ML20202F747

From kanterella
Jump to navigation Jump to search
Mod 4 to Contract NRC-04-97-039
ML20202F747
Person / Time
Issue date: 12/02/1997
From: Aufmuth M, Mace M
NRC OFFICE OF ADMINISTRATION (ADM), SCIENTECH, INC.
To:
References
CON-FIN-W-6706, CON-NRC-04-97-039, CON-NRC-4-97-39 NUDOCS 9712090217
Download: ML20202F747 (5)


Text

M

~

C ondf(ACI 10 CGOL P A( E OF &AGiS

~

AM mDh mT or SOLICITATION / MODIFICATION OF CONTRACT !

g

5. PROJECi 40.

7. AMIN!A4E NI / MODI f l cal l0N NL.

3. EFFECilVE D M E
4.. RW,.NUM/ I C 5 E REQ. :0.

f our(4) 11/18/97 RF S 9749 did 10,*7 & 11/17

6. 151U10 BY CccE i

C ADM!htSTERr0 BY CODEI (if other than Item 6)

U.S. Nuclear Regulatory Commission

').S. Nucte.t Reputatory Connission Div. of Contracts & Property Mgmt.

Div. of Contracts & Property Mget.

Washington, D.C.

20555 washington, ".C.

20)$5 9A. AMENDMENT Of SOLI.!TAfl0N NO.

8. hAME AND ADDRESS OF CONTRAC10R (No., sts eet, county, State and ZIP code)

Scientech, Inc.

11140 Rockvitte Pike 9B. DATED (SEE 11EM 11)

Suite 500 Rockvitte, Maryland 200 9 10A. M031FICAll04 OJ CONTRAC1/ ORDER NO.

NRC 04 97-039 T d. DATED (TEE ITEM 13)

CODE I FACIL11Y CODE 11.1H15 ITEM ONO APPLin TO AMENDMENTS OF SOLICIT Ai!ONS O The above nunbered solicita. ion is amended as swt th.h in Item 14 The hour and date specified for rec eipt of offers O is extended, is not extended. Of ferors niist acitnowtedse receipt of this amenenent prior to the hour and by one of the following methodst (a) By conpteting items 8 and 15, date speclfled in the so itation or as amended amendwr.tl (b By acknowl ng receipt of this amendment on each copy of the

~

and returning &( or (c)p es of th:

By trarate letter or te egram which i tudes a reference to the solicitation and amendnent co OF YOUR AIKNOMEDGMENT TO BC RECEIVED AT THE PLACE DESIGNATED iOR THE RECEIPT OF OFFE of f er strsnit te If by virtue of this amendnent you desire to change numbars. F AILUR HCUR AND DATE SPECIFitD MM RESULT IN REJCCit0N OF YOUR 08FER.

an of f er already sutnitted, such c.hange may be made by telegram or letter, provided each telegram or tetter makes ref erence to the solic'.ation and this amendment, and is received prior to the opening hou.* and date specified.

7 [ ACCOUNIING AND APPROPRIAil0N DATA (if required)

B&R No. 8601211005 BOC: 252A APPN No.: 31xC200.860 JOB CODE: W6706 RES 10 No.1 RES C98-007 OBLIGATED AMf ? $554.967

13. THIS ITEM APPLIES ONLY 10 MCCIFICATIONS OF CONTRACTS / ORDERS, 11 MODIFIES THE CONTRACT / ORDER NO. AS.. SCRIBED IN ITEM 14.

A. THl5 CHANGE ORDER IS ISSUED PURSUANT 10 (Specify authority) THE CHANGES SET FORTH IN liEM 14 ARE MADE IN

~

THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRAC1/ ORDER IS MODIFIED 10 REFLECT THE ADMINISTRAilVE CHAeGES (such as changes in payin PURSUANT TO THE AUTi4ORITY Of FAR 43.1u3(b).

of fice, app opriation dats, etc.) SET FORTH IN ITEM 14, C. THIS SUPPLEMENTAL AGREEMEh1 IS ENTERED INio PURSUANT TO AUTHORITY OF:

~

Changes - 52.243-2 D. 0*%R (Specify type of modification and authority) i E. IMPORTANit Contractor O is not, Q is required to sign this document and return 2 copies to the issuing office.

