ML20199F521

From kanterella
Jump to navigation Jump to search
Informs That NRC Soliciting Proposals for RS-AED-98-264, Inspecting for Performance Course. Full Scope of Work Encl in Part I,Schedule
ML20199F521
Person / Time
Issue date: 01/30/1998
From: Wiggins E
NRC OFFICE OF ADMINISTRATION (ADM)
To: Hogg A, Hwang J, Polk K
AFFILIATION NOT ASSIGNED, External (Affiliation Not Assigned)
References
CON-GENERAL NUDOCS 9802040032
Download: ML20199F521 (79)


Text

e em 8ttog e

t UNITED STATES f'

a j l..

., j NUCLEAR REGULATORY COMMISSION WASHINoToN. D.C. 9066M001

't,.....

January 30,1998 OFFERORS:

SUBJECT:

REQUEST FOR PROPOSAL NO. RS AED 98-264 ENTITLED "INSFECTING FOR PERFORMANCE COURSE" The U.S. Nuclear Regulatory Commission (NRC) is soliciting proposals for the project entitled above. The full scope of work anticipated is as set forth in Part I, Schedule. The contract type for this work is Fixed Price, Requirements.

l This requirement is a 100% Small Business Set Aside.

The solicitation package is enclosed as well as proposal preparation instructions. If you desire to respond, your proposal should address the proposal requirements set forth in Section L of the solicitation. All proposals will be evaluated against the Maiuation criteria shown in Section M.

You are advised that this Request For Proposal does not commit the Government to enter into a contract or to pay costs Incurred in the preparation of a proposal.

All technical questions concerning this RFP must be submitted in writ'ng and must be received within 10 calendar days after the issue date of '.he solicitation, at the address listed for receipt of proposals. The Contracting Officer will not respond in writing to questions received after the 10th calendar day noted above.

THERE SHALL BE NO CONTACT WITH PROGRAM OFFICE PERSONNEL DURING THE SOLICITATION PROCESS. YOU ARE THEREFORE CAUTIONED THAT SUCH CONTACT MAY RESULT IN YOUR REMOVAL FROM FURTHER CONSIDERATION FOR CONTRACT AWARD.-

Strict adherence to the page limitations for the technical proposal will be enforced. See Section L, page 55 of the solicitation for information pertaining to the page limitation. The page limitation applies only to the written technical presentation documentation.

If you have any questions concerning the requirements of this solicitation, plea Donald A. King, Contract Specialist, on (301) 415-6731/7328 (collect calls will not be accepted).

Sincerely, ll l llll

. r udL I.' N EloisJ.

iggins Contracting OfficerU in" M '

QENERAL PDR

Page 1

01/29/98 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS AED-98-264 COMPANY PHONE / FAX (Large Busineses are Identified with an Asterisk)

ANDREW L. HOGG

-47 HARDWOOD ROAD PALMYRA, VA 22963 ATL INTERNATIONAL INC.

301-972-4430 JOU HWANG 301-972-6904 12800 MIDLEBROOK ROAD TREVION II SUITE 100 GERMANTOWN, MD 20874 B L SEAMON & ASSOCIATES INC.

301-577-0244 KAMISHA POLK 301-577-5261 4221 FORBES BLVD.

SUITE 245 LANHAM, MD 20706 BMRA 703 691-0868 JOHN C. LYNCH 703-691-2731 11350 RANDOM HILLS RD.

FAIR OAKS 1 PLAZA SUITE 440 FAIRFAX, VA 22030 BREWER-TAYLOR ASSOCIATES 423 490-0928 CHARLES E BREWER 423-490-0928 P.O. BOX 21633 CHATTANOGA, TN 37424 COMEX CORPORATION 253-857-5789 LAURA.A BETHKE 253-857-5770 15118 STARR PLACE S.E OLALLA, WA 98359 CONCORD ASSOCIATES INC.

423-675-0930 KRISTI POLLARD 423-675-4723 725 PELLISSIPPI PARKWAY KNOXVILLE, TN 37932 EMS INTERNATIONAL INC.

425-455-2959 ISAAC COLE 425-646-7247 NINE LAKE BELLEVUE BLDG SUITE 203 BELLEVUE, WA 98005

Page 2

01/29/98 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS-AED-98-264 COMPANY PHONE / FAX (Large Busineses aro Identified with an Asterisk)

EI REVIEW &COMFANY INC, 423-966-2900 PATRICK L BISESE 423-966-3312 221 PAT ROAD KNOXVILLE, TN 37922 ELF INC.,

301-986-4929 LISA MORRIS 301-9860135

(}

7910 WOODMONT AVE., SUITE 600 l

BETHESDA, MD 20814 IOCAD EMERGENCY SERVICES GROUP 717-642-9359 GORDON M SACHS 717-642-9359

~

P.O.

BOX 6 FAIRFIELD, PA 17320 LINK TECHNOLOGIES INC.,

301-515-9654 ALI TABATABAI 301-515 9658 20251 CENTURY BLVD., 4TH FLCOR GERMANTOWN, MD 20874 MAINTENENCE TRAINING SERVICES INC, 609-769-4330 CARLTON CARR 2 PINE TERRACE WEST BERLIN, NJ 08091 NEW ENGLAND TRNG. & CONSULTING, INC 860-342-4382 DOUGLAS SCHANNE 960-342-5480 P.O. BOX 911 PORTLAND, CT 06480 NUCLEAR OPERATIONS & TRAINING CON.,

860-345-4344 JACK STANFORD 860-345-4344 210 OLD CHESTER ROAD HADDAM, CT 0643a PERFORMANCE IMPR. TECHNOLOGIES 509-967-5343 PAUL.

F.

WILSCN 509-967-5342 P.O.

BOX 4157 WEST RICHLAND, WA 99353 O

e

Page 3

01/29/98 BIDDER'S MAILING LIST FOR SOLICITATION NUMBER:

RS-AED-98-26' COMPANY PHONE

- JC (Large Busineses are Identified with an AsteriSc.i PTI INTERNATIONAL INC.,

703-256 4796 BILL 3EBERS\\ LARRY WESTBERG 703-256 4238 7617 LITTLE RIVER TURNPIKE SUITE 500 ANNANDALE, VA 22003 RGI INC.

703-820-4930 LAURA KRUCZKOWSKI 703-820-4906 5203 LEESBURG PIKE SUITE 1300 FALLS CHURCH, VA 22041 SAENZ INTRNATIONAL 703-841-2800 PAUL SAENZ 703-841-4932 P.O. BOX 3144 BUCKINGHAM STATIOM ARLINGTON, VA 22203 SONALYSTS INC.,

860-44: 4355

^

JANE E. GOLDSMITH 860-442-5696 215 PARKWAY NORTH P.O. BOX 280 WATERFORD, CT 06385 SOUTHWEST TRAINING & INDEP.RES.INC.

405-547-5455 DARLENE SHELTON 405-547-2281 P.O. BOX 925, PERKINS, OK 73059 STRATEGIC RESOURCES INC.,

703-749-3040 JERRY LAWSON 703-749-3046 7700 LEESBURG PIKE SUITE 108 FALLS CHURCH, VA 22043.

TAC TECHNOLOGIES 703-591-9100 EILEEN HOPKINS 703-359-6249 4036 WILLIAMSBURG COURT FAIRFAX, VA 22032

{

Page 4

01/29/98 BIDDER' S MAILING LIST FOR SOLICITATION NUMBER:

RS-AED 98-264 COMPANY PHONE / FAX l

(Large Busineses are Identified with an Asterisk) l l

TECHONOLOGY\\ENG. MANAGEMENT, INC 303-279-2271 DR. RICHARD P. MIGNOGNA 303-279-2282

)

P.O. BOX 186 i

GOLDEN, CO 80402 i

TOEROEK ASSOCIATES 303-420-7735 DAVID KWIATKOWSKI 303-420-7658 7494 QUEEN CIPCLE ARVADA, CO 80005 i

TRAINING PERFORMANCE GROUP 706-869-1702 ROBERT W. KLEMM 706-869-1702 516-WATERFORD DRIVE EVANS, GA 30809 XL ASSOCIATES 301-770-0090 ROBBIN A RUSSELL 301-770-2354 11300 ROCKVILLE PIKE SUITE 709 ROCKVILLE, MD 20852 e

e

e 1.THIS CONTRACT tS A RATED ORD12 k g,, TING lPAGE OF RA SOLICITATION, OFFER AND AWARD UNDE 2 oPAS oE CFa :SOi 334 r,

2. CONTRACT NO 3 SOuCITAT40N NQ.

4 TYPE OF SOucriAY60N

$ DATEISSUED 6 REQUISATION PUNCHASE NO RS-AED 98-264 1/30/98 AED-98 264

[E)NEoOfiATED(RFPI DTD 12/2/97 7 iS$Uto SY CODE [

s ADDRESS OFFER TO at other then nem 7:

U.S. Nuclear Regu'atory Commission U.S. Nuclear Regulatory COmmi$$ ion Divi $ ion Of COrstracts and Property Mat.

Divi $ ion Of Contracts and Property Mat.

Attn: T 742 Attn: T.7+2 WsShington DC 2055b Washington. DC 20555 0001 NOTE en mered oid sosionist.one ene, and enno, me.n se end nidde,.

SOLICITATION Sea.d ons,. m engm.i.nd 3 ce,s.. e., sumi.h.no the suppies.

.-c.. m the Schedui. wiii ne received si the pi.co specis ed in siem a. o,it hendo.med. in the ae

.io,,ioc.ied m 11545 ROCkville Pike. ROCkville. MD 20852 (ROOM T.712) 3.00 pm loc, time 3/2/98 (Hourt (Dates CAUTION. LATE Subewesinne. Modificahons. and Withdtsesis See Sechon L. Provison No $2 214-7 of et.21810 As Otters s<e subsect to su terms and conditions contened m this sohcitation.

10. FOR IN"ORMATION CALL:

A.HAME

{B TELIFHONE NO.

Onclude sees codel INO COLLECT CALLSI Donald A. Kino I (301)416 6731

11. TAets OF CONTENTS See Attached Table Of Contents h SEC, l

DESCRIPTION l PAGEtSI f

SEC, l

DESCNPTION f PAGElS) til fXI PART 1. THE SCHEDULE PART H. CONTRACT CLAUSES A

SOUCtTATIONTONTRACT FORM f

l CONTRACT CLAUSES f

I B

SUPPUES OR SERVICES AND PRICES > COSTS PART 111 UST OF DOCUMENTS. EXHISITS ANO OTHER ATTACH C

DESCNPTION' SPECS / WORE STATEMENT l

J lUST OF ATTACHMENTS f

D PACKAGING AND MARKING PART IV. REPRESENTATIONS AND INSMUCTIONS I

INSPECTION AND ACCEPTANCE g

lEPRESENTATIONS. CERTIFICATIONS AND OTHER F

DEUVERIES OR PERFORMANCE STATEMENTS OF OFFERORS 0

CONTRACT ADMINISTRATlON DATA L

INSTR, CONDS. AND NOYlCES TO OFFERORS H

SPECIAL CONTRACT REQUIREMENTS M

EV ALUAT60N FACTORS FOR AWARD OFFER (Must be fully completed by offeror)

NOTE ltem 12 does not soply of the soleestation includes the provisons et $2.214-16.Mininium tid Acceptance Penod, 12 la comphence with the above. the undermoned agrees. 6f ttwo ottee is accepted withen cuendar days ISO calendar days unissa a detteront pened is meerted Dv the e eron from the eate n

for rece.pt of offers speesfied above. to furnish any or all ttoms upon wtuch paces are offered at the once set opposte each item, dehvered at the oesgnemd poettst, withm the tme specifeed m the echedo e n

13 DISCOUNT FOR PROMPT PAYMENT 10 CALINDAR DAYS 20 CALENDAR DAYS 30 CALINDAR DAYS CALENDAR DAYS tSee Section 1. Clause No. 52 232 Sn 14 ACKNOWLEDGEMENT OF AMENDMENTS AMENDMENT NO DATE AMENDMtNT NO.

l DATE me ene,o,.c.now.edose,ec.,i o..mendmenta to i,.

SOLICITATION for of tevote and related documents i

numeefed end date*

l ISA NAME l

FACIUTY l 18 NAM 1 AND TITLE OF PERSON AU'10RIZED TO SIGN OFFER CODE AND IType o# pant)

AoOREs3 OF OFFEROR 168 TELEPHONE NO.

anch*de sees codel IEC. CHECK IF REMITTANCE ADORES $ l$ OlFFERENT FROM

17. SIGNATURE 18 OFFER DATE A00VE ENTER SUCH ADDRESS IN SCHEDULE AWARD (To be completed by Government) 19 ACCEPTED AS TOiTEMS NUMBERED
20. AMOUNT
21. ACCOUNTING AND APPROPRIATION
22. AUTHORITY FOR USING OfMER THAN FULL AND OPEN COMPETITION
23. SU8Mif INVOICES TO ADDRESS SHOWN IN ITEM to U S C. 2304#st i I 41 U.5 C 2S2tcp i )

44 copese urwees otherwise specified) 24 ADu iiSTiRED eV af.ih-n,.a nem Ti CODE l 28 PAYuENT wilt E uADE eY COof l

26. NAME OF CONTRACT 1NO OFFICER (Type or pnnt)
27. UNITED STATES OF AMERICA 28 AWARD DATE isignature of Coaeracong Othcert IMPOftT ANT. Award win be made on this Feem. or on Standard Feem 26. or tv other authonred othesar wntten notee STANDARD FORM 33 TREY 4 8Si v

TABLE OF CONTENTS PAGE

PART I - THE SCHEDULE.

1 SECTION A --SOLICITATION / CONTRACT FORM 1

SF 33 SOLICITATION, OFFER AND AWARD.

1 SECTION B - SUPPLIES OR SERVICES AND PRICE / COSTS 5

B.1 -

PROJECT TITLE.

5 B.2 BRIEF DESCRIPTION OF WORK --(FER 1987).

5 ALTERNATE 1 (JUN-1988)

B.3 SCHEDULE OF PRICES / COSTS.

5 B.4 CONSIDERATION AND OBLIGATION 8

--DELIVERY ORDERS (JUN 1988)-

SECTION C - DESCRIPTION / SPECIFICATIONS / STATEMENT OF WORK.

9 C.1-STATEMENT OF-WORK.

9 C.

1.1 BACKGROUND

9 C.1.2 CONTRACT OBJECTIVE.

9 C.1.3 COURSE DESCRIPTIONS.

9

)

C.1.3.1 Presentation and Maintenance of the Existing Inspection 9

For Performance (IFP) cou rses C.1.3.2 General Course Information and Procedures for the 10 Inspection for Performance Course and Inspecting for Performance - Materials Course C.1.3.3 Additional Training Courses (option).

11 C.1.3.4 Course Scheduling and Location.

12 C.1.3.5 Course Examinations 12 aC.1.3.6 Instructor Qualification Requirements 13 C.1.3.7-Contract Monitoring 13

-SECTION D - PACKAGING AND MARKING.

