ML20206H942

From kanterella
Jump to navigation Jump to search
Mod 11,increasing Level of Effort,Adding New Task Areas, Incorporating Task Ordering Procedures & Extending Period of Performance to 870930,to Review & Evaluation of Comanche Peak Program Plan
ML20206H942
Person / Time
Site: Comanche Peak  
Issue date: 04/01/1987
From: Moonan W, Wiggins E
NRC OFFICE OF ADMINISTRATION (ADM), TELEDYNE ENGINEERING SERVICES
To:
Shared Package
ML20206H864 List:
References
CON-FIN-D-1338, CON-NRC-03-85-067, CON-NRC-3-85-67 NUDOCS 8704150477
Download: ML20206H942 (18)


Text

,.

1 3.COseTRACT OD CODE PAGE OF Passa AMENDMENT OF SOLICITATION / MODIFICATION OF CONTRACT 1

g ij

3. AndEPeDMENT/seODeF6CAf EON peo.

3.EFFECTevE DATE

e. REGuitef tohrvRC*tASL stEQ. seO.
5. PROJECT eeO. gr applar.Hr s 11 3/13/87 NRR-85-067
s. ets SED tv
1. ADessess&T E RE D tv (f t er.er men f orm aj g

US Nuclear Regulatory Coimiission Division of Contracts Washington, DC 20555

.A. AutNDutNT OF souciT ATiON NO.

s. ee Aut AND ADDRESS Or Coni R ACTOR ru... or,,s. e nty, se..ne a c.d,;

y Teledyne Engineering Services 130 Second Avenue es.DATEorsE44rsuses Waltham, MA 02254 10 A.

DiFICATsON OF CONT RACT/ORDtA X

NRC-03-85-067 109. DAT LO (sEE frEM 23)

CODE lF ACILITY CODE 6/10/85

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The abow numbe-ed solicitation is amended as set forth in item 14. The hou, and date specif ad for remipt of Offers is entended, is not e>

mndod.

One a must acknowiedge receipt of is emendment prior to the hour and dem specified in the soi.citet.on or si emended.by one of the foliowing rnethods.

tai sy compietine tieme e and is.ed retumine coows of the amendment. (b) sy ackno wdo:no receipt of this emendment on =ch copy of the o+

sutnitted. or (c) By sepe'ets lette* cr tel.g em which includes a refseence to the sof.c'.tstion and amendment numbe's FAtLURE OF YOUR ACKNOWLEDS MENT TO BE RECEIVED AT THE PLACE DEslGNATED FOR THE RECEIPT OF OFFERS prior TO THE HOUR AND DATE sPECIFIED MAY RESULT IN isEJECTION OF YOUR OFFE R. If by virtue of this eme9dment you desire to change en offe streedy submitted.euch change may be mee by teleg em cr ttte, pecweded each tetogram or letter rnekes refe ence to the solicitetion ed this amendrrent,and is remived prior to the opening hour and date specif ed.

12. ACCOUNT 6NG AND APPROPRIAT40N DATA 4,rve.ir.d)
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS /ORDE RS, IT MODIFIESTHE CONTRACT / ORDER NO. AS DESCRIBED IN ITEM 14.

" ' " ' " ' ' ' " * * ^ " ' " * " ' ' " * " ' ' " "

O ^' IE'C' *8R 8E R N 8.S E d'u' N. "" "'"^ " ' ' ' * * " "*" # ' " ' '"^ * * " ** * '

1 L",'e*,*3,You."s" U,"A EME'J#T N "e'.5,='4N87 Jh*v*INi#47, #4' nae'o 44."^"* " "* * " ^'"'" '" *' ^

v C. TMin $UPPh.EMENT AL AGREEWENT 65 ENTERED INTO PVR$vANT TO AUTHORITV OFa X

the mutual agreement of the parties C OTHER (Spetaty type er anodat\\cessan end esthorityi B&R No. 20-19-40-41-2 FIN No. D1338 Increase:

$98,000.00 i

X 2

E. IMPORTANT: Contra: tor is not.

is required to sign this document a d return Copies to the issuing Off ace.

14. DESCRIPT SON OF AMENOMEPeT/WODIFaC ATION (Ortentsed by UC7 arction headsass. includans e.lseitation/c.at' set e.Wert m.ttre a here ressl6ia.J The purpose of this modification is to increase the level of effort under existing tasks, to add new task areas, to incorporate task ordering procedures, to extend the period of performarice, to increase the cost ceiling, and to provide incremental funding. The effort shall be performed in accordance with the Statement of Work delineated herein and the Contractor's technical proposal dated January 8,1987, as revised in a letter dated March 13, 1987, incorporated herein by reference.

Accordingly,,the subject contract is modified as follows:

8704150477 e7o4og PDR CONTR NRC-03-85-067 PDR go,.,e,..io...e,.in, en t... en...n.nion.., tne...u.n.e c.

