ML20210E419

From kanterella
Jump to navigation Jump to search
Mod 2 to Contract NRC-04-98-045
ML20210E419
Person / Time
Issue date: 07/21/1999
From: Dunn P, Mace M
NRC OFFICE OF ADMINISTRATION (ADM), PURDUE RESEARCH FOUNDATION
To:
References
CON-FIN-W-6698, CON-NRC-04-98-045 NUDOCS 9907280217
Download: ML20210E419 (5)


Text

.

b CD

'^

AMENDMENT OF SOLICITATI::N/ MODIFICATION OF CONTRACT ' 'E, ' C99

" ^ 15 1 f

2

2. AMENDMENT / MODIFICATION NO. 3 EFFECTIVE DATE 4. REOutSITION/ PURCHASE REO. NO 5 PROJECT NO. Of apphcatdel TNo t r p_g_ggg
6. ISSUED BY 7. ADMINISTERED BY uf other than item 61 U.S. Nuclear Regulatory Consnission Division of Contracts and Property Mgt.

Attn: Sharlene McCubbin T-7 I-2 Contract Management Branch No. 1 W:shington DC 20555

8. NAME AND ADDRESS OF CONTRACTOR (No., street, county. State and ZIP Codel IX) 9A. AMENDMENT OF SOLICITATION NO Purdue ReserCh Foundation se DATED <sEE ITEu s ti ATTN: Ms. Edle Doland Sponsored Proram Services 38 Hovde Hall 10A. MODIFICATION OF CONTRACT 10RDER NO West Lafayette, IN 47907-1063 Con # NRC-04-98-045 108. DATED (SEE ITE'M 131 CODE X

! FACILITY CODE 07 28-1998

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in item 14. The hour and date specified for receipt of Offers is extended. Cis not extended.

Off:rs must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:

(a) By completing items 8 and 15, and returning copies of the amendment; (b) By acknowledging receipt of this amendment of each copy of the offtr submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numDers. FAILURE OF YOUR AC-KNOWLEDGMENT TO BE RECElVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by tilegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour rnd date specified.

12. ACCouNTNG AND AWROPRIATION DATA pf requssed)

APPNt 31X0200.960 BER: 96015110105 BOC: 252A JCN W6698 Obligate: 542.000

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS / ORDERS, IT MODIFIES THE CONTRACT / ORDER NO. AS DESCRIBED IN ITEM 14.

(X) A. THl$ CHANGE ORDER IS ISSutD PURSUANT TO: ISpecafy authontyl THE CHANGES SET FORTH IN ITEM 14 ARE MADE N THE CONTRACT ORDER NO. IN ITEM 10A B THE AaQVE NUMBERED CONTRACT / ORDER 15 MoDiF4ED TO REFLECT THE ADMINISTRATIVE CHANGES tauch as changes m paymg office, appropnanon date, etc.)

SET FORTH IN ITEM 14. PuR5uANT TO THE AUTHORITY OF FAR 43.1c3(bL C. THis SUPPLEMENTAL AGREEMENT l$ ENTERED INTO PURSUANT To AUTHOmTY OF: j D OTHER (Specify two of modihcahon and auttentVI Mutual Agreement of Parties j

x 1 E. IMPORTANT: contractor O is not, x is required to sign this document anri return tNo copies to the issuing office.

I

14. DESCMmON OF AMENDMENTIMODIFICATION IOrganued ley UCF secnon headmos. includmg soke" tat on/ contract subsect matter where fessble.)

ModiflCatton follows on the attached page.

I g.na5R u 4 nbi j

\

Except sa provided heran, all terms and conditions of the document referenced en item aA er 10A as heretofore changed, ramens unchanged and m full force and effect 16A NAME AN TITLE OF slGNER IType se pnnu A A AND TITLE OF CONTRACTING OFFICER ff ype or pnnti a . Nace Lr- ,

C tr cti of Cer 16e CONTRACTORIOFFEROR 16C. DATE SIGNED hl (M ITED if @ Cg i

t i St ED

' PMor Er Dun

~

g

'e (Signature o Contractmg Othcori j

""^"""""""

9907200217 990721 PDR CONTR NRC-04-98-045 PDR j

[L. .

NRC-04 98-045 g Modification No. 2 Page 2 of 2 The purpose of this modification is to: 1) revise Section C to add Tasks 1(a),2(a) and modify Task 4, and Section F.4 in accordance with the attached modification to the Statement of Work,

2) revise section B.3 Consideration and Obligation to reflect a downward adjustment in the estimated costs for the remaining option years,3) provide incremental funding in the amount of l $42,000, and 4) change section F.6 Place of Delivery Reports and Section G.1 Project Officer l Authority. Accordingly the contract is modified as follows:

l

1. See attached Modification to the Statement of Work for Section C, Task 1(a) and 2(a),

Task 4, and Section F.4.

l

! 2. Subsection B.3 - Consideration and Oblication -- Cost Reimbursement, is hereby deleted j in its entirety and the following is substituted in lieu thereof the following:

"B.3 Consideration and Oblication - Cost Reimbursement (a) The total estimated amount of this contract (ceiling) for the basic contract and first option year is $545,072.00.

l (b) Option Year 1 is hereby exercised at a total estimated cost to the Government of

$242,000.00.

1 (c) The total estimated cost to the Government for option year two is $245,503.

(d) The total estimated cost to the Govemment for option year three is $251,452.

l (e) The total estimated cost to the Government for option year four is $260,122.

I (f) The amount obligated by the Govemment with respect to this contract is

$545,072."

The amount being obligated for this modification is $42,000.

3.