15-D1 PACKAGING AND MARKING (WUR 1987).

15 h

SECTION E - INSPECTION AND ACCEPTANCE.

16 E.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE 16-E.2 PLACE OF INSPECTION AND ACCEPTANCE (MAR 1987) 16 SECTION F - DELIVERIES OR PERFORMANCE.

17 F.1' NOTICE LISTING CONTRACT CLAUSES INCORPC'.ATED BY REFERENCE 17 F.2 REPORTING REQUIREMENTS AND DELIVERABLES 17 F.2.1 Milestones 17 F.2-.2 Number of Courses / Course Scheduling.

17 F.2.3 Course Presentation Reports.

17 F.2.4 Technical Progress Report.

18 F.2.5 Final Report 18 F.2.6 PLACE OF DELIVERY--REPORTS (JIRI 198 8 ).

19 F.3-DURATION OF CONTRACT PERIOD (Wut 1987).

19 ALTERNATE 4 (JUN 1988)

SECTION G - CONTRACT ADMINISTR2.ON DATA.

20 G.1 205'4.2'5-72 PROJECT OFF1CER AUTHORITY-ALTERNATE 1.

20 G.2 ORDERING PROCEDURES (t00( 1991).

20 G3 ELECTRONIC PAYMENT.

21 SECTION H - SPECIAL CONTRACT REQUIREMENTS.

22 H.1 2052.204-71 SITE ACCESS BADGE REQUIREMENT.

22

TABLE OF CONTENTS PAGE

(

H.2 SEAT BELTS.

22 H.3 2052.215-70 KEY PERSONNEL.

22 l

I H4 GOVERNMENT FURNISHED EQUIPMENT / PROPERTY (JUNE 1988) 23 PART II

- CONTRACT CLAUSES.

25 l

SECTION I CONTRACT CLAUSES 25 I.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE 25 I.2 52.216-18 ORDERING (OCT 1995) 26 I.3 52.216-19 ORDER LIMITATIONS (OCT 1995)..

27 I4 52.216-21 REQUIREMENTS (OCT 1995).

27 ALTERNATE I (APR 1984)

I.5 52.217-9~- OPTION TO EXTEND THE TERM OF THE CONTRACT.

28 (MAR 1989)

I.6 52.232-25 -PROMPT PAYMENT (JUN 1997) 29 I.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988) 34 PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS 35 SECTION J - LIST OF ATTACHMENTS.

35 PART IV REPRESENTATIONS AND INSTRUCTIONS 36 SECTION K

- REPRESENTATIONS, CERTIFICATIONS AND.

36 OTHER STATEMENTS OF OFFERORS K.1 NOTICE LISTING SOLICITATIOR PROVISIONS INCORPORATED 36 BY REFERENCE

.2 52.203-2 CERTIFICATE OF INDEPENDENT PRICE.

36 K

DETERMINATION (APR 1985)

K.3 52.203-8 CANCELLATION, RECISSION, AND RECOVERY OF FUNDS.

37 FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997)

K.4 52.204-3 TAXPAYER IDENTIFICATION (JIR4 1997) 38 K.5 52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION,.

39 PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (MAR 1996)

K.6 52.215-4 TYPE OF BUSINESS ORGANIZATION (OCT 1997).

41 K.7 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS.

41 (JAN 1997)

K.8 52.222-22 PREVIOUS'CCNTRACTS AND COMPLIANCE REPORTS.

43 (APR 1984)

K. 9-52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984).

43 K 10 52.223-1 CLEAN AIR AND WATER CERTIFICATION (APR 1984) 43 K.11 52.223-13 CERTIFICATION OF TOXIC CHEMICAL RELEASE.

44 REPORTING (OCT 1996)

K 12 52.227-15 REPRESENTATION OF LIMITED RIGHTS DATA AND.

45 RESTRICTED COMPUTER SOFTWARE (JUN 1987)

K.13 2052.209-70 QUALIFICATIONS OF CONTRACT EMPLOYEES 46 K.14 2052.209-71 CURRENT /FORMER AGENCY EMPLOYEE INVOLVEMENT 46 SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS.

47 L.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED 47 BY REFERENCE L.2-52.204-6 CONTRACTOR IDENTIFICATION NUMBER--DATA.

47 UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (DEC 1996)

TABLE OF CONTENTS PAGE u*

L.3 52.216-1 TYPE OF CONTRACT (APR 1984).

48 L.4 52.233-2 SERVICE OF PROTEST (AUG 1996).

48 L.5 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY,

49 REFERENCE (JUN 1988)

L. 6.

SUBMISSION OF QUESTIONS BY OFFEROR.

49 L.7 REFERENCED DOCUMENTS AVAILABLE FROM THE 49 NRC-PDR (JUN 1988)

L.8-ACCEPTANCE PERIOD (MAR 1987).

50 L9 2052.215-76 DISPOSITION OF PROPOSALS 50 L.10 2052.222-70 NONDISCRIMINATION BECAUSE OF AGE 50 L 11 ESTIMATED DURATION (JUN 1988) 51 L.12-USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC.

51 i

l PAYMENT / REMITTANCE ADDRESS l

L.13 TIMELY RECEIPT OF PROPOSALS 51 L.14 AWARD NOTIFICATION AND COMMITMENT OF PUBLIC FUNDS 51 L.15-FORMAT FOR WRITTEN TECHNICAL PRESENTATION 52 DOCUMENTATION AND ORAL TECHNICAL PRESENTATION PRESENTATION DOCUMENTATION DOCUMENTATION TOPICS L.16 Price Proposal, 61

_SECTION M - EVALUATION FACTORS FOR AWARD 62 M.1 52.217-5 EVALUATION OF OPTIONS (JUL 1990) 62 M.2 2052.215.84 CONTRACT AWARD A'TD EVALUATION OF PROPOSALS.

62 TECHNICAL MORE IMPORTANT THAN COST M.3' EVALUATIOi 2RITERIA 63

RS-AED-98-264 Section B

-PART I - THE SCHEDULE l..

SECTION B - SUPPLIES OR SERVICES AND PRICE / COSTS i

B.1 PROJECT TITLE l

The title of this project is as follows:

Inspecting for.erformance Couroe B.2 BRIEF DESCR1PTION OF WORK (MAR 1987)

ALTERNATE 1 (JUN 1988)

(a) Brief description of work:

The Contractor shall furnish qualified personnel, materials and services to (1) present and maintain the Inspecting for Performance Course inclusive of minor and major updates; (2) present and maintain the Inspecting for Performance Course-Materials inclusive of minor and major updates; and (3) develop and present specialized versions of the Inspecting for Performance Course or

(-

additional courses which deal specifically with topics covered in the Inspecting for Performance Course.

(b) Orders will be-issued for work required by the NRC in accordance with 52.216 Ordering.

Only contracting Officers of the NRC or other individuals specifically authorized under this contract may authorize the initiation of work under this contract.

The provisions of this contract shall govern all orders issued hereunder.

B.3 SCHEDULE OF PRICES / COSTS B.3.a.

BASE PERIOD (10/26/98 through 10/25/2001)

FIXED ESTIMATED CLIN Description ESTIMATED UNIT TOTAL QUANTITY PRICE PRICE 001 Inspection for 12 Performance Course 002 Inspection for 6

Performance Course-Materials Page 5 of 64

RS-AED-98-264 Section B The firm fixed price of each course as delineated in Section C

- Statement of Work shall include: cost for labor, travel, per diem; making minor revisions to the IFP course which may affect up to 20% of the total course contents; e d any other costs deemed necessar of each course.y by the offeror for the firm fixed unit price FIXED ESTIMATED CLIN Description ESTIMATED HOURLY TOTAL HOURS RATE PRICE 003 Major revisions /

Specialized Course Development and Presentation (OPTION)

-Professional 200

-Non-Professional 100 Refer to Paragraph C.1.3.1(d) for making major revisions to the courses and C.1.3.3-far Specialized course Development.

The Fixed Hourly Rates are established for use in negotiating major revisions to the IFP courses and the development and presentation of specialized versions of the IFP courses identified in the Statement of Work.

These changes shall be processed as a contract modification.

B.3.b OPTION PERIOD ONE (10/26/2001 through 10/25/2002)

FIXED ESTIMATED CLIN Description ESTIMATED UNIT TOTAL QUANTITY PRICE PRICE 001 Inspection for 4

Perfo;mance Course 002 Inspection for 2

Performance Course-Materials The firm fixed price of each course as delineated in Section C

- Statement of Work shall include: cost for labor, travel, per diem; making minor revisions to the IFP course which may affect up to 20% of the total course contents; and any other costs deemed necessary by the offeror for the firm fixed unit price of each course.

FIXED ESTIMATED CLIN Description ESTIMATED HOURLY TOTAL Page 6 of 64 A

L RS AED-98-264 Section B HOURS RATE PRICE 003-[ Specialized Course Development and

' Presentation (OPTION)

-Professional 200 S-

-Non-Professional-100 Refer to Paragraph - C.1.3.1(d) for making major revisions to the courses and C.1~.3.3-for Specialized course Development. The

-l Fixed Hour'ay Rates are established for use in negotiating major

~

revisions.to the IFP courses and the development and presentation of specialized versions of the IFP courses identified in the Statement of Work.

These changes shall be

processed as a contract modification.

B.3.c _ OPTION PERIOD TWO (10/26/2002 through 10/25/2003)

FIXED ESTIMATED

' CLIN Description ESTIMATED UNIT TOTAL

_ QUANTITY PRICE

. PRICE 001 Inspection for 4

Performance Course 002 Inspection.for 2

Performance.

Course-Materials-The firm: fixed price of'each course as delineated.in Section C

- Statement 1of Work shall include:. cost for labor, travel, per diem; making _ minor revisions to the-IFP course:which may affect-20%.of the total' course contents;1and'any other costs-deemed necessary by the offeror for the firm fixed unit price of.each Course.

FIXED ESTIMATED CLIN Description ESTIMATED HOURLY TOTAL HOURS RATE' PRICE 003 - Specialized Course Development and t

' Presentation (OPTION)

-Professional 200

-Non-Professional 100 Refer to Paragraph C.1.3.1(d) for making major revisions to the courses and C.1.3.3 for Specialized course Development.

The Pago 7-of 64

RS-AED-98;264 Section B Fixcd Hourly Rates-aro~ established for.use:in negotiating major-crevisions to the IFP courses'and the development and-presentation of specialized versions of the IFP coursas identified in the Statement'of Work. -These changes shall be processed as a-contract 1 modification.

~

. CONSIDERATION AND OBLIGATION B.4

--DELIVERY ORDERS. (M - 1988)

-(a) 'The totalEestimated amount of this contract (ceiling) for the products / services ordered, delivered, and accepted under this contract is S The Contracting. Officer.may_unilateraTIy-increase:this amount as-necessan '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.

(b)- The amount presently l obligated with respect to this contract is The Contracting Officer may issue orders for work up-to the' amount presently obligated.

This obligated _ amount may be unilaterally increased from time:to time by the Contracting officer'by written modification to this contract.

The1 obligated amount shall, at-no time, exceed the contract ceiling as specified in paragra'h a-above. -- When.and if the amount (s) paid -and payable to the Contractor hereunder shall equal

)

the obligated amount, the1 Contractor shall not!be obligated to' continue performance ~of--the work i

unlessiand until the Contracting Officer'shall Lincrease the amount obligated with respect to 7-to-this contract.

Any-work undertaken by the Contractor:intexcess'of the obligated amount i

specified above is-doneusoz at the Contractor's-sol'e risk.

  • To'be completed at time of-award.

[End of Clause) i 4

4 Page 8 of 64 p

1A

_.. _ _ _ _ _ _ _ _ ~.. _ _

RS-AED-98-264 Section C SECTION C - DESCRIPTION / SPECIFICATIONS / STATEMENT OF WORK C.1

-STATEMENT OF WORK C.

1.1 BACKGROUND

The Nuclear Regulatory Commission - (NRC) licenses and inspects nuclear power reactor and nuclear materials facilities to ensure compliance with applicable codes and standards in order to identify conditions-which may adversely affect the health and safety.of-the public.

In support of this mission, the NRC's offices of Nuclear Reactor Regulation (NRR) and Nuclear Materials Safety and Safeguards (NMSS) provide quality assurance (QA) guidance for NRC inspectors and other technical-personnel. The NRC's Office for Analysis and Evaluation of Operational Data (AEOD) provides a program of training for these personnel.

In the past,-QA inspections were mainly-programmatic; focusing on paperwork.

In-the mid eighties, the NRC made a decision to reorient the NRC inspection program to focus more on-licensee performance.

To support this decision, a training course title-Inspecting for Performance (IFP) was created in 1987.

C.1.2 CONTRACT OBJECTIVE The Contractor shall furnish qualified personnel, materials and services-to (1) present and maintain the Inspecting for Performance Course inclusive of minor and major updates; (2) present and maintain the-Inspecting for Performance Course - Materials inclusive

of minor and major updates; and (3) develop and present specialized versions of the-Inspectiry for Performance Course orEadditional courses which_ deal specifically with topics covered in the Inspecting for Performance Course.

C.1.3--

COURSE DESCRIPTIONS C.1.3.1 Presentation and Maintenance of the Existing Inspection For Performance (IFP) courses a.

The Contractor shall present the Inspecting for Course and Inspecting for Performance - Materials in their current 2.5 day -(20 hour2.314815e-4 days <br />0.00556 hours <br />3.306878e-5 weeks <br />7.61e-6 months <br />) format. The NRC anticipates up four presentations of the Inspecting for Performance Course and two presentations of the Inspecting for Performance - Materials course per contract year.

Page 9 of 64

-- -. ~. -, - -. -

RS-AED-98-264 Section C b.

The NRC will furnish the contractor-with copies of the current course materials (Instructor's Manual, Student Manual, graphics and examination question bank) necessary to support presentation-of the courses.

c.

Throughout the period of performance of this contract, the NRC Project Officer may require the Contractor to incorporate minor changes into the course materials.

Examples of minor changes include but are not limited to changed and/or updated materials as a result of regulation j

changes, agency policy changes, and minor' additions or deletions to reflect course evaluation feedback. A minor revision is one which will affect up to:20 percent of the a

total' course content.

The cost for minor revisions shall be included in the fixed price for each course.

The NRC cannot guarantee the number of revisions that may be required for each course.

A draft copy of the revised course materials shall be-furnished to the-NRC Project officer for-written comments and/or approval prior to

!=

submittal of a final revision.

d.

The NRC anticipates that the NRC Project Officer may require the Contractor to make a major revision to this course at least once during the contract's period of performance.

Such a revision would involve a one time change to more than 20% of the course' materials.

When a major revision within the scopelof work for this contract is identified, the Contracting _ Officer will transmit to the Contractor a Request for Proposal which 4

will identify the specifics of work'to be performed.