,.ne.a in ne,n, A, 2 0 A ei n.,ei.e.,..none.e, r. main.. ene

.e one in von e.,cs 16A. eeAME AND TsTLE OF siGNLR (Type er,Nat) 16A.NAME AND TaTLE OF CONT RACT 4NG OF F 6CE R (Type orpnns)

M t wra

.r. poo wM v'/ 5 dbrF,om Elois J. Wiggins 1s t. CONT R ACT O R/OF F E RO R ASC. DATE beGNED 168. uni} f D ST AT ES OF AME RIC A 16C.DATE SIGru[3 h.1 f

g y

., w,.e.,.e, 0,A,e.,

8y n

,.., n....,,. r n

..r

. e.,

esSN 7540 01152-4070 30 10$

STANDARD FORM 30 (REv. t0 43 PCEvi!US EDITION UNUSAOLE P,escelDes by G5 A F AR (49 CFRI S3 Fe3

9 NPC-03-85-067 Modification No. 11 Page 2 of 11 2

i 1.

Subsection B.2, under Section B - Supplies or Services and Prices / Costs, is deleted in its entirety and the following is substituted in lieu thereof:

a.

Total Estimated Contract Ceiling.......... $2,191,432.41 b.

Task Orders will be issued for work required by the NRC in accordance with 52.216-18 -- Ordering (ApR 1984).

It is understood that the NRC undertakes no obligation to issue Task Orders r

hereunder. Additionally, the NRC reserves the right to withdraw a proposed order at any time prior to its fonnal award. Only Contracting Officers of the NRC may authorize the initiation of work under this contract. The provisions of this contract shall govern 6

all Task Orders issued hereunder.

,i h

NOTE: The revised total estimated contract ceiling of $2,191,432.41 delineated herein includes $1,128,461.41 obligated through Modification No.10 and a new ceiling increase of $1,062,971.00 agreed to in negotiations concluded March 13, 1987.

2.

Section C - Description / Specifications / Work Statement, is revised as follows:

C.l.1 BACKGROUND TUGC0 has continued to implement its program plan in all disciplines and has indicated that it will provide to the NRC approximately 50 results reports for evaluation. These results reports evaluate the corrective actions taken by the licensee and provide justification for the adequacy of the actions.

The purpose of this modification is to have the contractor review and evaluate about 30 of these reports. The contractor will also conduct audits of the applicant's implementation effort in accordance with the program plan dealing with the re-analysis /re-design of piping and pipe supports; cable tray and conduit supports; heating ventilation and air conditioning (HVAC) systems; safety significance evaluations for identified construction deficiencies; and 0A/QC issues identified in SSER no.

11, Appendix P; and selected issues in the QA/QC, civil / structural, and electrical areas. The contractor will also contribute to the staff's written and oral testimony as requireri for ASLB hearings relating to the audits and evaluations conducted within the scope of this contract.

C.1.2 OBJECTIVE The objective of this modification is to provide a continuation of the TES technical assistance to the Comanche Peak licensing effort through the ASLB hearing process.

It is anticipated that a 3

g 1

NRC-03-85-067 Modification No. 11 Page 3 of 11 September 30, 1987 end date will provide a period of perfomance of sufficient duration to enable TES to address at hearings technical issues covered under this contract.

C.l.3 WORK REQUIREMENTS The planned work activities for FY 87 are:

Task 4(d).

Conduct audits at the Comanche Peak site of the disposition of deficiencies requiring modification to piping, pipe supports, cable tray designs and installations.

Audits will consist of a review of selected as-built hardware which reflect modifications / fixes performed by the utility to correct those deficiencies identified by NRC SSER's.

Conparisons' f !

will be made with design drawings and documented revisions theretd to determine it.c adequacy of fixes with respect to previous NRC findings. A maximum number of 15 audits will be required each lasting 5 days. Preparation and documentation for each will require an additional 5 staff-days of effort. Each audit will result in a technical evaluation report (TER) which will be provided to the lead engineer and to the project officer.

Estimated level of effort:

30 staff weeks Task 5(e). Conduct audits of the implementation of the Comanche Peak QA design review activities. This will include review of procedures, methodology analysis, and re-analysis as well as a sample comparison of as-built installations with design configurations for all disciplines.

Evaluation criteria will include appropriate TUGC0 Program Plan sections, Issue Specific Action Plans (ISAP's), Discipline Specific Action Plans (DSAP's),

appropriate ASME codes, the FSAR, and project procedures. The areas to be reviewed and sampled include piping and pipe supports, cable trays and supports, civil / structural and mechanical systems, mechanical components, electrical instrumentation and control. A new area to be audited involves the area of HVAC system supports.

y Reviews and audits will be conducted at the plant site in Glen Rose, Texas; Stone and Webster Engineering offices in New York, New York; Ebasco Engineering offices in New York, New York; Gibbs and Hill offices in New York, New York; and Impell offices in Walnut Creek, California. The maximum number of audits is 20, each lastina 5 days with 5 days for preparation and documentation.

i Fol, lowing'each audit, a TEP will be provided to the lead engineer and project officer.

Estimated level of effort:

40 staff weeks Task 6(f). Evaluation of CYGNA Independent Assessment Prograr:.

belete this Task.

NRC-03-85-067 Modification No.11 Page 4 of 11 Task 8(h).