14. DESCRIPil0N OF AMENDMENT / MODIFICATION (Organized by UCF section headings, including solicitation / contract

) [,

subject matter where feasibte.)

See Continuation Sheet 4

0 '

E. M. I.M. lllll.!!!!llilll.ll '

Empt as provided '1erein, att terms and conditions of t1e document referenced in item 9A or 10A, as heretof ere chayged remains unr.htrSed and in full f orce and ef f ect, 16A. NAME AND TliLE OF CONTRACTING OFFICER (Type or print) l A. NAME g d g g S g g g or print)

Ma rMace C

ractinr9fficer n,)

Contracts Manager 1

C i1RAJiOR/0

'E R '

15C. DATE SIGNED ()68.U D, STAT fA f

/16C. DAT St NED M/1 I

~h bQ.f BY (Signaturefoi Contractino of icet1 (Signature of perstm out$rited to sign)

STANDA'RD h0RM 30 :REV. 10 83)

NSA 7540-01-152-14070 30-105 Prescribed by CSA P*tEV10US EDITION UNUS#rmi FAR (ca CFR) 53.243 9712090217 971202 PDR CONTR NRC-04-97-039 PDR

NRC-04-97-039 Modification No. 4 Page 2 of 2 The purpose of this modification is to:

(1) revise Task Area 2 in accordance with the attached Statement of Work, and the contractor's technical proposal dated October 24, 1997 and revised on October 31, 1997. Wiich are hereby

~

incorporated by reference and trade a part of this contract, and (2) increase the contract ceiling and obligated amounts by $554,967 from 5947.847.28 to 51,502,814.28.

Accordingly, the contract is hereby modified as follows:

1.

Under Section C.1.3. Task Area 2 is deleted in its entirety and the attached is hereby incorporated.

2.

Under Section B.3. Consideration and Obligation paragraphs (a). (e) and (1) are deleted in their entirety and the following is substituted in 1 leu thereof:

"(a)

The total estimated cost to the Government for full performance of the base year is $1,502,814.28 of which the sum of 51.400,305.63 represents the estimated reimbursable costs, the amount of 598,021.05 represents the fixed fee, and the amount of 54,487.60 represents the facilities capital cost of money.

(e)

The amount presently obligated with respect to this contract is

$1,502,814.28.

(f)

It is estimated that the amount currently allotted will cover performance through April 23, 1998.'

All other terms and conditions of the subject contract remain unchanged.

A stanary of obligations, f rom the award date through the date of this modification, are provided below:

Total FY 97 Obligations:

5 947,847.28 Total FY 98 Obligations:

5 554 967.00 Cumulative Obligations:

51,502,814.28 This modification obligates FY 98 funds in the amount of $554,967.

l l

e m

MODIFICATION TO THE RELAP5 CODE MAINTENANCE 3ROGRAM CONTRACT NUMBER NRC 04-97-039 Replace Item C.I.3, TASK AREA,2 of the contract Dy the. following:

TASK AREA 2:

Perform code maintenance and improvements as detailed in the following subtasks with strict adherence to ANSI standards so as to assure code portability. code accuracy by quality assurance testing. documentation of code improvementJ,. and code integrity and traceability procedures.

The work is to be performed in a Quality Assurance (OA) environment.

Subtasks:

1.

Perform engineering analyses of user-reparted errors and document those analyses. +.he safety significance of the problem and their priority.

Correct the errors based on the priority assigned by the NRC Project Of ficer.

If any error requires a significant resource (more than one o

staff-month) to correct. the contractor shail provide to the NRC Project Officer a written evaluation and proceed with the error correction only after written approval from the NRC Project Officer. Should there be a cost impact. the contractor shall not proceed without written Contracting Of ficer approval.