4 Upon negotiation of the-Contractor's proposed costs, with the exception of the fixed hourly rates, a

contract modification will be issued by the Contracting

-Officer upon which a delivery order may be issued by the NRC. Project Officer.

General course information and procedures for the on-going Inspecting for Performance course are addressed in Section.C.1.3.2 below.

- C.1.3.2 General Course Information and Procedures for the Inspection for Performance C rse and Inspecting for Performance - Materials Course Typical class size will.be approximately 24 students.

a.

The size may vary-depending on the course location.

b.

. Classes will typically start at 8:00 AM and end about 4:00 PM, allowing 10 minute breaks about every hour and one hour for lunch.

The NRC will provide facilities for conducting the c.

course and provide necessary audio-visual Page 10 of 64 e

RS-AED-98-264 Section C equipment.

d.

The NRC will furnish, at the time of each course presentation, a course manual for each student, student registration forms and a course evaluation sheet to be filled out by each student.

The NRC shall be responsible for course e.

announcements, student registration and course completion certificates, f.

The Contractor shall arrive in sufficient time prior to the start of each class to check / setup the training room, set out course materials, prepare equipment, etc as necessary, g.

On the first day of each class, the Contractor shall eD9ure required student registration forms are completed and in a low-key, non-threatening manner, the instructor shall inform participants of the requirements for satisfactorily completing the course (Satisfactory completion of the course examination (70% or greater).

h.

At the conclusion of each course, the Contractor shall collect the student evaluations and work with the NRC course coordinator to cleanup the classroom, box course materials, etc.

I.

Projection graphics for classroom use shall be produced in thirty-five (35) mm color slide format with black and white hard copies provided in the student manual.

j.

The NRC Project Officer will be responsible for the review and approval of Contractor developed course i

i materials.

l k.

The NRC reserves the right to supplement course presentations with NRC experts if available.

These experts would be used to further amplify certain t

I topics, and/or answer questions that may arise regarding NRC policy or procedures.

Specific times will be coordinated with the contractor.

C.1.3.3 Additional Training Courses (op tion) a.

The NRC may request the Contractor to develop and present specialized versions of the IFP course, or additional courses which deal specifically with topics covered in the IFP course.

When a requirement within the scope of work for this contract is identified, the Contracting Officer will transmit to the Contractor a Request for Page 11 of 64 l

RS-AED-98-264 Section C Proposal which will identify the specifics of work to be performed.

Upon negotiation of the Contractor's proposed costs, with the exception of the fixed hourly rates, a contract modification will be issued by the Contracting Officer upon which a delivery order may be issued by the NRC Project Officer.

The NRC does not anticipate that such courses would be required to be presented concurrently.

Rather, if ordered at the same time, the courses would be required to be presented consecutively.

These specialized or additional versions shall not be out of the scope of the original contracL.

Examples of the courses are:

Specialized versions of the Inspecting for Performance Course are additional courses i

which de 'l specifically with topics covered in the Inspecting for Performance Course, An example might be a shortened version i

(e.g. one day) of the course for managers.

L Such a course request may also be in f

response to events in the international i

arena, such as events in Russia or the Ukraine.

The NRC anticipates that two courses per contract year could be ordered.

c.1.3.4 Course Scheduling and Location a.

Upon the effective date of this contract and at the beginning of each_ fiscal year thereafter, the Contractor and NRC Project Officer shall mutually develop a training schedule for the upcoming year.

NRC may 'aake changes to the schedule to' reflect changing training needs, b.

Should the NRC determine no later than 30 days prior to the time a course session is to begin that the need is insufficient to conduct the training, the NRC may reschedule.the session without obligation to the Government.

c.

Courses will typically be conducted at the NRC Headquarters Office, or at/near one of the NRC regional offices in King of Prussia, Pennsylvania

(.egion I), Atlanta, Georgia (Region-II).

R

Lisle, Illinois (Region III), or Arlington, Texas (Region IV).

c.1.3.5 Course ExEminations Each course presented under this contract shall a.

typically have a course examination.

b.

Examinations for each course will be prepared from a bank of questions maintained by the Page 12 of 64 4

RS-AED-98-264 Section C Contrcctor.

The NRC will provide tho Contractor with an initial bank of 100 questions for the existing course, c.

Each examination shall typically consist of 25 multiple choice or short answer questions.

d.

The Contractor shall prepare, administer and grade the course examinations.

e.

The Contractor shall submit the course examination to the NRC Project Officer for approval at least 30 days prior to each course presentation.

f.

A course examination shall not repeat more than 75% of the questions used on the last examination for that course, g.

The contractor shall provide reexaminations for students who do not achieve a sufficient understanding of the course material (a course grade of 70% or higher),

. 3. 6 Instructor Qualification Requirements The proposed course instructor (s) and their backups must have the following areas of experience / expertise:

1.

Experience in the development and presentation of training materials in the nuclear industry; including specific experience as a classroom instructor for performance-oriented inspection techniques.

Experience as a nuclear-licensed training supervisor or senior training instructor at an operating facility is preferred.

2.

Experience in the operation and maintenance of commercial nuclear power plants; experience as a design / test engineer or as a licensed operator and/or supervisor is preferred.

3.

Knowledge and experience in developing, implementing, and assessing nuclear power plant quality assurance, administrative cov:rol and plant management control systems; experience as an operating facility quality assuranca manager or' lead auditor is preferred.

c.1.3.7 Contract Monitoring The Contractor shall refer to Section G of this contract for Project Officer Authority.

During the life of this contract, the NRC Project Officer or another NRC representative may Page 13 of 64

RS-AED-98-264 Section C monitoricolected course presentations pursuant to the requirements of the-contract to ensure that the quality of j

- instruction and materials are adewate,- up-to-date, and meet the course requirements. As a-minimum, the quality of the instruction will-be evaluated on the Instructor's ability to l~

1.

Maintain control of the, learning time so that the presentation of information and exercises remain organized and timely, key points and course objectives are met and breaks are provided within

~;

'the overall course, schedule.

1 2.

Cor. trol distractions, such as questions that'are of minimal-interest to the class as a whole and that can be answered later and/or individually,

- 3.

Observe the effect of the instruction on the class and reasonably attempt to clarify, provide examples,;or in some way,-' direct'the course to help correct problems and improve the participants opportunity to learn.

4.

Improve' materials and correct errors or other problems that may occur during a course.

i Page 14 of 64 4

5

RS-AED-98-264 Section D SECTION D - PACKAGING AND MARKING D.1 PACKAGING AND MARKING (MAR 1987)

The Contractor shall package material for shipment to_the NRC in such a manner that will ensure acceptance by common carrier and safe delivery at destination.

Containers and closures shall comply with the Interstate Commerce Commission Regulations, Uniform Freight Classification Rules, or regulations of other carriers as applicable to the mode of transportation.

On the front of the package, the Contractor shall clearly identify the contract number under which the product is being provided.

l l-l Page 15 of 64

-RS-AED-98-364

'Section E SECTION E - INSPECTION AND ACCEPTANCE I

4 E.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE

_The following contract clauses pertinent to this section are hereby incorporated by referc

~e (by Citation Number, Title, and Date) in accordance with the -

.se at FAR "52,252-2 CLAUSES INCORPORATED BY REFERENCE (JL

. 088)" in Section I of this contract.

NUMBER TITLE--

DATE i

FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) 52.246-4 INSPECTION OF SERVICES -FIXED-PRICE AUG 1996 i

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, Page 16 of 64 e

RS-AED-90-264 Section.F i

SECTION F - DELIVERIES OR PERFORMANCE F.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY 1(EFERENCE

-:The;following contract clauses pertinent to this section are-hereby incorporated by reference (by Citation Number, Title, and Date) in accordance-with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE- (JUN 1988) " in Section I of this contract.

NUMBER TITLE DATE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) 52.242-15 STOP-WORK ORDER AUG 1989

~52.247-34 F.O.B. DESTINATION NOV 1991 F.2 REPORTING REQUIREMENTS AND DELIVERABLES-F.2.1-Milestones a.-

Within thirty (30) days of contract award, a meeting will'be held at the NRC Technical Training Center as indicated in C.2 herein, b.

Within sixty (60) days of contract award the Contractor should be ready to present;the first courses.

F.2.2 Number of Courses / Course Scheduling The NRC anticipates 45 presentations of the' Inspecting-for a.

Performance each year and 2 presentations of the Inspecting for Performance - Materials each year, b.

Exact course dates will be arranged with the-contractor at least sixty (60) days before each course.

Should the NRC determine no later than 30 days prior to the c.

time a course session is to begin that the need is insufficient to conduct the training, the NRC may reschedule the session without obligation to the government.

F.2.3 Course Presentation Reports Within thirty (30) days of completion of a course presentation, the Contractor shall submit a Course Presentation Report to the NRC Project Page 17 of 64

RS-AED-90-264 Section F officer.

The report shall contain:

a.

A cover letter report discussing accomplishments, problems, and recommendations for improvement.

b.

Summary report of student evaluations of the course, c.

Originals of student evaluations.

F.2.4 Technical Progress Report During a period when course development or modification is underway, the Contractor shall provide a monthly progress report to the NRC Project Officer with a copy to the Contracting Officer.

The report is due-within 15 calendar days after the end of the report period and shall identify the title of the project, the contract number, project manager and/or principle investigator, and the period covered by the report. Each report shall include the following:

a.

A listing of the efforts completed during the period; 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 requirements, level of effort (cost) or schedule delay, the Contractor shall submit a separate letter to the Contracting Officer identifying the required change and the cost impact).

c.

A summary of progress to date, and d.

Plans for the next reporting period.

F.2.5 Final Report The Contractor shall furnish a final report by the end date of the contract.

Five copies shall be sent to the Project Officer and one copy to the Contract Administrator.

The report shall include as a minimum:

a.

A technical report of the work completed.

b.

Any problcc, or delays encountered and their solutions.

c.

Recommendations for improvements.

The final report and transfer of all government furnished materials and all contractor developed materials, shall be done prior to the contract expiration date.

Page 18 of 64

RS-AED-98-264 Section F F.2.6 PLACE OF DELIVERY--REPORTS (JUN 1988)

The items to be furnished hereunder shall be delivered, with all charges paid by the contractor, to:

)

(a)

Project Officer (2 copies)

Lee Miller USNRC Technical Training Center 5746 Marlin Road, Suite 200 Chattanooga, TN 37411-5677 (b)

Contracting Officer (1 copy)

F.3 DURATION OF CONTRACT PERIOD (MAR 1987) l ALTERNATE 4 (JUN 1988) i The orderin shall commence on 10/26/98 and will expire on 10/g period for this contract 25/ 001.

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 2 one year periods.

Page 19 of 64

RS-AED-98-264 Section G, SECTION G - CONTRACT ADMINISTRATION DATA

G.1' 2052.215-72 PROJECT OFFICER AUTHORITY-ALTERNATE 1 (a) The_ contracting officer's authorized representative, hereinafter referred to_as the project officer for this contract is:

Name: Lee Miller Address:

USNRC Technical Training Center 5746 Marlin Road, Suite 200 Chattanooga, TN 37411-5677 Telephone Number: (423) 855-6500 (b) The project offi:er shall:

(1) Place delivery orders for items required under this contract, (2) Monitor contractor performance and recommend to the contracting

-officer changes in requirements.

l

(_ 3) Inspect and accept _ products / services provided under the l

contract.

(4) Review all contractor invoices / vouchers requesting payment for

. products / services provided under the contract and make recommendations for approval disapproval, or suspension.

(c)'The project officer may not make changes to-the express terms and conditions of this contract.

-G.2-ORDERING-PROCEDURES-(MAY 1991)

--(a) In addition to the contracting officer, contract administrator, and-project officer,-the following individuals are authorized'to issue delivery orders under_this contract:

N/A (b) All delivery orders shall be prepared in accordance with FAR

'16.506 and may be issued in writing, orally, or by written telecommunications.

Page 20 of 64

-6

RS-AED-98-264 Section G G.3 ELECTRONIC PAYMENT The Debt Collection Improvement Act of 1996 requires that all payments except IRS tax refunds be made by Electronic Funds Transfer.

It is the policy of the Nuclear Regulatory Commission to pay vendors by the Automated Clearing House (ACH) electronic funds transfer payment system.

The electronic system is known as Vendor Express.

Payment shall be made in accordance with FAR 52.232-33, entitled " Mandatory Information for Electronic Funds Transfer Payment".

To receive Information" payment, the contractor shall complete the " Company portion of the Standard Form 3881, entitled "ACH Vendor / Miscellaneous Payment Enrollment Form" found in Section J.

The contractor shall take the form to the ACH Coordinator at the financial institution that maintains its company's bank account.

The contractor shall discuss with the ACH Coordinator how the payment identification information (addendum record) will be passed to them once the payment is received by the financial institution.

To ensure that adequate payment information will be available to the contractor, the contractor should inform the financial institution that the addendum record must not be stripped from the payment.

Further information concerning the addendum is provided at Attachment The ACN Coordinator should fill out the " Financial Institution Information" portion of the form and return it to the Office of the Controller at the following address:

Nuclear Regulatory Commission, Division of Accounting and Finance, Financial Operations Section, Mail Stop T-9-H-4, Washington, DC 20555, ATTN:

ACH/ Vendor Express.

It is the responsibility of the contractor to j

ensure that-the financial institutien returns the completed form to the above cited NRC address.

If the contractor can provide the financial information, signature of the financial institutions ACH Coordinator is not required.

The NRC is under no obligation to send reminders.

Only after the Office of the Controller has processed

{

the contractor's sign-up form will the contractor be eligible to receive payments.

Once electronic funds transfer is established for payments authorized by NRC, the contractor needs to submit an additional SF 3881 only to report changes to the information supplied.

Questions concerning ACH/ Vendor Express should be directed to the Financial Operations staff at (301) 415-7520 "

Page 21 of F1

~

RS-AED-98-264 Section H J2CTION H - SPECIAL CONTRACT REQUIREMENTS H.1 2052.204-71 SITE ACCESS BADGE REQUIREMENT I

During the life of this contract, the rights of ingress and egress for contractor personnel must be made available as required. In this regard, all contractor personnel whose duties under this contract require their presence on-site shall be clearly identifiable by a l

distinctive badge furnished by the Government. The Project Officer shall assist the contractor in obtaining the badges for the contractor personnel. It is the sole responsibility of the contractor to ensure that each employee has proper identification at

- all times. All prescribed identification must be immediately delivered to the Security Office for cancellation or disposition upon the termination of employment of any contractor personnel.

Contractor personnel must have this identification in their possession during on-site performance under this contract. It is the contractor's duty to assure that contractor personnel enter only those work areas necessary for performance of contract work, and to assure the safeguarding of any Government records or data that contractor personnel may come into contact with.

H.2 SEAT BELTS Contractors, subcontractors, and grantees, are encouraged to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned, rented, or personally owned vehicles.

H.3 2052.215-70 KEY PERSONNEL (a) The following individuals are considered to be essential to the successful performance of the work hereunder:

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.