Coordinate the development of an overall evaluation of the implerentation of the TUGC0 Program Plan.

Delete this Task and replace with the following: Conduct a review and evaluation of 30 of the applicant's results reports addressing the following disciplines: civil / structural (including piping and oipe supports); mechanical (includino piping and pipe supports, cable tray and conduit supports); quality assurance / quality control; and electrical.

Evaluation criteria will include published NRC SSER's, FSAR commitments, appropriate codes, and results of TES audits.

Each result report will require a review of the TUGC0 package and the generation of a list of questions within 10 working days of TES's receipt of the results report. A 3-day site visit to the plant site will be required for verification. A TER will be provided within 30 working days following receipt of the 6

results report by TES.

t r

I i

Estimated level of effort:

140 staff weeks

~

Task 9(i). ASLB hearing assistance. ASLB hearings are expected to resume early in 1987. TES will be expected to contribute to staff participation in hearings. This will include providing written inputs to NRC testimony related to the review of the TUGC0 Program Plan, and the adequacy of its implementation in those disciplines reflected in this contract.

TES will be required to testify in person at hearings to be held in Dallas, Texas.

Estimated level of effort:

40 staff weeks Task 10(1).

Review TUGC0 safety significance evaluations of construction deficiencies.

TUGC0 as part of its Construction Adequacy Review Program has established a procedure which governs its sampling size for inspection of hardware. When a discrepancy is identified, a safety significance evaluation is performed.

If the discrepancy is deemed to be safety-significant, the sample size of items inspected is increased up to 100%. On the other hand, if no safety-significant discrepancies are identified, the population is than accepted. Thus these evaluations are a key element in the quality of the construction assessment process.

TES will audit TUGC0 files to determine if sampling activities and evaluations of findings are consistent with TUGC0 procedures and l

criteria for determining safety significance. Two 8-day audits will be required at the site. A TER will be provided by TES.

Estinated level of effort:

20 staff weeks Add the following new Tasks:

Task 12: Review the TUGC0 responses and proposed fixes to 0A/0C issues identified in SSER #11 Appendix P.

In Appendix P of SSER

NRC-03-85-067 Modification No. 11 Page 5 of 11

  1. 11, the staff identified the quality assurance / quality control and overall programatic aspects for the findings in the civil / structural, mechanical, electrical, and testing disciplines.

The applicant has responded to Appendix P by preparing 10 ISAP's to correct the identified problems in the QA/QC organizational structure and operational procedures. The contractor will review each of these ISAPs and will conduct a maximum of 2 audits at the plant site, each lasting 6 days (visit plus documentation), to evaluate the implementation of new procedures. Evaluation criteria will include FSAR commitments and SSER #11 findings.

One TER will be provided.

Estimated level of effort:

14 staff weeks 6

Task 13: Review of the FSAR changes. Based on the Stone &

Webster reanalysis and redesign of all ASME Class 1,2,3 pipe E

r supports for Comanche Peak, TUGC0 has made a significant number of changes to its FSAR. The contractor shall review these chanoes vis-a-vis the NRC Standard Review Plan and the original version of the FSAR. TES should determine that there have b~en no changes in e

the level of conservatism and level of safety based on the adoption of Stone & Webster methodologies and selected codes.

In addition. TES will review project procedure CPPP-7 to ensure that FSAR criteria have been implemented. TES will provide a TER based on this review.

Estimated level of effort:

16 staff weeks NOTE: Contractor's technical proposal dated January 8,1987 proposed a new Task 14 as the audits, reviews, and resulting TER's discussed in the above Tasks may result in concerns on the part of the Contractor that will require meetings and discussions with the NRC s ta ff.

In a telecon March 16, 1987, between Donald Landers, TES, and Paul Edgeworth, NRC, it was agreed that any such meetings would occur under individual Task Orders initiated in the Statement of Work Task areas delineated above and that the proposed new Task 14 would therefore not be designated herein.

3.

Subsection C.1.3 entitled Schedule and Level of Effort is deleted in its entirety and the following is substituted in lieu thereof:

C.l.4 LEVEL OF EFFORT AND PERIOD OF PERFORMANCE The estimated level of effort for work performed under this modification is 300 staff weeks. This includes a conversion of estimated travel costs to staff effort. The period of performance is extended from March 15, 1987, to September 30, 1987. Any Task Orders issued during this period shall be completed within the tine specified in the orders, unless otherwise specified herein.

(See 52.216-18 -- Ordering (APR 1984)).

R.T M3-85-067

]

Modification No. 11 Paoe 6 of 11 4.

Subsection C.2 entitled Meetinos and Travel is revised to reflect the estimated travel for FY 87 a.

Bethesda, Maryland 30 Trips x 1 person x 2 days = 60 man-days 10 Trips x 1 person x 3 days = 30 man-days

%U Trips IU man-days t.

Glen Rose, Texas 8 Trips x 2 people x 5 days = 80 man-days 4 Trips x 2 people x 5 days = 40 man-days 1 Trip x 2 people x 3 days =

6 man-days g

2 Trips x 2 people x 3 days = 12 man-days l

2 Trips x 2 people x 8 days = 32 man-days 2

U Trips T75 man-days c.