Conduct all code configuration controls according to applicable IEEE GA standards, or equal.

Define OA for error corrections and code improvements and submit a report describing these procedures (see Section F).

2.

Incorporate the following user convenience features into the existing Symbolic Nuclear Ana.jsis Package (SNAP). and update the design document and user's manual:

(a)

The data dialogs for hydrodynamic components snglvol, tmdpvol.

sngljun, tmdpjun pipe. annulus. branch. separatr. valve. accum, and prizer that reflect the state of the code upon importing an input deck. and allow a user to change the values for future exporting of an input deck.

(b)

The ability to import RELAP5 decks and display the hydrodynamic volumes on the screen and provide a degree of untangling.

The ability to handle all RELAPS input cards either through parsing or copying, will be tested through a matrix of integral and separate effects input decks.

r

(c)

A save function which a: U c. '

M+ '

to the model or

2) at a future date visual appearance and c<a De 43." ' /s (d)

The ability to re-nodallie. Yrcuyw "e.

(e)

The 6billt'y to create ne.. rEtAP5 e *

. ing some prommn for speci fying program options.

( f)

The ability to launch a RELAPS calculatt w 3.

Perform the fol1owing code improvements.

Testu.g and documentat1on of the modification and test results shall be in conf m mance with the accepted QA requirements:

(a)

Support the NRC in diagnosing reported non condensible gas problems. develop a robust numerical model of non-condens10le gas.

Implement the model in the RELAP5 code. test and modify as needed.

and document the modification and results of testing.

(b)

Implement the three-dimensional (30) kinetics model and the general interfacing sofhare, that are developed elsewhere. In the RELAP5 code. test and verify thc modification, and document the modification as well as the results of verification.

(c)

Review the wall friction model for the annular flow in the RELAP5 code for the reflood case and develop a modification as necessary implement. assess, and document the improvement " wellas the results of the assessment.

(d)

RELAP5 15 known to have mass conservaticn anomalies that are believed to be a cause for code failures lhe contractor shall review user results containing significant mass errors and develop a set of simplified test problems to capture the mass error in more complex systems simulations, Identify the root cause of the mass error and develop a correction.

l' a ement the correction to RELAPS and assess the modified code. Document the code modification and the results of the assessment.

(e)

Take advantage of advances in computer capabilities to modernize RELAP5 for easier maintenance and future modification.

Specifir work to be performed under this task are: (1) Remove the blt packing and convert the logical bits into logical words. (TT) Re-engineering large subroutines. and (111) modernize the input I

processing subroutines. Source code modification and results

't f

of verification shall be documented.

l

p 4.

Maintain and improve a formal process fo: ft. e s 311.

n'1'-

ven -

f'caticns are maae codes ag31nst new experimental data and/o:

to the codes.

The process shall be structured mc wtomated in the extent practical and shall contain assessment cabn suf f1cient to test and verify the code capabilities and the impact of the code ch3nges.

Prior to release of new versions of tne codes. the contractor snail 6

perform a comprehensive developmental assessment. using a v.10e range o:

test cases with particular attention to cases which test the acceptability cf model changes made since the last released version.

This is to assure the error. corrections / improvements in one area do not This assessment shall De degrade the code's performance in otner areas.

documented with an evaluation of each assessment case as well as comparison or standard assessment cases for the current and prior' versions of the code.

The developmental assessment comparisons shall ne automated to ensure that each new version of the code has gone tnrough all previous development assessments.

The assessment data case stW ~ r=

expanded with applicable test cases as appropriate.

6.

Existing code manuals shall be maintained and updated when improvements error corrections are made and concurrent with the release of a new er version of the code.

The manuals shall be maintained in an electronic format as well as submitted to the NRC Project Officer for publication as NUREG/CR reports.

ESTIMATED LEVEL OF EFFORT The estimated level of effort for the performance of task area 2 is 6,700 bcurs.

PERIOD OF PERFORMANCE The period of performance for the performance of task area 2 is November 18, 1997 through April 23, 1998.

--_