Page 22 of 64 9

e

RS-AED-98-264 Section H

-(b) If one or more of the key personnel, for whatever reason,

'becomes,-or'is expected to become, unavailable for work under this t

contract for-a' continuous period exceeding 30 work days, or.is expected'to devote substantially less effort-to-the work than indicated in-the: proposal or initially anticipated, the contractor j

shall--immediately notify the contracting officer and shall, subject to:the concurrence of--the contracting officer, promptly replace the personnel--with personnel of at least substantially equal ability and qualifications.

(ci) Each request for approval.of substituticas must be in writing.

and contain a' detailed explanation of the-circumstances necessitating the proposed substitutions. The request must also contain a complete resume for the proposed substitute and other 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 approvaloor disapproval in writing.

(d) If the contracting officer determines that suitable and timely-replacement of-key personnel who have been reassigned, terminated,

'or: have otherwise become unavailable for the contract work is' not reasonably forthcoming, or that the resultant: reduction of productive effort would:be so substantial as to impair the successful completion of-the contract or the service order, the contract-may-be-terminated by the contracting 1 officer for default or for-the convenience-of the Government, as appropriate. If;the icontracting officer 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.

D L.

H.4:

GOVERNMENT FURNISHED EQUIPMENT / PROPERTY (JUNE 1988)

(a)

The NRC will-provide the contractor with the following items for use under this contract:

The NRC will furnish the Contractor with copies of existing-course materials (Instructor's manuals, Student's Manual, graphics, course examinations etc.)-necessary to support

-presentation of the Inspecting for Performance Course and the

Inspecting for Performance - Materials Course in its current

' format.

The NRC will also furnish, at the time of each course presentation, student registration forms and a course evaluation sheet to be filled out by each student.

(b) only the equipment / property listed above in the quantities shown will be provided by the Government.

This property is subject to the provisions of the Government Property clause under this contract.

All other equipreent/ property required in performance of the contract shall be Page 23 of 64

furnished by the contractor.

(End of Clause]

Page 24 of 64

RS-AED-98-264 Section I PART II CONTRACT CLAUSES SECTION I CONTRACT CLAUSES I.1 NOTICE LISTING CONTRACT CLAUSES INCORPORATED BY REFERENCE The following contract clauses pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988)" in Section I of this contract.

NUMBER TITLE DATE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) 52.202-1 DEFINITIONS OCT 1995 l

52.203-3 GRATUITIES APR 1984 l

52.203-5 COVENANT AGAINST CONTINGENT FEES APR 1984 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO JUL 1995 THE GOVERNMENT 52.203-7 ANTI-KICKBACK PROCEDURES JUL 1995 I

52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR JAN 1997 IMPROPER ACTIVITY 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE JUN 1997 CERTAIN FEDERAL TRANSACTIONS 52.204-4 PRINTING / COPYING DOUBLE-SIDED ON JUN 1996 RECYCLED PAPER 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST JUL 1995 WHEN SUBCONTRACTING WITH CONTRACTOR'S DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT 52.215-2 AUDIT AND RECORDS--NEGOTIATION AUG 1996 52.215-8 ORDER OF PRECEDENCE--UNIFORM CONTRACT OCT 1997 FORMAT r2.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE JUL 1996 52.219-8 UTILIZATION OF SMALL, SMALL JUN 1997 DISADVANTAGED BUSINESS AND WOMEN-OWNED SMALL BUSINESS CONCERNS 52.219-14 LIMITATIONS ON SUBCONTRACTING DEC 1996 52.222-3 CONVICT LABOR AUG 1996 52.222-26 EQUAL OPPORTUNITY APR 1984 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED APR 1984 WORKERS 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED JAN 1988 VETERANS AND VETERANS OF THE VIETNAM ERA 52.223-2 CLEAN AIR AND WATER APR 1984 52.223-5 POLLUTION PREVENTION AND RIGHT-TO-KNOW MAR 1997 52.223-6 DRUG-FREE WORKPLACE JAN 1997 Page 25 of 64

. = _ - - - _

RS-AED-90-364 Section I 52.223-14 TOXIC CHEMICAL R8 LEASE REPORTING OCT 1996 52.225-11 RESTRfCTIONS ON CERTI.IN FOREIGN OCT 1996 PURCRASES 52.227-1 AUTHORIZATION AND CONSENT JUL 1995 52.227-2 NOTICE AND ASSISTANCE CONCERNING PATENT AUG 1996 AND COPYRIGHT INFRINGEMENT 52.227-14 RIGHTS IN DATA--GENERAL JUN 1987 52.229-3 FEDERAL, STI.TE, AND LOCAL TAXES JAN 1991 52.229-5 TAXES--CONTRACTS PERFORMED IN U.S.

APR 1984 POSSESSIONS OR PUERTO RICO 52.232-1 PAYMENT APR 1984 52.232-8 DISCOUNTS FOR PROMPT PAYMENT MAY 1997 52.232-11 EXTRAS APR 1984 52.232-17 INTEREST JUN 1996 52.232-18 AVAILABILITY OF FUNDS APR 1984 52.232-23 ASSIGN.iENT OF CLAIMS JAN 1986 52.233-1 DISPUTES OCT 1995 ALTERNATE I (DEC 1991) 52.233-3 PROTEST AFTER AWARD AUG 1996 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, APR 1984 EQUIPMENT, AND VEGETATION 52.242-13 BANKRUPTCv JUL 1995 52.243-1 CHANGES--FIXED PRICE AUG 1987 ALTERNATE I (APR 1994) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS AND OCT 1995 COMMERCIAL COMPONENTS 52.245-1 PROPERTY RECORDS APR 1984 52.246-25 LIMITATION OF LIABILITY--SERVICES FEB 1997 52.248-1 VALUE ENGINEERING MAR 1989 52.249-2 TERMINATION FOR CONVENIENCE OF THE SEP 1996 GOVERNMENT (FIXED-PRICE) 52.249-8 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE)

APR 1984 52.253-1 COMPUTER GENERATED FORMS JAN 1991 I.2 52.216-18 ORDERING (OCT 1995)

(a) Any'aupplies and services to be furnished under this contract ahall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 10/26/9f, through 10/25/2001.

(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.

(c) If mailed, a delivery order or cask order is considered

" issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule.

Page 26 of 64 s

,_v__-

. - - ~ --

RS-AED-98-264 Section I Ie3 52.216-19 ORDER LIMITATIONS (OCT 1995)

(a) Minimum order.

When the Government requires supplies or

+

services covered by this contract in an amount of less than three courses, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order.

The Contractor is not obligated to honor--

(1).Any order for a single item in excess of 19 courses; (2) Any order for a combination of items in excess of 18 courses 1

(3) A series of orders from the same ordering office within 30 working days tha*. together call for quantities exceeding the limitation in subparagraph (1) or (2) above.

(c) If this is a requirements contract (i.e.,

includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation the Government is not required to order a part of any one (FAR)),requiretun* from the Contractor if chat requirement exceeds the maximum-order limitations in paragraph (b) above.

(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor an paragraph (b),y order exceeding the maximum order limitations in unless that order (or orders) is returned to the ordering office within days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons.

Upon receiving this notice, the Government may acquire the supplies or services from another source.

I.4 52.216-21 REQUIREMENTS (OCT 1995)

ALTERNATE I (APR 1984)

(a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in th6 Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this er ntract.

Except as this contract may otherwise provide, if the Government's regairements do not result in orders in the quantities described as

" estimated" or " maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment.

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

Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the ordering clause. The Government Page 27 of 64

RS-AED-98-264 Section I may issue orders requiring delivery to multiple testinations or performance at multiple locations.

(c) The estimated quant'. ties are not the total requirements of the Government activity speci:.ied in the Schedule, but are estimates of requirements in excess of the quantities that the activity may itself furnish within its own capabilities.

Except as this contract otherwise provides, the Government shall order from the Contractar all of that activity's taquirements for supplies and services specified in the Schedule that exceed the quantities that the activity may itself furnish within its own capabilities.

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

(

contract.

(e) If the Government urgently requires delivery of any cuantity of an item before the earliest date that delivery may be at ified under this contract, and if the Contractor will na* accept

~1 order

~

providing for the accelerated delivery, the Governnient may acquire the urgently required goods or services from another source.

(f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the contractor within the time specified in the order.

The contract shall govern the contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the contractor shall not be required to make any deliveries under this contract after the contract expiration date.

I.5 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 1989)

(a) The Government may extend the term of this contract by written notice to the contractor within 60 days provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires.

The preliminary notice does r.at commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option provision.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceu.

years.

Page 28 of 64 s

=

RS-AED-98-264 Section I I.6 52.232 25 PROMPT PAYMENT (JUN 1997)

Notwithstanding any other payment clause 4n this contract, the Government will make invoice payments and contract financing payments under th? terme and conditions specified in this clause.

Payment shall be :ansidu;ed as being made on the day a check is dated or the date si un electronic funds transfer. Definitions of pertinent terms asa set forth in section 32.902 of the Federal Acquisition Regulation. All days referred to in this clause are calendar days, unless otherwise specified. (However, see subparagra Saturdays,ph (a) (4) of this clause concerning payments due on Sundays, and legal holidays.)

(a) Invoice (1) Due Date. (i) Except as indicated in subparagraph (paymentsand paragraph (c) of this clause, the due date a) (2) for making invoice payments by the designated payment office shall be the later of the following two events:

(A) The 30th day after the designated billing office has received a proper invoice from the Contractor (except as provided in subdivision (a) (1) (ii) of this clause).

(B) The 30th day after Government acceptance of supp41es delivered or services performed by the Contractor. On a final invoice where the payment amount is subject to contract settlement actions, acceptance shall be deemed to have occurred on the effective date of the contract settlement.

(ii) If the designated billing office fails to annotate the invoice with the actual date of receipt St the time of receipt, the invoice payment due date shall be the 30th day after the date of the Contractor's invoice; provided a proper invoice is received and there is no disagreement over quantity, quality, or contractor compliance with contract requirements.

(2) Certain food products and other payments. (i) Due dates on Contractor invoices for meat, meat food products, or fish; perishable agricultural commodities; and dairy products, edible fats or oils, and food producte prepared from edible fats or oils are--

(A) For meat or meat food products, as defined in section 2 (a) (3) of the Packers and Stockyard Act of 1921 (7 U.S.C. 182 (3) ),

and as further defined in Pub.

L.98-181, including any edible fresh or frozen poultry meat, any perishable poultry meat food product, fresh eggs, and any perishable egg product, as close as possible to, but not later than, the 7th day after product delivery.

(B) For fresh or frozen fish, as defined in section 204 (3) of the Fish and Seafood Promotion Act of 1986 (16 U.S.C.

4003(3)),

as close as possible to, but not later than, the 7th day after product delivery.

(C) For perishable agricultural commodities, as defined in

- section 1(4) of the Perishable Agricultural Commodities Act of 1930 (7 U.S.C.

4 99a (4 ) ), as close as possible to, but not later than, the loth day after product delivery, unless another date is specified in Page 29 of 64

RS-AED-98-264 Section I-the contract.

(D) For dairy products, as defined in section 111(e) of the Dairy production Stabilization Act of 1983 (7 U.S.C. 4 502 (e) ),

edible fats or oils, and food products prepared from edible fats or oils, as close as possible to, but not later than, the loth day after the date on which a proper invoice has been received. Liquid milk, cheese, certain processed cheese products, butter, yogurt,-ice cream, mayonnaise, salad dressings, and other similar products, fall I

within this classification. Nothing in the Act limits this classification to refrigerated products. When questions arise regarding the proper classification of a specific prevailing industry practices will be followed-in product, specifying a-contract payment due date. The burden of proof that a classification of a specific product is, in fact, prevailing industry practice-is upon the contractor making the representation.

(ii) If the contract does not require submission of an invoice for panent (e.g., periodic lease payments), the due date will be as specifled in the contract.

)

(3) Contractor's invoice. The Contractor shall prepare and submit invoices to the designated billing office specified in the contract. A proper invoice must include the items listed in paragraph (a) (3) (1) through (a) (3) (viii) of this clause. If the invoice does not comply with these requirements, it shall be returned within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish; 5 days for perishable agricultural commodities, edible fats or oils, and food products prepared from edible fats or oils), with a statement of the reasons why it is not a proper invoice. Untimely notification will be taken into account in computing any interest penalty owed the Contractor in the manner described in subparagraph (a) (5) of this clause.

(1) Name and address of the contractor.

(ii) Invoice date. (The contractor is encouraged to date invoices as close as possible to the date of the mailing or tranomission.)'

(iii) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item numoer).

(iv) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed.

(v) Shipping and payment terms (e.g.,

shipment number and date of shipment, prompt payment discount terms). Bill of lading number and weight of shi bills of lading. pment will be shown for shipments on Government (vi) Name and address of Contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment).

Page 30 of 64 e

a=

RS-AED-98-264 Section I f

i (vii) Name (where practicable), title, phone number, and i

mailing address of person to be notified in tae event of a defective e

invoice.

j (viii) Any other information or documentation required by the contract (such as evidence of shipment).

(ix) While not required, the contractor is strongly encouraged to assign an identification number to each invoice.

(4) Interest penalty. An interust penalty shall be paid automatically by the designated payment office, without request from the Contractor, if payment is not made by the due date and the conditions listed in paragraphs (a) (4 ) (1) through (a) (4) (lii) of this clause are met, if applicable. However, when the due date falls on a-Saturday, Sunday, or legal holiday when Federal Government offices are closed and Government business is not expected to be conducted, payment may be made on the following business day without incurring a late payment interest penalty.

(i) A proper invoice was received by the designated billing office.

(ii) A receiving report or other Government documentatio'n authorizing payment was processed, and there was no disagreement over quantity, quality, or Contractor compliance with any contract term-or condition.

(iii) In the case of a final invoice for any balance of-funds due the Contractor for supplies delivered or services performed, the amount was not subject to further contract settlement actions

- between the Government and-the Contractor.

(5) Computing penalty amount. The interest penalty shall be at the-rate established-by the Secretary of the Treasury under section 12 of the Contract Disputes Act of 1978 (41 U. S. C.

611) that is in effect on-the day after the due date, except where the interest

- penaltv is prescribed by other governmental authority (e.g.,

- tariffs). This-rate is referred to as the " Renegotiation Board Interest Rate," and it is published in the-Federal Register semiannually on or about January 1.and July 1. The interest penalty shall accrue daily on the invoice principal payment amount approved by the Government-until the payment date of such approved principal amount; and will be compounded in 30-day increments inclusive from the first day after the due date.through the payment date. That is, interest accrued at the end of any 2s-day period will be added to the. approved invoice principal payment amount and will be subject to

-interest penalties if not paid in the succeeding 30-day period. If the designated billing office. failed to notify-the Contractor of a defective invoice within the periods prescribed in subparagraph

- (a) (3) of this clause, the-due date on the corrected invoice will be adjusted by subtracting from such date the number of days taken beyond the-prescribed notification of defects period. Any interest penalty owed the Contractor will be based on this adjusted due date.