New York /New Jersey 3 Trips x 2 people x 5 days = 30 man-days d.

San Francisco, California 3 Trips x 2 people x 5 days = 30 man-days e.

Dallas, Texas 2 Trips x 3 people x 5 days = 30 man-days 5.

Section F - Deliveries and Perfomance, F.1. entitled Reporting Requirements is revised to include the following:

4 Reporting Requirements for FY 87 a.

By the 15th day after the end of each calendar month, the Contractor shall submit two copies of a monthly letter status report to the NRC Project Officer, one copy to the Lead Engineer, and one copy to the NRC Contracting Officer. This report shall, as a minimum, (1) list all tasks completed during the reporting period (the previous month), (2) summarize the work performed on all of the active tasks during the reporting period, (3) detail all direct and indirect costs incurred for each task during the reporting period as well as cumulative balance during entire period, (4) for each task, provide the name of individual perfoming work and number of hours expended, and (5) provide the cumulative balance of total direct and indirect costs for all tasks during the contract period. Any cost associated with an NRC licensee must be separately identified for each licensee and accounted for as above. The breakdown of costs must track with the corresponding voucher billings.

If there is a discrepancy

NRC-03-85-067 Modification No. 11 Page 7 of 11 between the monthly report and voucher amount, the discrepancy must be explained in the monthly report.

If no activity was performed under this contract for the month, the monthly report shall so state and may refer to the previous report for details and costs of work to date.

Technical Reports - See Tasks above. Note all reports /TERs are to be provided to both the Lead Engineer and Project Officer.

In a telecon March 25, 1987, between William Moonan, TES, and Paul Edgeworth, NRC, it was agreed that a copy of all reports /TERs shall also be supplied to the Contracting Officer.

b.

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

7 (1) 2 copies to the Project Officer:

United States Nuclear Reoulatory Commission Office of Nuclear Peactor Regulation Attention:

C. Poslusny Mail Stop: P-522 Washington, DC 20555 (2) 1 copy to the Lead Engineer:

United States Nuclear Regulatory Commission Office of Nuclear Reactor Regulation Attention:

G. Bagchi Mail Stop: 316 Washington, DC 20555 (3) l copy to Contracting Officer:

United States Nuclear Regulatory Commission Division of Contracts Attention: Paul J. Edgeworth Mail Stop: AC-2223 Washington, DC 20555 6.

Subsection G.1 entitled Consideration, Estimated Cost, Fixed Fee and Oblication is deleted in its entirety and the following is substituted in lieu thereof:

i G.I. CONSIDERATION AND OBLIGATION 1.

The total estimated amount of this contract-(ceiling) for the products / services ordered, delivered, and accepted under this contract is $2,191,432.41. The Contracting Officer may unilaterally increase this amount as necessary for completion of orders placed with the Contractor during the contract period.

NRC-03-85-067 Modification No. 11 Paae 8 of 11 2.

The amount presently obligated with respect to this contract is increased by $98,000.00 from $1,128,461.41 to $1,226,461.41. The Contracting Officer may issue orders for work uD to the amount presently oblicated. This obligation amount may be unilaterally increased from time to time by the Contracting Officer by written modification to this contract.

The obligation amount shall, at no time, exceed the contract ceilina as specified in Paragraph 1.

above. When and if the amount (s) paid and payable to the Contractor hereunder shall equal the obligation amount, the Contractor shall not be obligated to continue performance of the work unless and until the Contracting Officer shall increase the amount obligated with respect to this contract. Any work undertaken by the Contractor in excess of the oblication amount specified above is done so at the Contractor's sole risk.

[

3.

A total estimated cost and fee, if any, will be negotiated for each Task order and will be incorporated as a ceiling in the resultant Task order. The contractor shall comply with the provisions of 52.232 Limitation of Cost (APR 1984) for fully funded Task orders and 52.232 Limitation of Funds (APR 1984) for incrementally funded Task orders, issued hereunder.

NOTE:

Incremental funding in the amount of $98,000,00 includes a ceiling amount of $41,800.71 for Task Order No. 001 and a ceiling amount of $36,368.19 for Task Order No. 002.

7.

Subsection G.2 entitled Overhead / General and Administrative Rates is deleted in its entirety and the following is substituted in lieu thereof:

A.

Pending the establishment of final overhead rates which shall be negotiated based on an audit of actual costs, the contractor shall be reimbursed for allowable indirect costs hereunder at the provisional rate of 126.9 percent of direct labor for the period June 10 through December 22, 1985.

For the period December 23, 1985 through December 22, 1986, the contractor shall be reimbursed at a rate not to exceed the ceiling rate of 123.9 percent of direct labor. For the period December 23, 1986 through Seotember 30, 1987, the contractor shall be reimbursed at a rate not to exceed the l

ceiling rate of 148.4 percent of direct labor.

In no event shall the final audited rates exceed the ceiling rates herein established.

B.

Pending the establishment of final general and administrative rates which shall be negotiated based on audit of actual costs, th-contractor shall be reimbursed for allowable indirect costs hereunder at the provisional rate of 10.2 percent of total direct costs for the period June 10, 1985 through December 22, 1985.

