or performance (b) orders issued in accordance with the Ordering clause.

Subject to any limitations in the Delivery-order Limitations clause c:

the Contractor shall furnish to elsewhere in this contract, all supplies or services specified in the the Government Schedule and called for by orders issued in accordance with Page 35 of 70

y: av ~

I.3 (Continued)

+ a:.. ;w r a e-CrJe:;n'y Ca se. Th

.4e pe r t o mance 2.

.ne

~ ":

delivery to multiple dest:na*

2ocations.

Aherwise provides, the covernmen*

contractor all the supplies or servicesare re (c) Except as this contract shall order from the that specified in the Schedule act v:t:es specified in the the Government activity c:

Schedule.

required to purchase from the Contractor on total orders under thic is not The Government (d) requirements in excess of any limit contract.

urgently requires delivery of any quantity delivery ~ay be If the Government date that (e) of an item be' ore tha earliest Contractor will no*

and if the specified under 3.11s contract,an order providing for the accel accept Government may acquire the u :m. ' :-

from another source.

ct Any order issued during the effect:ve period of this contraper (f) and not completed within that Jhe Contractor within the time specified in the order.

shall govern the Contractor's and Government's rights to that order to the same extent contract ffective and obligations with respect as if the order were completed during the contract's ethe Cont that fter expiration period; provided,make any deliveries under this contract six nonths a of the contract.

(End of Clause]

requirements stemming f rom the need not utilize NOTE:

This does not apply to those The Government may, but Lisbon Initiative.for requirements stemming from the Lisbon this contract Initiacive.

SINGLE OR MULTIPLE AWARDF (OCT 1995)

I.4 52.216-27 to award a single delivery order The Government may elect or to award multiple delivery i ilar contract or task order contract order contracts or task order contracts for the same or s m supplies or services to two or more sources under this solicitation.

'.End of Provision]

Page 36 of 70

B :> - NW $1. o y!

1.5 52.217-9 OPTION TO EXTEND T}lE TERM OF Ti!E CONTRACT (MAR 1989)

(a) The dovernment may e: tend the t e r:r of du., ;ontract by written Lys, provided, that the to the Contract.or witnin 60 shall give the Contr atoc a preliminary written notice notice of its intent to extend at least 60 days befor.c the Government contract expires.

The preliminary notice does not commit the Government to an extension.

If the Government exercises this option, the extended contract (b) shall be considered to include this option provisione including the exercise of (c) The total duration of this contract, shall not exceed 4 years.

any options under this clause,

[End of Clause)

PAYMENT FOR O'JCRTIME PREMIUMS *(JUL 1990)

I.6 52.222-2 (a) The ase of overtime is autho ized der this contract if the exceed $0.00 or the overtime overtime premium cost does not premium is paid for work--

Necessary to cope with emergencies such as those resulting from accidents, natural disasters, breakdowns (1) of production equipment, or occasional production bottlenecks of a sporadic nature; By indirect-labor employees such as those performing (2) duties in connection with administration, protection, transportation, maintenance, standby plant protection, o;.eration of utilities, or accounting; industrial processes, laboratory (3) To perform tests, loading or unics ing of transportation procedures, that ar e and operations in flight or afloat reasonably be interrupted conveyances, continuous in nature and cannot or compte ad ctherwire.

c-(4) That will result in lower overall costs to the Government.

for estimated overtime premiums that exceeds the (b) Any request specified above shall include all estimated overtime amount f or cont ract completion and shr11--

Identify the work unit; e.g., department or section in (1) which the requested overtime will be used, together with present workload, staffing, and other data of the affected unit sufficient to permit the Contracting Officer to evaluate the necessity for the overtime; Page 37 of 70 v

Sec* :' - -

l P !; Nf> f; <* 7 0 0 7 l

1.6 "* (Continued)

Demonstrate the ef fect that denn a 2 ;, f the request will (2) have on the contrac* delivery or prr formance schedule; to which approval of overtime would Identify the extent (3) the performance or payments in connection with affect together with identification other Government contracts, of each affected contract; and 3

Provide reasons why the required work cannot be ;.arformed

  • by using multishift operations or by employing additional (4) personnel (End of Clause)

.~

o

?

?

l l

(

Page 38 of 70 m'

wso.,n_ _ _,,,

ce -t i c:, '

M.nu.r, <et.nnq eee.

LIST OF. DOCUMENTS, EXHIBITS AND OTHEP ATTACIDiENTS PART III SECTION J - LIST OF ATTACiD4ENTS J.1 ATTACHMENTS (MAR 1987)

Attachment Number Title 01 Billing Instructions NRC Contractor Organizational Ccaflicts 02 of Interest NRC Handbcok 3.8 03 Standard Forn 1411 with Instructiope 04 05 Contracter cpending Plan (CSP)

Instructions 06 Payment Information Form SF 3381 - ACH Vendor Fayment System e

Page 39 of 70