Adjustments will be made by the designated payment office.for errors Page 31 of 64 o

w

.n, w

--,-w

-e-.

~ -, -..,, - -, -

RS-AED-98-264 Section I in calculating interest penalties.

(i) For the sole purpose of computing an interest penalty that might be due the contractor, Government acceptance shall be deemed to have occurred constructively on the 7th day (unless otherwise opecified in this contract) after the Contractor delivered the supplies or performed the services in accordance with the terms and conditions of the contract, unless there is a disagreement ove-

quantity, provision. quality, or Contractor compliance with a contract In the event that actual acceptance occurs within the constructive acceptance period, the determination of an interest penalty shall be based on the actual date of acceptance. The constructive acceptance requirement does not, however, compel Government officials-to acceptcontract administration functions, plies or services, perform sup or make payment prior to fulfilling their responsibilities, (ii) The following periods of time will not be included in the determination of an interest penalty:

(A) The period taken to notify the Contractor of defects in invoices submitted to the Government, but this may not exceed 7 days (3 days for meat, meat food products, or fish; 5 dayo for perishable agricultural commodities, dairy products., edible fats or oils, and food products prepared from edible fats or oils).

(B) The period between the defects notice and resubmission of the corrected invoice by the Contractor.

(C) For incorrect electronic funds transfer (EFT) information, in accordance with the EFT clause of this contract.

(iii) Interest penalties will not continue to accrue after the filing of a claim-for such penalties under the clause at 52.233-1, Disputes, or for more than 1 year. Interest penalties of less than

$1 need not be paid.

(iv) Interest penalties are not required on payment delays due to disagreement between the Government and the Contractor over the payment emount or other issues involving contract compliance or on amounts temporarily _ withheld or retained in occordance with the terms of the contract. Claims involving disputes, and any interest that may be payable, will be resolved in accordance with the clause at 52.233-1, Disputes.

(6) Prompt payment discounts. An interest penalty also shall be paid automatically by the designated payment office, without request from the Contractor, if a discount for prompt payn ent is taken improperly. The interest penalty will be calculated as described in subparagraph (a) (5) of this clause on the amount of discount taken 1for the period beginning with the first day after the end of the discount period through the date when the Contractor is paid.

(7) Additional interest penalty. (i) a penalty amount, calculated in accordance with oaragraph (a) (7) (iii) of this clause, shall be paid in addition to t1e interest penalty amount if the Page 32 of 64 i

e.

e

l RS-AED-98-264 Section I Contractor--

0 (A) Is owed an interest penalty of $1 or more; (B) Is not paid the interese penalty within 10 dayc after the date the invoice amount is paid, and (C) Makes a written demand to the designated payment office for additional-?enalty payment, in accordance with paragraph (a) (7) (11) of t:11s clause, postmarked not later than 40 days after the invoice amount is paid.

(ii) (A) Contractors shall suaport written demands for additional penalty payments with tae following data. No additional data shall ae required. Contractors shall--

(1) Specificall that late payment interest is due under a specific invoice,y assertand request payment of all overdue late payment interest penalty and such additional penalty as may be required; (2) Attach a co interest was due;py of the invoice on which the unpaid late and payment (3) State that payment of the principal has been received, including the date of receipt.

(B) Demands must be postmarked on or before the 40th day after payment was made, except that--

(1) -If the postmark is illegible or nonexistent, the demand must have been received and annotated with the date of receipt by the designated payment office on or before the 40th. day-after payment was made; or (2) If the postmark is illegible or nonexistent and the designated payment office fails to make the required annotation, the demand's validity will be determined by the date the contractor has -

placed on the demand; provided such date is no later than the 40th day after. payment was made.

(iii) (A) The additional per alty shall be equal to.100 percent of any original late payment interast penalty, except--

(1) The additional penalty shall not exceed _$5,000; (2) The additional penalty shall never be less than $25; and (3) No additional penalty is owed if the amount of the underlyi1g interest penalty is less than $1.-

(B) If the interest penalty ceases to accrue in accordance

-with the limits stated in paragraph- (a) (5) (iii) of this clause, the amount of the additional penalty shall be calculated on the amount of interest penalty that would have accrued in the absence of these

~

limits,--subject to the overall limits on the additional penalty Page 33 of 64

RS-AED-98-264 Section I cpecified in paragraph (a) (7) (iii) (A) of this clause.

(C) For determining the maximum and minimum additional penalties, the test shall be the interest penalty due on each separate pa pent made for each separate contract. The maximum and minimum additional penalty shall not be based upon individual invoices unless the invoices are paid separately. Where payments are consolidated for disbursing purposes, the maximum and minimum additional penalty determination shall be made separately for each contract therein.

(D) The additional penalty does not apply to payments regulated by other Government regulations - (e.g., payments under utility contracts subject to tariffs and regulation).

(b) Contract financing payments-- (1) Due dates for recurring financing payments. If this contract provides for contract financing, requests for payment shall be submitted to the designated bil2ing office as specified in this contract or as directed by the contracting Officer. Contract financing payments shall be made on the day after receipt of a proper contract financing request by the designated billing office. In the event that an audit or other review of a specific financing request is required to ensure compliance with the terms and conditions of the contract, the designated pavment office is not compelled to make payment by the due date speelfied.

(2) Due dates for other contract financing. For advance payments, loans, or otha arrangements that do not involve recurring submissions of contract financing requests, payment shall be made in accordance with the corresponding contract terms or as directed by the contracting Officer.

(3) Interest penalty not applicable. Contract financing payments shall not be assessed an inte est penalty for payment delays.

(c) Fast payment procedure due dates. If this contract contains the clause at 52.213-1, Fast Payment Procedure, payments will be made within 15 days after the date of receipt of the invoice.

I.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (JUN 1988)

This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.

Upon request, the Contracting Officer will make their full text available.

Page 34 of 64 s

RS-AED-98-364 Section J PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACID4ENTS SECTION J - LIST OF ATTACHMENTS ATTACHMENT NO.

NUMBER TITLE DATE PAGES 1

Billing Instructions 3/96 3

for Fixed Price Contracts 2

Payment Information Form 2/96 1

ACl! Vendor Payment System Page 35 of 64

6 (M ARCH 15961 Page 1 of 3 BILLING INSTRUCil0NS FOR FIXED PRICE CONTRACTS St.nettJ: The centractor shall propere vouchers or invoices as prescribed herein. FAllVRE TO SUBMIT V00CHERSllNV0lCES IN ACCORDANCE WITH THESE INSTRUCTIONS WILL RESULT IN REJECTION OF THE VOUCHER! INVOICES AS IMPROPER.

[png: Claims shall be submitted on the payee's letterhud, voucherlinvoices, or on the Government's Standard Form 1034,Public Voucher for Purchases and Services other than Personal." and Standard form 1935 Public Voucher for Purchases Other than Personal-Continuation Shut." These forms are available from the U.S. Government Printing Oflies,710 North Capitol Street Weehington. 00 20401.

Kumi er of Copigs: An original and three copies shall be submitted. Fa....to submit all the req'ulted b

copies will result in rejection of the voucherlinvoice as improper.

PpsJggatp1AgtettSHlint ]Hte: Vouchers l Invoices shall be submitted to the following address:

0 U.S. Nuclear Regulatory Commission Division of Contracts T 742 Washington, DC 20555-0001 1

A copy of any invoice which includes a purchase of property valued at the time of purchase at $5000 or more, shall additionally be sent to:

Chief, Property Management Branch Division el Facilities and Proporty Management MailStop T 7 D 27 Weshington. DC 20555 0001 HAND DEllVERY OF VOUCHERSIINV0lCES IS DISCOURACED AND WILL NOT EXPEDITE PROCESSING BY THE NRC. However, should you choose to deliver voucherslinvoices by hand. including delivery by any express mail service or special delivery service which uses a courier or other person to deliver the voucherslinvoices in person to the NRC.such voucherslinvoices must be addressed to the above Designated Agency Billing Office and will only be accepted at the following location:

U.S. Nuclear Regulatory Commission One White Flint North Mail Room 11555 Rockville Pike Rockville.MD 20052 _

HAND CARRIED SUBMISSIONS WILL NOT BE ACCEPTED AT OTHER THAN THE ABOVE ADDRESS ATTA0fBTfo.1

(BilllNGINSTRUCTIONS FOR FIXED PRICE CONTRACTS Page 2 of 3 Note that the officiel receipt date Ior hand delivered voucherslinvoices will be the date it is received i

by the official agency billing office in the Division of Contracts.

I t

$Jttn3rbLmenW[ks: Payment will continue to be made by the oflice designated in the contract in Block 12 of the Standard Form 26 or Block 25 of the Standerd Form 33, whichever is applicable.

[ttgygnn: The contractor shall submit a voucher or invoice only after the NRC's final acceptance of services rendered or products delivered in performance of the contract unless otherwise specified in l

the contract.

l l'

P.lepptAtigAJgfugmhetigig[1htlgydttl{!!ygitt: The veucherlinyoice ahall be prepared in ink or by typewriter fwithout strike overs). Corrections or erasures must be initialed. To be considered a proper l

voucherlinvoice, all of the following elements must be included:

1.

Contract number.

2.

Sequential voucherlinvoice number.

3.

Date of woucherlinvoice.

4.

Payes's name and address. (Show the name of the conteactor and its correct address, in addition, when an assignment of funds has been made by the contractor, or a different payee has been designated. include the name and address of the payee). Indicate the name and telephone number of the individual responsible for answering questions which the NRC may have regarding the voucherlinvoice.

5.

Description of articles or services, quantity, unit price and total amount.

6. _ For contractet acquired proporty list each item purchased costing $50.000 or more and having a lif e expectancy of more than 1 year and provide: (1) en item description,(2) manutacturer,(3) model aamber,(4) serial number,(5) acquisition cost. (6) date of purchase, and (7) a copy of the purce. ng document.

I 7.

Weight and rene of shipment,it shipped by parcel post.

8.

Charges for freight or express snisments. Attach propold billit shipped by freight i express.

9.

Instructions to consignes to notify the Contracting Oflicer nf receipt of shipment.

4

(BilllNGINSTRUCTIONS FOR FIX[D PRICE CONTRACTS Page 3 of 3 1

10. For indefinite Delivery contracts or contracts under which progress payments are authorized the final voucherlinvoice shall be merkod " FINAL VOUCHER" OR " FINAL INV0lCE."

Gurrency: Billings may be expressed in the currency normally used by the contractor in maintaining l

his accounting recerds and payments will be made in that currency. However, the U.S. deller equivalent for all voucherelinvoices paid under the contract may not suceed the total U.S. do!Iere authorized in the centract.

Supersession: These instructions supersede any previous billing instructions.

R:tBILLING.396

.

ACH VENDOR / MISCELLANEOUS PAYMENT OMB Nol510-0056 ENROLLMENT FORM EWon Date 06/30S3 This form is used for Automated t',learing House (ACH) payments with an addendum record that contains payment-related information processed through the Vendor Express Program. Recipients of these payments should bring this information to the attention of their financialinstitution when presenting this form for completion.

PRNACY ACT STATEMENT The following information is provided to comply with the Privacy Act of 1974 (P.L. 93 579) All information collected on this form is required under the provisions of 31 U.S.C. 3322 and 31 CFR 210.

This information will be used by the Treasury Department to transmit payment data, by electronic means, to vendor's financial institution. Failure to provide the requested information may delay or prevent the receipt of payments through the Automated Clearing House Payment System.

AGENCY INFORMATION ELDERAL PdOG5kIIAGiIvCY U.S. NUCLEAR REGULATORY COMMISSION

. OMNCY DENTIFIE R AGENCY LOCATON CODE (ALC)

ACHFORMAt NRC 31000001 O CCo*

O cTx 0 cTP

~boREhs A

DMSION OF ACCOUNTING AND FINANCE, Mall STOP T 9 H4 WASHINGTON, DC 20555-0001 FONV 'CTP$R50N NAME TELEPHONE NUMBER FINANCIAL OPERATIONS SECTION

( 301 ) 415 7520 PAYEE / COMPANY INFORMATION NAME SSN NO. OR TAXPAYER 80 NO.

ADDRESS CONTACT PERSON NAME; TELEPHONE NUMBER.

(

)

FINANCIAL INSTITUTION INFORMATION NAME ADORE $$

CCH COORDINATOR NAME:

TELFPHONE NUMBER;

(

)

NINE Doff ROUTINo TRANSIT NUMBER-DEPOSITOR ACCOUNT TITLE:

ATTA0fEffT 10. 2 DEPOSITOR ACCOUNT NUMBER.

LOCK BOX NUMBER.

ACH FORMAT:

O c"ecki~o O $^vi"os O'ocksox SONATURE AND TITLE OF AUTHORIZED OFFCK TELZPHONE NUMBER.

(

)

E%7;;shc...

usN mm n

.,s mm

Instructions for Completing SF 3881 Form

1. Agency Information Section - Federal agency prints or types the name and address of the Federal Program agency originating the vendor / miscellaneous payment, agency identifier, agency location code, contact person name and telephone number of the agency. Also, the appropriate box for ACH format is checked.
2. Payee / Company Information Section - Payee prints or types the name of the payee / company and address that will receive ACH vendor / miscellaneous payments, social security or taxpayer ID number, and contact person name and telephone number of the payee / company. Payee also verifies depositor account number, account title, and type of account entered by your financial institution in the Financiat institution Information Section.
3. Financial Institution Information Section - Financial institution prints or types the name and address of the payee / company's financialinstitution who will receive the ACH payment, ACH coordinator name and telephone number, nine dlCit touting transit number, depositor (payee / company) account title ano cecount number. Also, the box for type of account is checked, and the signature, title, and telephone number of the appropriate financial institution official are included.

Burden Estimate Statement The estimated average burden associated with this collection of Information is 15 minutes per respondent or record keeper, depending on Individual circumstances. Comments concoming the accuracy of this burden estimate and suggestions for reducing this burden should be cirected to the Financial Management Service, Facilities Management Division, Property and Supply Branch, Room B-101,3700 East West Highway,-Hyattsville, MD 20782, and the Office t

of Management and Budget, Paperwork Reduction Project (1510-0056), Washington, DC 20503.

O.

'4

~

RS-AED-98-264 Section K PART IV REPRESENTATIONS AND INSTRUCTIONS SECTION K

- REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS K.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE The following solicitation provisions pertinent to this section are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the FAR provision at FAR "52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (JUN 1988)" in Section L of this solicitation.

NUMBER TITLE DATE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 1) 52.203-11 CERTIFICATION AND DISCLOSURE REGARDING APR 1991 PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIOhS 52.222-21 CERTIFICATION OF NONSEGREGATED APR 1984 FACILITIES K.2 52.203-2 CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985)

(a)- The. of feror certifies that--

-(1)'The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication,-or agreement with any other offeror or competitor relating to (i) those prices, (ii)--the intention to submit an offer, or (iii) the methods or factors used to calculate the-prices offered; (2) The prices in this' offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwisa required by law; and (3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose'of restricting competition.