For the period December 23, 1985 through December 22, 1986, the contractor shall be reimbursed at a rate not to exceed the ceilino rate of 16.8 percent of total direct costs.

For the period December 23, 1986 through September 30, 1987, the contractor shall be

NRC-03-85-057 Modification No.11 Page 9 of 11 reimbursed at a rate not to exceed the ceiling rate of 16.3 percent of total direct costs.

In no event shall the final audited rates exceed the ceiling rates herein established.

C.

Notwithstanding A. and R. of this section, said provisional overhead and G&A rates may be adjusted as appropriate during the tem of the contract upon acceptance of such revised rates by the Contracting Officer. However, subject to the final audit, ceiling rates can be adjusted downward, not upward, to reflect actual experienced rates.

8.

Subsection G.10 entitled Task Order Procedures is hereby incorporated as follows:

a.

Task Order Request for Proposal When a requirement within the scope of work for this contract is k

identified, the Contracting Officer will transmit to the Contractor a Task Order Request for Proposal which will include the following, as appropriate:

1). Scope of Work / Meetings / Travel and Deliverables.

2). Reporting Requirements.

3). Period of Performance - Place of performance.

4). Applicable Special Provisions.

5). Technical Skills Required.

6). Estirated Level of Effort.

b.

Task Order Proposal By the date specified in the Task Order Request for Proposal, the Contractor shall deliver to the Contracting Officer a written Task Order Proposal that provides the following technical and cost inffrmation, as appropriate:

1). Technical Proposal Content.

a). A discussion of the scope of work requirements to substantiate the Contractor's understanding of the requirements of the Task Order and the Contractor's proposed method of approach to meet the objective of the order.

b). Resumes for professional personnel proposed to be utilized in the performance of any resulting Task order.

Include educational background, specific pertinent work experience and a list of any pertinent publications authored by the individual.

c).

Identification of administrative support personnel and/or facilities that are needed to assist the professional personnel in completing work on the Task order.

NRC-03-85-067 Modification No. 11 Page 10 of'11 d).

Identification of " Key Personnel" and the number of staff hours that will be committed to completion of work on the Task Order.

2). Cost Proposal The Contractor's cost proposal for each Task Order shall be prepared using the Standard Form 1411, Contracting Pricing Proposal Cover Sheet. A copy of the form and instructions are attached to this modification (See Attachment A).

Each Task Order cost proposal shall be fully supported by cost and pricing data adequate to establish the reasonableness of the proposed amounts.

c.

Task Order Award i

The Contractor shall perform all work described in definitized Task Orders issued by the Contracting Officer. Definitized Task Orders will include the following:

1). Statement of Work,/Maetings/ Travel and Deliverables.

2). Reporting Requirements.

3). Period of Performance.

4). Key Personnel 5). Applicable Special Provisions.

6). Total Task Order amount.

d.

Accelerated Task Order Procedures a.

The NRC may require the Contractor to commence work before receipt of a definitized Task Order from the Contracting Officer. Accordingly, when the Contracting Officer verbally authorizes, the Contractor shall proceed with performance of the Task subject to monetary limitation established for the Task Order by the Contracting Officer, b.

When this accelerated procedure is employed by the NRC, the Contractor agrees to begin promptly negotiating with the Contracting Officer the terms of a definitive Task Order and agrees to submit a cost proposal with supporting cost or pricing data.

If agreement on a definitized Task Order is not reached by the target date mutually agreed upon by the Contractor and Contracting Officer or within any extension of it granted by the Contracting Officer, the Contracting Officer may determine a reasonable price and/or fee in accordance with Subpart 15.8 and Part 31 of the FAR, subject to Contractor appeal as provided in 52.233 Disputes (APR 1984).

In any

..w-

-2

~,

"-~

NRC-03-85-067 Modification No. 11 Page 11 of 11 event, the Contractor shall proceed with completion of the Task Order, subject only to the monetary limitation established by the Contracting Officer and the terms and conditions of the basic contract.

8.

PART II - CONTRACT CLAUSES Section I - Contract Clauses Add the following four clauses, incorporated by reference:

52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUL 1985) 52.215-26 INTEGRITY OF UNIT PRICES (JUL 1986) 52.216-18 ORDERING (APR 1984) 6 52.232-22 LIMITATIONOFFUNDS(APR1984)

I r-r v,-

ATTAC MENT A

1. 50LeCsT ATsON/ CONT R ACT/e80DiF acAf EON FORM APPROvCO CONTRACT PRICING PROPOSAL COVER SHEET 30904116 NOTE This form e used sa contreet actions if submissen of cost or pricing data to reavited (See FA R f 5 8044(bf)

L N AME AND ADORE 55 05 OF F E ROR #sacinds 247 codes 3A. N AME AND Te1LE OF OF F E ROR'S PoaN1 38.TELEPHoreE No OF CONT ACT

4. TYPE OF CONTR ACT ACTION (Chech)

A NEW CONTR ACT D. LETTE R CONT R ACT B CHANGE ORDER E UNPRICED ORDER C PRICE REVISIONf R E DETE RMIN ATION

5. T vPt OF CONT R ACT tCaechs 6 PROPOSED COST tA+a ci

]FFP CPFF CPlF CPAF A. COST B.PROFaTiFEE C. TOT AL

] FPI OTHER (Specif>)

7. PLACE 15) AND PE RIOD(5) OF PERF ORM ANC E E List and refe'e ace the adentification, Qsantity and tota' price proposed for each contract line item. A line item cost breakdoWra supporting this recaO 13 re.

Quired unless cthe'ese specified by the Contractm; Of fecer. (continue on re6e se, and then on plain paper, if neceaeary. L'er same headinas )

_ _A LINE ITEM NO B. IDENTIFIC ATION C OUANTITY D' TOTAL PRICE E. PEF.

V

(

t I'

o=

9 PROVIDE N AME, ADDRESS, AND TELEPHONE NUMBER FOR THE FOLLOWING (if evarlables A. CONTR ACT ADMiNiST RATION OFFICE

8. AUDIT OFF sCE
20. WILL VOU REGutRE THE USE OF ANY GOV E RNMENT PROPERTY 11 A. DO YOU R E QuiR E GOVE R N-118. T YPE OF FeNANC4NG fv one)

IN THE PERFORM ANCE OF THIS WORK? fit "Yes." edentif>J MENT CONTRACT FINANCING TO PERFORM THIS PROPOSED C N CT ? (If "Yes." compie te ADVANCE n PROGRESS PAYMENTS L J PAYMENTS O vEs O ~O ves NO OuaaANTEEo EOANs

33. HAVE YOU BE EN AW ARDED ANY CONT R ACTS OR SUBCONT R ACTS 13.85 THIS PROPOSAL CON 5857ENT W4TH YOUR EST ABLISHED ESTs.

FOR THE SAVE OR SIMILAR ITEMS WITHIN THE PAST 3 YE AR5?

MATING AND ACCOUNTaNG PR ACTaCES AND PROCEDURES AND (if "Yes. "adentsfy ete ntel. cssatomer(sl and contraet numberts))

FAR PART 31 COST PRINCIPLLS* (if "No," esplein)

]YES ]NO YES NO 14 COST ACCOUNTING STANDARDS BOARD (CASB) DATA (public J aw 97 379 as amended and FAR PART 30J A. WILL T HIS CONTR ACT ACT 60N BE SU6 JECT TO CASB REGULA-B HAVE You SUBMeTTED A C ASB DISCLOSURE ST ATEMENT T s ON5 * (if "No," esplain in propoeal)

ICASB DS-1 or 2p r (11"Yes."specsf> an propoeal the afface to auksch submitted and if determined to be adequate)

]NO YES NO YES C. HAVE YOU BEEN NOT eFIED THAT YOU A R E O R MAY BE 4N NON.

D. IS ANY ASPECT OF THis PROPOSAL INCONSISTENT WsTH v0VR COMPLI ANCE WIT H YOUR DISCLOSURE STATE MENT OR COST DISCLOSED PR ACTICES OR APPLICABLE COST ACCOUNTING ACCOUNTING ST ANDARD5?(ff " Yes,"esplean an proposalf STAND A RD5 ? (If "Yes," esplein tal proposal)

OVES O~O O vEs

~o This peoDosa' is ssbmitted in response to the RFP contract. modification, etc. in item 1 and reflects our best estimaws and/or actus' costs as of tNs 02'e

15. fc A M E AN D T s T LE (Ty pe)
16. N AME OF Fs RM 3 7. SIC 3N A T U R L
18. DATE OF SUBMI55 EON NSN F543-Ot-142-6645 1411101 STANDARD FORM 1411 (10-83)
  • U.S. GOVERNMDr! PRDtTDIG OrrICE : 1984 O - 421-526 (37)

Prescribeo by G5 A FAR (4s CF R) 53.215 2(c)

.(

Q.

1 l

s ATTACHMINT STANDARD FORM 141f'Wii INSTRUCTIONS 1.

5F I411 provide's 4 vehicle for the offeror to submit to the Government pricing proposal of estimated and/or incurred costs by contract line item j

i with supporting adequately cross-referenced, suitable for detailed analysis.(nformation, A cost-element breakdown, using the applicable femat prescribed in 7A, 8, or C below, shall be attached for each proposed line item and must reflect any. specific requirements established by the Contracting Officer.

element, consistent with offeror's cost accounting system. Sup When more than one contract line item is proposed, sunnary total amounts covering all line item; must be furnished for each cost element.

If t

agreement has been reached with Governme'nt representatives on use ofiforwa g

pricing rates / factors, identify the agreement, include a copy, and describ t

its noture.

the following basic e"ements of cost, as applicable: Depending Materials - Provide a consolidated priced sunmary of individual material quantities included in' the various tasks, orders, or contract bein line items proposed and the basis for pricing (vendor quotes, invoice prices, etc..

that are to be produ e( or perforined by others in a design, specifications, or direction and that are applicable only to the prime contract.