-(b) Each signature-on the offer is considered to be a certification by the signatory that the signatory--

Page 36 of 64

RS-AED-98-264 Section K (1) Is the person in the offeror's organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in i

any action contrary to subparagraphs (a) (1) through (a) (3) above; or (2) (i) Has been authorized, in writing, to act as agent for the following principals in certifying that those principals have not participated, and will not aarticipate in any action contrary to subparagraphs (a) (1) througa (e. ) ( 3 ) above (Insert full name of person (s) in the offeror's organization responsible for determining the prices offered in the bid or proposal, and the title of his or her position in the offeror's organization);

(ii) As an authorized agent, does certify that the principals named in subdivision (b) (2) (1) above have not participated, and will not participate, in any action contrary to subparagraphs (a) (1) through (a) (3) above; and (iii) As an agent, has not personally participated, and will not participate, in any action contrary to subparagraphs (a) (1) through (a) (3) above.

(c) If the of feror deletes or modifies subparagraph (a) (2) above, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.

K.3 52.203-8 CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997)

(a) If the Government receives information that a contractor or a person has engaged in conduct constituting a violation of subsection (a), (b), (c), or (d) of Section 27 of the Office of Federal Procurement Policy Act (41 U.S.C.

423) (the Act), as amended by section 4304 of the National Defense Authorization Act for Fiscal Year 1996 (Pub, L,

104-106), the Government may--

(1) Cancel the solicitation, if the contract has not yet been awarded or issued; or (2) Rescind the contract with respect to which--

(i) The Contractor or someone acting for the contractor has been convicted for an offense where the conduct constitutes a violation of subsection 27 (a) or (b) of the Act for the purpose of either--

Page 37 of 64

RS-AED-98-364 Section K (A) Exchanging the information covered by such subsections for anything of values or (B) obtaining or giving anyone a competitive advantage in the award of a Federal agency procurement contracts or (ii) The head of the contracting activity has determined, based upon a preponderance of the evidence, that the Contractor or someone acting for the Contractor has engaged in conduct l

constituting an of fense punishable under subsection 27(e) (1) of the

-Act.

(b) If the Government rescinds the contract under paragraph (a) of this clause, the Government is ertitled to recover, in addition to any penalty prescribed by law, the amount expended under the contract.

(c) The rights and remedies of the Government specified herein are not exclusive, and are in addition to any other rights and remedies provided by law, regulation, or under this contract.

l I

K.4 52.204-3 TAXPAYER IDENTIFICATION (JUN 1997)

(a)

Definitions.

" Common parent," as used in this solicitation provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member.

" Corporate status," as used in this solicitation provision, means a designation as to whether the offeror is a corporate entity,

(

an unincorporated entity (e.g., sole proprietorship or partnership),

or a corporation providing medical and health care services.

" Taxpayer Identification Number (TIN), " as used in this solicitation provision, means the number required by the IRS to be used by the offeror in reporting income tax and other returns.

(b)

All offerors are required to submit the information required in paragraphs (c) through (e) of this solicitation provision in order to comply with reporting requirements of 26 U.S.C.

6041, 6041A,
  • nd 6050M and implementing regulations issued by the Internal Revenue Service (IRS).

If the resulting contract is subject to the reporting requirements described in FAR 4.903, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract.

(c)

Taxpayer Identification Number (TIN).

( )

TIN:

( )

TIN has been applied for.

( )

TIN is not required because:

Page 38 of 64

RS-AED-98-264 Section K

( )

Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the U.S.

and does not have an office or place of business or a fiscal paying agent in the U.S.;

( )

Offeror is an agency or instrumentality of a foreign government;

( )

Offeror is an agency or instrumentality of a Federal, state, or local government;

( )

Other.

State basis.

(d)

Corporate Status.

( )

Corporation providing medical and health care services, or engaged in the billing and collecting of payments for such services;

( )

Other corporate entity;

( )

Not a corporate entity;

( )

Sole proprietorship;

( )

Partnersaip;

( )

Hospital or extended care facility dcscribed in 26 CFR 501 (c) ( 3 ) that is exempt from taxation under 26 CFR 501 (a).

(e)

Common Parent.

( )

Offeror is not owned or contro"1.ed by a common parent as defined in paragraph (a) of this provision.

( )

Name and TIN of common parent:

Name TIN K.5 52.209-5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS (MAR 1996)

(a) (1)

The Offeror certifies, to the best of its knowledge and belief, that (i)

The Offeror and/or any of its Principals -

(A)

Are [] are not [ ] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any P-deral agency; (B)

Have [} have not (

),

within a 3-year period preceding this offer, been convicted of or had a civil judgment rendered against them for:

commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, Page 39 of 64

RS-AED-98-264 Section K theft, forgery, bribery, falsification or destruction of records c making false statements, tax evasion or receiving stolen property; and (C)

Are () are not () presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in subdivision (a) (1) (1) (B) of this provision.-

(ii)

The Offeror has () has not ( ), within a 3-year period preceding this offer, had one or more contracts terminated for

- default by any Federal agency.

(2)

"Principais," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisor

-(e.g., -general manager; y responsibilities within a business entity plant manager; head of a subsidiary, division, or business segment, and similar positions).

1 THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN

-AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER SECTION 1001, TITLE 18, UNITED STATES CODE.

(b)

The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the of feror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstanCvJ.

(c)

A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation.

However, the certification will be considered in connection with a de'cermination of the Of feror's responsibility.

Failure of the Offeror to furnish a certification

-orl provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible.

1 (d)

Nothing contained in.the foregoing shall be construed to require establishment of a system of records in order to render, in good f aith, the certification required by paragraph -(a) of this provision.

The knowledge and information of an offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

(e)

The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award.

If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the contracting Officer may terminate

- the contract resulting from this solicitation for default.

Page 4 0 L ' 64 9

-n_.-,

,- -., +, -

nn---w----~,n-r--~r,

~ - ~ - ~ ~ - -

RS-AED-98-264 Section K K.6 52.215-4 TYPE OF BUSINESS ORGANIZATION (OCT 1997)

The offeror or respondent, by checking the applicable box, represents that--

(a) It operates as (

)

an individual, (

)

a partnership, (

)

a nonprofit organization, (

)

a joint venture, or (

)

a corporation incorporated under the laws of the State of J

(b) If the offeror or respondent is a foreign entity, it operates as (

)

an individual, (

)

organization, [

]

a joint venture,a partnership),

(

)

a nonprofit or (

a corporation, registered for business in (country)

K.7 52.219-1 SMALL BUSINESS PROGRAM REPR1SENTATIONS (JAN 1997)

(a) (1) The standard industrial classification (SIC) code for this acquisition is 8999.

(2) The small business size standard is $5 million 3 years.

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposeu to furnish a product which it did not itself manufacture, is 500 employees.

i (b) Representations. (1) The offeror represents as part of its offer that it ( )

is, ( )

is not a small business concern.

(2) (Complete only if offeror represented itself as a small business concern in block (b) (1) of this section.) The offeror represents as part of its of fer that it ()

is, ()

is not a small disadvantaged business concern.

(3) (Complete only if offeror represented itself as a small business concern in block (b) (1) cf this section.) The offeror represents as part of its offer that it [ ]

is, ()

is not a women-owned small business concern.

(c) Definitions.

" Joint venture", for purposes of a small disadvantaged business (SDB) set-aside or price evaluation preferer.ce (as prescribed at 13 CFR 124.321), is a concern that is owned and controlled by one or more socially and economically disadvantaged individuals entering into a joint venture agreement with one or more business concerns and is considered to be affiliated for size purposes with such other concern (s). The combined annual receipts or employees of the concerns entering into the joint venture must meet the applicable size standard corresponding to the SIC code designated for the contract. The majority of the venture's earnings must accrue Page 41 of 64

RS-AED-98-364 Section K l

directly to the socially and economically disadvantaged individuals in the SDB concern (s) in the-joint venture. The percentage of the l

ownership involvement in a joint venture by disadvantaged individuals must be at least 51 percent.

"Small business concern", as used in this provision, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is t

bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph-(a) of this provision.

"Small disadvantaged business concern", as used in this provision, means a small business concern that (1) is at least 51 percent unconditionally owned by one or more individuals who are L

both socially and economically disadvantaged, or a publicly owned business having at-least 51 percent of its stock unconditionally owned by one or more socially and economically disadvantaged individuals, and (2) has its management and daily business contra' led by one or more such individuals. This term also means a small ousiness concern that is at least 51 percent unconditionally owned by an economically disadvantaged Indian tribe or Native Hawaiian organization, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more of these entities, which has its management and daily business controlled by members of an economically disadvantaged Indian-tribe-or Native Hawaiian Organization, and which meets the requirements of 13 CFR Part 124,

" Women-owned small business concern", as used in this provision, means a small business concern--

(1) Which is at least 51 percent owned by one or more women ~or, in the' case of any publicly owned business at least 51 percent of

- the_ stock of which is owned by one or more,womens and (2) Whose management and dail controlled by one or more women. y businese operatione are (d). Notice. (1) If this solicitation is'for-supplies and has been

. set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source:of the end items to be furnished.

(2) Under 15 U.S.C. 64 5 (d), any person who misrepresents a firm's status as a small or small disadvantaged business concern in order-to obtain a contract to be awarded under the preference programs established pursuant to sections 8 (a), 8(d),

9, or 15 of the Small Business Act or any other provision of Federal law that specifically references secticn 8(d) for a definition of program eligibility, shall--

(i) Be' punished by imposition of fine, imprisonment, or both;

__ ii) Be subject to administrative-remedies,-including

(

Page 42 of 64 9

RS-AED-98-264 Section K suspension and debarments and i'

(iii) Be ineligible for participation in programs conducted under the authority of the Act.

K.8 52.222-22 PREVIOUS COFTRACTS AND COMPLIANCE REPORTS (APR 1984)

LThe offeror represents that--

(a) It-[ ] has,-[ ] has not participated in a previous contract or subcontract subject either to the Equal Opportunity clause of=this l

solicitation, the clause originally contained in Section 310 of Executive Order No. 10925, or the clause contained in Section 201 of Executive Order No. 11114; (b)' It () has, [] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by subcontract awards. proposed subcontractors, will be obtained before K.9 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984)

The offeror represents that--

(a) It -[ ] has deve)oped and has on file, () has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of babor (41 CFR.60-1 and 60-2), or (b) It () has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor.

K.10 52.223-1 CLEAN AIR AND WATER CERTIFICATION (APR 1984)

The Offeror certifies that--

(a).:Any facility to be used in the performance of this proposed

. contract.is [ ), is not () listed on the Environmental Protection Agency (EPA) List'of Violating Facilities; (b) The of feror will immediately notify the Contracting Of ficer,

before award, of the receipt: of any communication from the Administrator, or a designee, of the EPA, indicating that any facility thet--the Offeror proposes-to use-for the performance of the Page 43 of 64

)

RS-AED-98-264 Section K contrcct is under consideration to be listed on the (EPA) List of Violating Facilities; and (c) The Offeror will include a certification substantially the same as this certification, including this paragraph (c), in every nonexempt subcontract.

K.11 52.223-13 CERTIFICATION OF T0XIC CHEMICAL RELEASE REPORTING (OCT 1996)

(a) Submission of this certification is a prerequisite for making or entering into this contract imposed by Executive Order 12969, August 8, 1995.-

(b) By signing this offer, the offeror certifies that----

(1) As the owner or operator of facilities that will be used in the performance of this contract that are subject to the filing and reporting requirements described in section 313 of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C.

11023) and section 6607 of the Pollution Prevention Act of 1990 (PPA) (42 U.S.C.

13106), the offeror will file and continue to file 1

for such facilities for the life of the contract the Toxic Chemical Release Inventory Form (Form R) as described in sections 313 (a) and (g) of EPCRA and section 6607 of PPA; or--

(2) None of its owned or operated facilities to be used in the performance of this contract is subject to the Form R filing and reporting requirements because each such facility is exempt for at least one of the following reasons: (Check each block that is applicable.)-

[]

(i) The facility does not mans.acture, process, or otherwise use any toxic chemicals listed under section 313 (c) of EPCRA, 42 U.S.C.

11023 (c) ; -

[]

(ii) The facility does not have 10 or more full-time employees as specified in section 313 (b) (1) ( A) of EPCRA, 42 U.S.C.

1102 3 (b) (1) ( A) ; -

[]

(III) The facility does not meet the reporting thresholds of toxic chemicals established under section 313 (f) of EPCRA, 42 U.S.C.

11023(f) (including the alternate thresholds at 40 CFR 372.27, provided an appropriate certification form has been filed with EPA);

[]

(iv) The facility does not fall within Standard Industrial Classification Code (SIC) designatichs 20 through 39 as set forth in Section 19.102 of the Federal Acquisition Regulation; or

[ ]

(v) The facility is not located within any State of the United Sta es, the District of Columbia, the Commonwealth of Puerto Rico, Guam, American Samoa, the Uniced States Virgin Islands, the Page 44 of 64 9

RS-AED-98-264 Section K Northern Mariana Islands, or any other territory or possession over which the United States has jurlsdiction.

i i

K.12 52.227-15 REPRESENTATION OF LIMITED RIGHTS DATA AND RESTRICTED COMPUTER SOFTWARE (JUN 1987)

(a) This solicitation sets forth the work to be performed if a I

contract award results, and the Government's known delivery requirements for data (as defined in FAR 27.401).

Any resulting contract may also provide the Government the option to order additional data under the Additional Data Requirements clause at 52.227-16 of the FAR, if included in the contract.

Any data delivered under the resulting contract will be subject to the Rights in Data--General clause at G2.227-14 that is to be included in this contract.

Under the latter clause, a Contractor may withhold from delivery data that qualify as limited rights data or restricted computer software, and deliver form, fit, and function data in lieu thereof.

The hater clause also may be used with its Alternates II and/or III to obtain delivery of limited rights data or restricted computer software, marked with limited rights or restricted rights notices, as appropriate.

In addition, use of Alternate V with this latter clause provides the Government the right to inspect such data at the Contractor's facility.

(b) As an aid in determining the Government's need to include any of the aforementioned Alternates in the clause at 52.227-14, Rights in Data--General, the offeror's response to this solicitation shall, to the er*ent feasible, complete the representation in paragraph (b) of this provisinn to either state that none of the data qualify as limited rights data or restricted computer software, or identify which of the data qualif ies as limited rights data or restricted computer software.

Any identification of limited rights data or restricted computer software in the offeror's response is not determinative of the status of such data should a contract be awarded to the offeror.

REERESENTATION CONCERNING DATA RIGHTS Offeror has reviewed the requirements for the delivery of data or software and states (offeror check appropriate block)--

( ) None of the data proposed for fulfilling such requirements qualifies as limited rights data or restricted computer software.

[] Data proposed for fulfilling such requirements qualify as limited rights data or restricted computer software and are identified as follows:

Page 45 of 64 I

RS-AED-98-264 Section K i

NOTE: " Limited rights data" and " Restricted computer software" are defined in the contract clause entitled " Rights In Data-- General."

l K.13 2052.209-70 QUALIFICATIONS OF CONTRACT EMPLOYEES The offeror hereby certifies by submission of this offer that all representations made regarding its employees, proposed subcontractor I

personnel, and consultants are accurate, i

K.14 2052.209-71 CURRENT /FORMER AGENCY EMPLOYEE INVOLVEMENT (a) The following.3 presentation is required by the NRC Acquisition Regulation 2009.105 70 (b). It is not NRC policy to encourage offerors and contractors to propose current /former agency employees to perform work under NRC contracts, and as set forth in the above cited provision, the use of such employees may, under certain conditions, adversely affect NRC's consideration of non-competitive proposals and task orders.

(b) The offeror hereby certifies that there [

] are (

) are no current /former NRC employees (including special Government employees performing services as experts, advisors, consultants, or members of advisory committees) who have been or will be involved, directly or indirectly, in developing the offer, or in negotiating on behalf of the offeror, or in managing, administering, or performing any contract, consultant agreement, or subcontract resulting from this offer. For each individual so identified, the Technical and Management proposal must contain, as a separate attachment, the name of the individual, the individual's title while employed by the NRC, the date individual left NRC, and brief description of the individual's role under this proposal.

Page 46 of 64 4

RS-AED-98-264 Section L l

SECTION L --INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.1 NOTICE LISTING SOLICITATION PROVISIONS INCORPORATED BY REFERENCE L

_The-following solicitation provisionJ pertinent to this section are hereby incorporated _by referer.ce (by Citation Number, Title,-and Date)-in accordance with the FAR provision at FAR "52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (JUN 1988)" in Section L of this soli?itation.

NUMBER TITLE DATE FEDERAL ACQUISITION REGULATION (4 8 CFR Chapter 1) 52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE OCT 1997' ACQUISITIOM 52.237-1 SITE VISIT APR 1984 L.2 52.204-6 CONTRACTOR IDENTIFICATION NUMBER--DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (DEC 1996)

_(a) Contractor Identification Number, as used in this provision, means " Data Universal Numbering System (DUNS) number," w11ch is a nine-digit number assigned by Dun and Bradstreet Information Services.

(b) Contractor identification is essential for complying with statutory c<..ntract reporting requirements. Therefore, the offeror is-requested tc enter, in the block with its name and address on.the Standard Forn 33 or similar-document, the annotation " DUNS" followed byuthe DUNS number which identifies the offeror's name and address exactly as stated in the offer.

(c) If the offeror does not have a DUNS nu.aber, it should-contact Dun and Bradstreet directly to obtain one. A DUNS. number will be provided immediately by telephone at no charge to the offeror. For-information on obtaining a DUNS number, the offeror should call Dun and Bradstreet at 1-900-333-0505. The_ offeror should be prepared to provide the following information:

(1) Company _name.

(2) Company address.

(3) Company telephone number.-

(4) Line of business.

-(5) Chief executive officer / key manager.

i Page 47 of 64 1

1

RS-AED-98-264 Section L (6) Date the company was started.

(7) Number of people employed by the company.

(8) Company affiliation.

(d) Offerors located outside the United States ma, obtain the location and phone number of the local Dun and Bradstreet Information Services office from the Internet Home Page at http://www.dbisna.com/dbis/ customer /custlist.htm. If an offeror is unable to locate a local service center, it may send an e-mail to Dun-and Bradstreet at globalinfo@dbisma.com.

L.3 52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a Firm Fixed Price, Requirements contract resulting from this so. licitation.

L.4 52.233-2 SERVICE OF PROTEST (AUG 1996)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

Elois J. Wiggins Hand-Carried Address:

U.S. Nuclear Regulatory Commission Division of Contracts and Property Mgt.

Atta: T-7-I-2 11545 Rockville Pike Rockville MD 20852 Mailing Address:

U.S. Nuclear Regulatory Commission Division of Contracts and Property Mgt.

Attn: T-7-I-2 11545 Rockville Pike Washington DC 20555 (b) The copy of any protest shall be received in the office designated Page 48_of 64

di RS-AEDi 2

~

98 264 Section L above:within one day of filing a protest with the GAO.

4 L.5-52.252 1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (JUN 1988)

This solicitation incorporates one or more solicitation provisions

-by reference, with the-same force and effect as if they were given in full: text._ Upon request, the contracting Officer will make their full text available.

-L.6-SUBMISSION OF QUESTIONS BY OFFEROR l

E a.

It shall be the obligation of the Offeror to exercise due diligence to discover and to bring to the-attention of.the Contracting officer within 10 days after solicitation issue date,.but L

prior to the solicitation's closing date, L

ambiguicies, discrepancies, inconsistencies,y an or L

conflicts among the Statement of Work, other provisicas-and documents attached hereto.

Formal commur.ications such as requests for clarification and/or information concerning this-solicitation should submit ed-in writing to-the address listed below:

The U.S. Nuclear Regulatory Commission Attn:1 Donald A.

King, Contract Specialist Divisionfof Contracts, CMB #2, MS;T-7I2 Washington, D.C.

20555-0001 b,

PecauseLof-mailing time, all written inquiries should be received by the above addressee within ten (10) calendar days after the: issue date of this solicitation.

[End of Provision)

L.7

' REFERENCED DOCUMENTS AVAILABLE FROM THE NRC PDR (JUN 1988)

( a )'. The'2ollowing documente are referenced in this solicitation:

--Inspection for Performance Course (Instructor's Manual)

Inspection for Performance Course

_(Student's Manual)

-- Inspection for Performance Course-Materials (Instructor's Manual)

Page 49 of 64

RS-AED-98-264 Section L

- Inspection for Performance Course-Materials (Student's Manual)

(b)

The documents are available for review at the U.S. Nuclear Regulatory Commission Public Document Room which is located at 2120 L Street, N.W. in Washington, DC, telephone number (202) 634-3380.

I Copies of the documents may !:e made for a fee.

(End of Provision)

L.8 ACCEPTANCE PERIOD (MAR 1987)

Because of the time required by the Government to evaluate proposals and make an award, offerors are instructed to specify on the SF-33 a proposal acceptance period of not less than 120 days.

(End of Provision)

L.9 2052.215-76 DISPOSITION OF PROPOSALS After award of the contracc, one copy of each unsuccessful proposal is retained by the NRC's Division of Contracts and Property Management in accordance with the General Records Schedule 3 (5) (b).

Unless return of the additional copies of the proposals is requested by the offeror upon submission of proposal, all other copies will be destroyed. This request should appear in a cover letter accompanying the proposal.

L.10 2052.222-70 NONDISCRIMINATION BECAUSE OF AGE It is the policy of the Executive Branch if the Government that:

(a) Contractors and subcontractors engaged in the performance of Federal contracts may not, in connection with the employment, advancement, or discharge of employees or in connection with the terms, conditions, or privileges of their employment, discriminate against persons because of their age except upon the basis of a bona fide occupational qualification, retirement plan, or statutory requirements; and (b) That contractors and subcontractors, or person acting on their behalf, may not specify, in solicitations or advertisements for employees to work on Government contracts, a max _ mum age limit for employment unless the specified maximum age limit is based upon a i

bona fide-occupational qualification, retirement plan, or statutory requirement.

Page 50 of 64 9

V

RS-AED-98-264 Section L L~.11 ESTIMATED DURATION (JUN 1988)

The duration of-the contract _is estimated to be-three-(3) years.

(See section F for any option periods)

)

-L'.12 USE OF AUTOMATED CLEARING HOUSE (ACH) ELECTRONIC PAYMENT / REMITTANCE ADDRESS

.The Debt' Collection Improvement Act of 1996. requires that all

)

-Federal papents' except IRS tax refunds be made by Electronic Funds l

Transfer, It is the policy of the Nuclear Regulatory Commission to pay government.- vendors by the Automated' Clearing House -(ACH)

{

electronic ft;ds transter payment system.

Item 15C of the Standard Form 33 may be disregarded L.13 TIMELY RECEIPT OF PROPOSALS All hand-carried offers including those made by private delivery services (e.g., Federal Express and Airborne Express) must be delivered to the NRC loading dock security station located at-11545 Rockville Pike, Rockville, Maryland 20852 and receitad in the depository located in Room T-7-I-2.

All offerors shall allow extra time for internal-mail distribution. NRC is a secure facility with

-perimeter access-control and NRC personnel are not available to receive-hand-carried offers except du:tng normal working hours, 7:30 AM - 3:30 PM, Monday through Friday,

cluding federal holi6 9

4 L.14 AWARD NOTIFICATION AND' COMMITMENT OF PUBLIC FUNDS (a)

All offerors will receive preaward and postaward notices in

_accordance with FAR 15.503.

(b)

It is also brought to your attention that the contracting of ficer is the only individual t"

can' legally commit the NRC to the expenditure ofLpublic funds in

-lection with this procurement.

This means that unless provided to a contract document or specifically authorized by the-contracting' officer, NRC technical personnel may not issue contract modifications, give informal contractual commitments, or etherwise bind, commit,.cnr obligate the NRC contractually.

Informal contractual commitments include:

(1)

Encouraging a potential contractor to incur costs prior to receiving a contract; (2)

Requesting or requiring a contractor to make changes under Page 51 of 64

. - - _ _ _. ~. -.

RS-AED-98-264 Section L l

a contract-without formal contract modificationa; (3)

Encouraging a contractor to incur costs under a coat-reimbursable contract in excess of those costs contractually allowable;-and i

~

(4)

Committing the Government to a course of action with regard to a: potential contract, contract change, claim, or dispute.

L.15 FORMAT-POR WRITTEN TECKNICAL' PRESENTATION DOCUMENTATION AND ORAL TECHNICAL PRESENTATION L 15.1 GENERAL ~-INSTRUCTIONS (a)

Offerors shall complete and return two (2) original signed copies of this solicitation package'which is the' Standard Form

,'+

33, " Offer, Solicitation and Award" and all continuation pages.

-All applicable sections must be completed by the offt_or and-j submitted to the NRC'by the date and time prescribed in block 9 l

of the Standard Form 33, " Offer, Solicitation and Award."

(b) ~ Offerors shall submit one (1) original and six (6) copies of the Written Technical Presentation Documentation by the date-and time prescribed in: block 9 of the Standard Form 33, " Offer, f

Solicitation-and Award.

Instructions for Written Technical' Presentation Documentation are found Subparagraph L.15.2 of this Article.

(c)

Offerors shall submit one (1) original and three (3) copies of the written Cost Proposal at the time ~ prescribed in block 9 of-Standard Form 33, " Offer, Solicitation and Award."

Instructions for-the Written Cost proposal are found under Article L.16.

t E

'(d)1 Neither the Written Technical Presentation Documentation nor the Oral Technical! Presentation-may contain any reference i

to cost.

Resource-information, such as data concerning labor

. hours and categories, materials, subcontracts, computer time, etc., must-be included in the-proposals so that the Offeror's t-understanding of the scope of work may be evaluated.

(e)

Instructions for the Oral Technical Presentation are found

-under subparagraph L.15.3 of this Article.

(f)

Offerors shall respond fully and completely to all sections of the solicitation package and to the elements that F

are described in-Article L.15.2.1 Written Technical Presentation. Documentation, and in Article L.15.3.1 Topics for

. Ora' Technical Presentation.

-(g):

Correctness of the proposal.

Cautian -- Offerors are hereby notified that all information provided in its written proposal and oral presentation including all resumes, must be accurate, truthful, and complete to the best of the Offeror's Page 52 of 64 4

5

RS-AED-98-264 Section L knowledge and belief.

The Commission will rely upon all representations made by the Offeror both in the evaluation process and for the performance of the work by the offeror selected for award.

The Commission may require the Offeror to substantiate the credentials education, and employment history of its employees, subcontractor personnel, and consultants, through submission of copies of transcripts, diplomas, licenses, etc.

(h)

The entire technical proposal, consisting of both the Written Technical Presentation Documentation and the Oral Technical Presentation will be evaluated against the Evaluation and Award Factors, Section M.

Therefore, the Offeror shall submit full and complete information as set forth below to permit the Government to make a thorough evaluation and a sound determination that the proposed approach will have a reasonable likelihood of meeting tae requirements and objectives of this procurement in accordance with the Evaluation Criteria set forth in Section M.

L 15.2 INSTRUCTIONS FOR WRITTEN TECHNICAL PRESENTATION DOCUMENTATION (a)

Offerors must address the topics listed in Subparagraph L.15.2.1 Topics for Written Technical Presentation Documentation.

(b)

All written material inclusive of notes to accompany overheads or 35mm slides, and resumes shall be typed using a minimum of Courier 10 cpi type font.

Charts, organizational matrices, and overheads or 35 mm slides shall be typed using a minimum of Courier 12 cpi type font.

All written material shall be printed, and reproduced on letter-size paper.

Each copy must be legible.

(c)

The Written Technical Presentation Documentation shall not exceed 30 pages exclusive of resumes. The page limitation shall be inclusive of lists (personnel by discipline, and current / previous contracts), charts, matrices, and outline of work for course presentation, design and development.

Written copies of overheads or 35mm slides, and notes to accompany ove* heads or 35mm slides shall be submitted in accordance with Art. le L.15.3.g. Offarors shall follow the prescribed formats and page length for all requested documentation in accordance with the instructions for the document.

L.15.2.1 WRITTEN TECHNICAL PRESENTATION DOCUMENTATION TOPICS Topic A.I TECHNICAL QUALIFICATIONS OF PERSONNEL (a)

The objective of this part of the Written Technical Presentation documentation shall be to clearly demonstrate to the NRC that the offeror can provide personnel who have the technical experience and qualifications specified in the Page 53 of 64

RS-AED-98-264 Section L statement of work to-support the NRC's requirements.

(b)

Identify all key personnel, including backup personnel, to be utilized in the performance of any resulting contract.

Discuss current and planned availability of all proposed key and backup personnel.

(c)

Identify any former NRC employees that may be utilized in the performance of the contract including their NRC employment history.

(d)

Describe the source of personnel required for performance of each task including those not presently employed by the offeror.

If any resource personnel are committed to other work, describe the types and terms of the commitment (s).

Note specifically the personnel that will be employed at the time of contract award.

(e)

If the offeror plans to subcontract any of the work to be performed, list proposed subcontractors by name.

Identify any key personnel and provide a detailed descriptior of the work to l

performed by the subcontractor.

(f)

If the offeror plans to obtain. consultant services, explain the need for such services.

List the proposed consultants by name, describe the work they will perform under this contract, and include related past work experience.

Individuals who are employees of the Contractor or of the U.

S.

Government are prohibited from being paid as a consultant under this contract.