For each sub provide a listing by source, ' contract over. $500,000,' the support should item qpantity, price, type of subcontract, t

degree.of.competitjon ' and basis.for establishing source and reasonab of price, es well as the results of review and evaluation of subcontract proposals when required by FAR 15.806.

  • Standard Conmercial Ithos'-~ Consists

~

of items that offeror normally fabricates, in whole or in part, and that are generally stocked in inventory.

Provide an appropriate explanation of the basis for pricing.

price is based on cost, provide a cost breakdown; if priced at other than If data, as required by FARcost, provide justification for exemption from s 15.804-3(e).

Interorganizational Transfer (at; otOr than cost) - Explain pricing meth used. '(See FAR,31,205-26).

Raw Ma'terial Consists of material'in a form or state that requires further processirig.

Provide priced quantities of items required for the proposal.

Purchase'd Parts - includes material items not covered above.

quantities of items required for the proposal.

Provide criced I

Interorganizational Transfer (at cost) - Include separate breakdown of co by element.

i

q Direct Labor Provide a time-phased (e.g., sonthly, quarterly, etc.)

breakdown of Ipbor hours, rates, and cost by appropriate category, and furnish bases for estimates.

Indirect Costs *- Indicate how offeror has computed and applied of feror's indirect costs, including cost breakdowns, and showing trends and bud data, ' to provide a basis for evaluating the reasonableness of proposed Indicate the rates used and provide an appropriate explanation.

{

rates.

I Other Costs - List all other costs not othenvise included in the categories described above e.g.,

special tooling, travel, computer and consultant services, preserv(ation,packaging and Federal excise tax on finished articles)pacHng, spoilage and rework, and and provide bases for pricing, RoyaIties - If more than $250,' provide the following information on sepa i

page for. each separate royalty or license fee:

name and addriess of i

licensor; date of license agreement; patent nunbers, patent application serial nu=6ers, or other basis on which the royalty descript$os (inclwding any part or sedel nunbers of each contractis payable; bri item or component on which the royalty is payable); percentage or dollar rate of

. royalty per unit; unit price of contract item; number of units; and total i

dollar amount of royaltits, Contracting Officer, provide a copy of the current license agree identification of applicable claims of specific patents.

and (See FAR 27.204 and31.205-37).

l Facilities Capital Cost of Money When the offeror elects to claim i

facilities capital cost of money as an allowable cost, the offeror must submit Form CASB-CMF and show the calculation of the proposed amount

'FAR31.205-10)7 (see 2'.

A's pa'rt of the specific information required the offeror must submit with offeror's proposal, and clearly-identify as su,ch, cost or pricing data (that is, data that are verifiable and factual and otherwise as defined at 15.801).

In addition, submit with offeror's proposal any information FAR reasonably required to explain offeror's estimating process, including; a.

The judgmental in the estimatp, including those usedfactors applied and the m used in projecting from known data; and b.

The nature and amount of any contingencies included in the proposed price.

3.

There is a clear distinction between submitting cost or pricing data and merely making available books, records, and other documents without met when a}ll accurate cost or pricing dataidentifica igh..Jbe i

reasonably available to the offeror have been submitted, either actually or by specific identification, to the Contracting Officer or.an authorized representative.

As later infonna tipn comes into the offeror's possession, it should be promptly submitted to the Contracting Officer.

The requirement for submission of cost or pricing data cor.tinues to the time of final agreement on price.

i t*~

..t

h 4

jn submitting offeror's

proposal, offeror must include en
indez, appropriately referenced, of all the cost or pricing data and infonnation accompanying or identified in the proposal.

In addition, any future additions and/or revisions, up to the date of agreement on price, must be annotated on a 50pplemental index.

5.

By submitting offe'ror's proposal, the offeror, if selected for negotiation, examine those books, records, documents, and other su pemit adequate evaluation of the proposed price.

This right may be exercised at any time before award.

9 6.

As.soon as practicable after final agreement on price, but before the award resulting from the proposal, the offeror shall, under the conditions stated in IAR.15.804-4, submit a Certificate of Current Cost or Pricing Data, b

t 7.

Headings for Submission of.Line-Item Suninaries:

g 4.

New Centracts (including Letter contracts).

. +.

Proposed Contract Proposed Contract Cost. Elements Estimate-Total Cost Estimate-Unit Cost Reference (1)

(2)

(3)

(4)

Under Column (1) - Enter 4ppropriate cost elements.

Under Coluinn (2) - Enter 'those necessary and reasonable costs that offeror's judgment in i

will properly be incurred in efficient contract j

perfonnance. ~ When any of the <osts in this column have already been incurred them on an(e.g., under.a letter contract or unpriced order), describe attached suppcrting schedule.

When preproduction or startup costs are significant or when specifically requested to do so by the Contracting Offlcer, p,rovide a full identification and explanation of them.

Under Column (3) - Optional, unless required by the Contracting Officer.

~Under Coluart (4)

_ Identify the attachment in which the infonnation

.s.upporting the specific cost element may be found.

P49es as necessary.

Attach separate w,-y

-6m'?

W

--~-~~

~~~ ~ ~ ~~~

s w

8.

Change Orders (modifications).

Cost Of Estimated Deleted

. Cost of Alf biork Cost Work Already het Cost To Cost Of Net Cost Of Elements Deleted Performed Se Deleted nibrk Added Change Reference 1

(1)

(2)

(3)

(4)

(5)

(6)

(7)

\\

Under Column ()} - (nter appropriate cost elements.

have been to complete deleted work not yet perfo 4

j 1

]

of deleted wort already performed.

1 i

Under Column (3) - Inc) de the tacurred cost of deleted work already 4

i perferved, actsally computed if

possible, or estimated in the Centractor's accovnting records.

Attach a detailed inventory r,f work, ma terf4,

parts, conponeerts, and hardware already purchased, manufactured, or perferned and deleted by the change, indicating the i

cost W proposed dfsposittom of each line item. Also, if offeror desires to retafa these items or any portion of them, indicate the amount effered for them. Under Coluso (4) - Enter the net cost to be deleted which is estimated cost pf a11 deleted work less the cost of deleted work alread performed. Colemn (2) less Column (3) = Column (4). Under Column (5). Enter the offeror's estimate for cost of w by the change. When nonrecarring costs are significant, or when specifically requested to do so by the Contracting Officer, provide full identiffcation and explanation of them. 1 Under Colunn (6) - Enter the met cost of change which is the cost of port added, less the net cost to be deleted, nihen this result is megative, place the amount in parentheses. Colunn (4) less Column (5) = toisen (6). Under Column (7) - Identby the attachment in which the -information supporting the specific cost eleserrt may be found. Attach separate pages as accessary. I e ._..,.--.,,,,,.n -v,, -.n

~ c-c. t ~ C. Price Revision / Redetermination i hu4er of Number of Redetermina-Units Units lo Be Contract tion Proposal Cutoff Date Coinpleted Completed Amount Amount Difference (1) (2) (3) (4) (5) (6) i Incurred ]ncurred Incurred Cost-Cost-Cost-Total Estimated Cost Preproduc-Completed Work In Incurred Cost To Estimated Elements tion Units Process Cost Complete Total Cost Rgference (7) (8) .(9) (10) (11) (12) (13) (14) 'brIder Column (1) - Enter the cutoff date required by the contract, if a'p' licable. p ~ Urtder Column (2) - Entei the nuder of units completed during the period for which experienced costs of production are being sub'mitted. ~ Under Column (3) - Enter the nunter of units remaining to be completed under the contract. Under Column (4) - Enter the cumulative contract amount. Under Column (5) - Enter the offeror's, redetermination proposal amount. Under Column (6) - Enter the difference'between the contract am redetermination proposal amount. When this result is negative, place the amount in parenthesis. Column (4) less Column (5) = Column (6). I Under Column (7) - Enter appropriate cost elements. When residual inventory exists, ' the final costs. established under fixed-price-redeterminable arrangements should be netfixed-price-incentive and of the fair market value of such inventory. In support of subcontract costs, submit a listing of all subcontracts subject to repricing action, annotated as to their i status. ~ Under Column (8) - Enter all costs incurred under the contract b starting production and other nonrecurring costs (usually referred to as startup costs) from offferor's books and records as of the cutoff date. These include such costs. as training ; program,preproduction engineering, special plant rearrangement, such as initial rework, spoilage, pilot runs, etc.and any identifiable nonrecurrin j In the event the amounts are not segregated in or otherwise available from offeror's records, enter in this column of feror's best estimates. Explain the basis for each estimate and how the costs are charged on offeror's accounting records t

'}. (e.g., inciuded in productico costs as direct engineering labor, charged to snaqfacturing everhead, etc.). i Also how the costs enould be allocated to the i armits at their various states of centract completion, l tinder Columns (9) and (10) - Enter in Colmn (9) the production costs from offeror's books and records (exclusive Column (8) of the units completed as o reproduction costs reported in cutoff date. Enter in Column (10) the costs of work in process as determined from offeror's records or inventories at the putoff date. When the amounts for work in process are not available in Contractor's records but reliable estirates for them can be made, enter the estimated amounts in Column (10) and enter in Column (9) the dif ferences between the total incurred costs (exclusive of preproduction costs) as of the cutoff date and these estimates. Explain the basis for the estimates, including identification of any provision for experienced or anticipated allowances, such as shrinkege, rewort, design changes, etc. Fernsth experienced unit or let costs (or labor hours) from inceptiod of .t i+ contract to the cutoff date, improvement curves, and any other availIble ? production cost history pertaining to the item (s) to which offeror's proposal relates, Under Column (11) - Enter total incurred costs (Total of Columns (8), (9), l and(10)). t 4foder Column (12) - Enter those necessary and reasonable costs that in Centractor's judgment will properly be focurred in completing the remaining work to t>e performed under the contract with respect to the item (s) to which Contractor's proposal relates. Under Column (13) - Enter total estimated cost (Total of Columns (11) an U2)). ilader Column (14) Identify the attachment in which the inforra tion supporting the ppecific cost element may be found. Attach separate pages as necessa ry. . - -.}}