(g)

Include resumes for all key and backup personnel to be utilized in the performance of any resulting contract.

clude educational background; training background; teaching experience specific to training professional employees a..J specific information to address the instructor qualification requirements in Article C.1.3.6.

The offeror shall present one-page resumes in the format which follows.

RESUME FORMAT a.

Name and Title b.

Name of Firm with which associated c.

Years _of Experience

- with this Firm

- with other Firms d.

Education:

- Degree (s)/ Year / Specialization f.

Active Registration: -Year first registered / Discipline (Note:

" Discipline" refers to the primary technological capability of individuals in the of feror's firm.

Possession of an academic degree, professional Page 54 of

~4

\\A

RS-AED-98-264 Section L registration, certification, or extensive experience in a particular field of practice normally reflects an

[

individual's primary technical discipline. Include a list of publications.

The NRC reserves the right to request examples of such publications at the sole discretion of the NRC Contracting Officer.)

9 Other Experience and Qualifications relevant to the Statement of Work; broad knowledge and understanding of NRC regulations, policies, guideline requirements pertinent to the SOW; demonstrated experience in performing tasks similar to those described in Section C; thorough familiarity with industry practices and codes; clearly demonstrate that the Instructor / developer have the capability to address complex issues, h.

Denote if the person proposed will fill a Key Personnel h

position. As this perdon will be considered by the NRC to be critical to this contract effort (ref. Section H),

}

the offeror shall submit a statement on the resume J

defining the percentage of time this person will commit to this task.

i.

Denote if the person proposed is not presently employed by the Offeror.

If the proposed person is under commitment, describe the terms of the commitment (s).

Note specifically if the person will be amployed at the time of contract award.

Topic B.I CORPORATE EXPERIENCE (a)

The objective of this part of the Written Technical Presentation Documentation shall be to clearly demonstrate to the NRC that the Offeror has the resident corporate experience to permit performing the same or similar work as required in Section C of this solicitation.

(b)

Describe, in general terms, corporate qualifications and experience in performing the same or similar work as required in Section C of this solicitation the firm and any of its proposed subcontractors have performed over the past five years.

Include the number of years the firm has been in Lusinese and company growth history (personnel and dollars).

(c)

List any current commitments with other organizations, Government and/or commercial, for the same or similar effort.

(d)

If available, provide examples of training materials developed for similar efforts.

Topic C.I TECHNICAL APPROACH (a)

Discuss the statement of work to substantiate the offeror's understanding of the requiremenms.

(b)

Discuss the proposed method of approach to meet the Page 55 of 64

=

W -

l

RS-AED-08-264 Section L contract objectivo for procontation of occh of the courceo identified in Section C including the method of teaching and enhancing classroom learning for each course.

(c)

Indicate potential problem areas and the approach to be taken to resolve said areas.

(d)

State any interpretations, requirements, or assumptions.

Topic D.I PAST PERFORMANCE The objective of this part of the Written Technical Presentation Documentation shall be to clearly demonstrate that the offeror has successfully performed on other contracts currently or in the past of similar size and scope.

This shall be done by describing current and past work of a similar or identica? nature in such a manner that an evaluation can be made of the performance history and the relevance of this experience to the girements of the solicitation.

To this end, the offeror shall list three contracts for the same or similar services. previous / current It is incumbent upon the offeror to provide information which is accurate and as the NRC will contact each reference to verify the current information provided.

This information will also assist the contracting officer in his/her Determination of Responsibility.

For each contract, provide the information requested using the format specified below.

Each contract shall be one page in length only.

(a)

Contract No.:

(b)

Name and Address of Government Agency or Commercial Entity:

(c)

Point of

Contact:

(d)

Contracting Officer:

(e)

Current Telephone Number and Facsimile Number:

(f)

Technical Representative:

(g)

Current Telephone Number:

(h)

Date Contract awarded:

(i)

Period of Performance of the Contract (including extensions) :

(j)

Initial and Final Contract Value (if the two are substantially different, an explanation of this fact shall be given:

Page 56 of 64 s

e

4 RS-AED-98-264-Section L

'(k)

If applicable,-the dollar value of the amendments-to the Contract:

(1)

Typa of Contracts (m)

Outline how the contracted effort is similar or identical in nature-to the-NRC's requirement,: with a brief technical description sufficient to permit ready assessment--of-the described project's.

relevancy to the NRC's requirement.

It is not sufficient to just note that it is similar in magnitude and scope.

Briefly outline the contractor's performance history under the contract.

Offerors will-be afforded the opportunity to elaborate'upon this brief description-during the Oral Presentation.

l

[.

Page E7 of 64

RS-AED-98-264 Section L L.15.3.

INSTRUCTIONS FOR ORAL TECHNICAL PRESENTATION (a)

Offerors must address the topics listed in Subparagraph L.15.3.1 Topics for Oral Technical Presentation.

The Offeror's Senior Manager is requested to present the discussion of the Offeror's approach to the Technical Qualifications of Personnel,-Corporate Experience, Technical Approach, and Past Performance.

The Offeror's Total presentation time shall be no longer than 90 minutes with an additional 15 minute break.

(b)

The NRC will schedule Oral Technical Presentations by drawing lots after the receipt of Offers.

At a minimum, oral presentations will be scheduled within five working days between the receipt of offers and the date of the first presentation.

The NRC will advise Offerors of the date and time for presentation of their oral Technical Presentation.

The late proposal rule-(FAR 52.215-1, Instructions to offerors--Competitive Acquisition) will not be applied to the oral presentation.

The NRC reserves the right to reschedule oral presentations at the sole discretion of the NRC Contracting Officer.

(c)

The Oral Technical Presentation shall not constitute discussions as defined in FAR 15.306. The NRC NRC reserves the I

right to award without discussions (reference also, Article M.2).

(d)

During the oral presentation, NRC evaluators will not ask

-the Offeror to elaborate on ideas or to otherwise request information.-

Clarification requests will be limited to asking the offeror to rcpeat statements that were not heard clearly.

The definition of " Clarification" is that of FAR 15.306 (a) which provides, " Clarification...means limited exchanges between the Government and offerors, that may-occur when award without. discussions is contemplated.

Offerors may be given' the opportunity to clarify certain-aspects of proposals or to resolve minor clerical errors, it is achieved by explanation or substantiation, either in response to Government inquiry or as initiated by the of feror.... (C)larificatinn does not give the Of feror an opportunity to revise or raodify its proposal, except to the extent that correction of apparent clerical mistakes results in a revision."

The NRC will not inform an offeror of their strengths, deficiencies, or weaknesses during the presentation, and the NRC will not engage in bargaining during the presentation.

(e)

The oral technical presentation shall not encompass price or cost and fee.

Instructions for preparation of the written cost proposal are provided in Article (L.16).

(f)

The Oral Technical Presentation shall be held at the NRC Headquarters located at 11545/11555 Rockville Pike, in Rockville, Maryland or at the NRC Technical Training Center located at 5746 Marlin Road, Suite 200, Chattanooga, TN.

Further details regarding the conference room and available Page 58 of 64 O

RS-AED-98-264 Section L seating will be given at the time offerors are notified of the date for their presentation.

Each conference room will have a viewing screen for the overheads or 35mm slides.

The NRC may provide overhead projectors and 35mm olide carrousels on a limited basis.

A point of contact and telephone number will be provided at the time Offerors are notified of the date for their presentation should they require such equipment.

(g)

All offerors shall document the main points of the Oral Technical Presentation on overheads or 35mm slides and provide an original and three printed copiec of the overhead or slides to the Contracting Officer for distribution to the Source Evaluation Panel.

Alternately, offerors may provide a one-page note to accompany each overhead or slide with an original and three printed copies thereof to be distributed to the Source Evaluation Panel by the Contracting Officer.

All printed copies must be legible.

Offerors are prohibited from taping or recording their own presentations.

Should the NRC tape or record the Offeror's presentation, the NRC will NOT provide the Offeror with a copy of the tape or recording.

(h) In addition to the NRC Contracting Officials, members of the NRC will attend from the NRC Technical Training Center.

L.15.3.1.

TOPICS FOR ORAL TECHNICAL PRESENTATIONS Topic A.II TECHNICAL QUALIFICATIONS OF PERSONNEL The objective of this part of the oral Technical Presentation shall be to clearly demonstrate to the NRC that the Offeror and the proposed personnel have:

(1) broad experience in the development and presentation training materials in the nuclear industry, including specific experience as a classroom instructor for performance-oriented inspection techniques, experience as a nuclear-licensed training supervisor or senior training instructor at an operating facility; (2) experience in the operation and maintenance of commercial nuclear power plants, experie2ce

'2 a design / test engineer or as a licensed operator and/or supervisor; (3) knowledge and experience in developing, implementing, and assessing nuclear power plant quality assurance, administrative control and plant management control systems, experience as an operating facility quality assurance manager or lead auditor; and (4) demonstrated experience in performing tasks similar to those described in Section C and clearly demonstrate that the personnel have the capability to perform the requirements in Section C.

Topic B.II CORPORATE EXPERIENCE The objective of this part of the Oral Technical Presentation shall be to clearly demonstrate to the NRC that the Offeror has the resident corporate experience furnishing qualified personnel, materials and services in: (1) presenting and maintaining the Inspecting for Performance Course inclusive Page 59 of 64

RS-AED-98-264 Section L of minor and major updates; (2) presentins and maintaining the Inspecting for Performance Course - Mater _.ls inclusive of minor and major updates; and (3) developing and presenting specialized versione of the Inspecting for Performance Course.

To this end, the Offeror shall elaborate upon the brief description of how the contracted effort described in the Written Technical Presentation is similar to the NRC's requirement.

TOPIC C.II TECHNICAL APPROACH In this part of the Oral Technical Presentation, the offeror shall fully discuss the proposed method of approach to meet the contract objective for presentation of each of the courses identified in Section C including the method of teaching and enhancing classroom learning for each course.

Describe the methods, procedures, and criteria to be used in staffin3, managing and evaluating personnel performance as it relates to this contract so as to demonstrate to the NRC that the.)fferor has a realistic personnel management plan to assure the availability of the workforce required to support the NRC's requirementa.

The Offeror shall specify the supervisory levels which each of these actions-is to take place.

at Describe the extent to which the Offeror plans to place dubContracts for this work.

Describe the work they will perform under this contract.

l Describe the extent to which the Offeror plans to obtain consultant services.

Explain the need for such service and describe the work they will perform under this contract.

Topic D.II PAST PERFORMANCE The Offeror shall demonstrate that he has successfully performed on other contracts currently or in the past of similar size and scope.

The Offeror shall elaborate upon the brief description of how the contracted effort described in the Written Technical Presentation Decumentation is similar to the NRC's requirement.

The offeror shall elaborate upon the description of the Offeror's past performance under the contract and how performance problems, if any, were resolved.

The Offeror also shall elaborate upon the description of the offeror's ability to meet schedules under the contract.

[End of Provision]

Page 60 of 64

+

RS-AED-98-264 Section L L.16 Prico Propocal (1)

The offeror shall insert the proposed firm fixed prices in Section B of this solicitation. Although not required for the proposal, the Offeror should be prepared to submit--upon the Contracting Officer's request--information such as proposed labor hourt and labor rates, cost-of equipment and materials, etc.

-(2)

The Contractor should assume that the Inspecting for Performance Course

.d the Inspecting for Performance -

Materials Course will be taught in the Washington, D.

C.

area.

(3)

For any subcontract discussed under the Written Technical Presentation Documentation and Oral Technical Presentation, provide supporting documentation on the selection process, i.e.

competitive vs. noncompetitive.

(4)

The offeror is requested to provide current.and complete name, address and telephone number of the cognizant audit office.

l Page 61 of'64

<RS-AED-98-264 Section M SECTION M --EVALUATION FACTORS FOR AWARD M.1 52.217-5 EVALUATION-OF OPTIONS (JUL 1990)

Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's~best interests, the Government will evaluate offers for award purposes by adding the total price for all options to-the-total price for the basic requirement.

Evaluation of options will not obligate the Government to exercise the option (s).

M.2 2052.215.84 CONTRACT AWARD AND EVALUATION-OF PROPOSALS-TECHNICAL MORE IMPORTANT THAN COST (a) By use of-numerical and narrative scoring techniques, proposals are-evaluated against the evaluation factors specified in paragraph

-M.3 below. These factors are listed in their relative order of

-importance. Award is made to the offeror:

(1) Whose proposal is technically acceptable; (2) -Whose technical / cost relationship is most advantageous to the

_. Government; and (3)- Who is considered to be responsbile within the meaning of Federal Acquisition Regulation Part 9.1.

(b) Although cost is a factor in the evaluation of proposals, technical merit in the evaluation criteria set forth below is a more significant factor in the selection of a contractor. Further, to be selected for an award, the proposed cost must be. realistic and reasonable.

(c) The Government may:

(1) Reject any or all offers if the action is in the public

-interest;

_ 2) Accept other than the lowest offer; and

(

(3) Waive informalities and minor irregularities in offers receivef.

-(d) The Government may award a contract on the basis of initial-offers-received, without discussions. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoints.

-(e) In making the above determination, an analysis is performed by Page 62 of 64 s

T

RS-AED-98-364 Section M the Government that takes into consideration the resulte of the technical evaluation and cost or price analysis.

M.3 EVALUATION CRITERIA NOTE:

The entire technical proposal, consisting of both the Written Technical Presentation Documentation and the Oral Technical Presentation, will be evaluated against the Evaluation Criteria presented below.

T The Offeror should ensure that its Written Technical Presentation Documentation and its Oral Technical Presentation contain full and complete information as required in the " Format for Written Technical Presentation Documentation and Oral Technical Presentation Article within Section L of this solicitation in order to permit the

' NRC to perform a thorough evaluation and make a sound determination of whether the proposal will have a reasonable likelihood of meeting the requirements of this procurement in accordance with the evaluation criteria set forth below.

The following criteria and weight factors will be used to evaluate the technical merit of each Offeror's proposal:

TOTAL OF 100 POINTS l

CRITERIA WEIGHT 1.

QUALIFICATIONS OF CONTRACTOR PERSONNEL:

40 points f

Extent to which the proposed personnel are qualified and experienced to perform the f

work in this solicitation, including, as a minimum, education background; training background; and the specific information necessary to address the Instructor Qualification Requirements of Article C.1.3.6.

2.

CORPORATE EXPERIENCE:

25 points Extent to which the proposal demonstrates that the corporation has the related qualifications and experience to perform the scope of work in this contract.

3.

TECHNICAL APPROACH:

20 points Extent to which the Offeror's understanding of the requirements set forth in the Page 63 of 64

RS-AED-98-364 Section M solicitation demonstrate soundness of the Offeror's approach to meeting these requirements, including as a minimum, methods used to design and develop training courses and materials for the Inspecting for Performance, Inspecting for Performance-Materials and any specialized version to enhance classroom learning, 4.

PAST PERFORMANCE:

15 points Extent to which the Offeror has successfully performed on other contracts currently or

.in the past of similar size and scope.

[End of Provision l

Page 64 of 64 4

_