)

4. Under Subsection F.6, Place of Delivery Reports, and Subsection G.1 Project Officer l Authority, delete Project Officer Name " Jim Han" and replace with " Michael Rubin" as i follows:

Michael B. Rubin Mail Stop T-10E46 U. S. Nuclear Regulatory Commission l Telephone (301) 415-6769 All other terms and conditions remain unchanged.

t A summary of obligations under this contract is as follows:

Total obligations for FY 1998 $303,072 Total obligations for FY 1999 $242,000 Total obligations under this contract $545,072

m

/

MODIFICATION TO STATEMENTDF WORK FOR RES-98-045 TITLE: PUMA INTEGRAL TEST FACILITY Section C is hereby modified to add Tasks 1 (a),2 (a), and modify Task 4, item N, and Section F.4 as described below.

Task 1(a) Additional Separate-Effects Tests Option Year 1 The contractor shall perform and analyze additional separate-effects tests providing low-pressure data for single-phase and two-phase critical mass flow rates, which are needed for model development and code assessment. Four kinds of critical flow tests should be considered: (1) two-phase critical mass flow rates for a steam / water mixture at various pressures (150 psia or less) and qualities measured upstream of the critical flow location (2) air-water critical mass flow rates at various pressures (150 psia or less) and qualities measured upstream of the critical flow location, (3) liquid critical mass flow rates for water at various subcooled temperatures, and (4) a few single-phase steam critical flow rates to compare with the well-known break flow equation (derived for an isentropic process). Critical flow is located either at the t!,roat of a nozzle or an orifice.

Since the purpose of this task is to provide valuable data for code model improvements, the contractor should identify models in exi. sting codes, such as TRAC-M and RELAPS, and ensure that the tests will produce data needed to assess and improve these models.

Prepare a final report summarizing and analyzing the test data. This report should include:

(1) a state-of-the-art survey of all low-pressure critical flow data available in the open literature including PUMA data, (2) a description of PUMA components (e.g., RPV, drywell, and connecting piping) and instrumentation involved in the tests, (3) detailed figures showing the exact location of each instrument, (4) mercurement uncertainty of each instrument, (5) test conditions such as pressure, temperature, gas quality, and mass flow rate, (6) comparison between PUMA data and code models, and (7) conclusions and recommendations for model improvement.

The NRC and the contractor shall meet to jointly determine the number of tests and any piping modifications and instrument rekt.ations that are needed to perform the tests. It is estimated that 15 tests will be performed by Decamber 31,1999.

Task 1(a) should be completed by December 31,1999.

1

m Task 2 (a). REPLACEMENT OF CRACKED REAC' TOR PRESSURE VESSEL The contractor shall replace the cracked reactor pressure vessel (RPV) with a new vessel, which shall meet the ASME Boiler and Pressure Vessel Code. The contractor shall modify the flanged joint between the drywell and wetwell to allow insertion of an isolation disk, which prevents dryweli gas from entering the wetwell. The isolation disk will be used in some separate-effects tests for which the wetwell is not needed (e.g., determining the critical mass flow rates or non-condensible gas distributions in the drywell).

Task 2 (a) should be completed by July 31,1999.

Task 4, " Option Year Testing

  • is hereby deleted in its entirety and replaced with the following:

Task 4. OPTION YEARS (Two, Three and Four)

The contractor shall perform additional testing during the remaining option years. Tests under consideration for the option years include the following: '

(1) Option Year 2 - non-condensible distributions in the drywell test involving steam, air, and j helium (lighter than an as a hydrogen gas simulant). Estimated number of tests: 20.

1 (2) Option Year 3 - counterpart tests for a few main steam line break tests performed in the PANDA test facility in Switzerland. Estimated number of test: 5.

l (3) Option Year 4 - integral-effects tests for which the reactor coolant system (RCS) phenomena are coupled with the containment phenomena. Estimated number of tests: 8.

j Although the estimated number of tests are stated, the NRC and the contractor personnel shall meet to discuss the number of tests and any pipin0 modifications and instrument relocations that are needed to perform the tests prior to exercise of the next option year.

{

Approximately three months prior to the conclusion of this contract, the NRC will review test data ,

generated and funding allocation to determine whether to exercise an additional option year under the contract.

l i

2 I

. o MEETINGS AND TRAVEL, item IV, is hereby delet5d in its entirety and replaced with the following:

MEETINGS AND TRAVEL The contractor should plan to attend two meetings a year in Washington, D.C. for contract review, ACRS meetings, and the Water Reactor Safety Information Meeting. For planning purposes, each meeting may be attended by up to two people from the contractor organization for a duration of two days. Also for planning purposes, the contractor may attend one additional technical meeting at other locations, sponsored by ASME, ANS, or ACRS; each meeting may be attended by up to two people for a duration of three days. Prior approval from the NRC Project Officer is needed for any domestic or foreign travel. For foreign travel, the contractor must also submit an NRC Form 445 to the NRC for approval at least 60 days prior to the travel date.

REPORTING REQUIREMENTS AND DELIVERABLES Task 4 of Section F.4,

  • Reporting Requirements and Deliverables,"is deleted in its entirety and replaced with the following:

Task 4: For each option year, ie.' pare at least one report to summarize and analyze test data collected that year. This report should include: (1) a description of the PUMA teot facility with focus on the components and instrumentation relevant to the tests, (2) the figures showing the exact location of each instrument, (3) measurement uncertainty of each instrument, (4) a description of the tests and the initial test conditions, (5) important phenomena observed in the tests, (6) code models for which improvements can be made using data obtained for task 1(a),

(7) figures, tables, or correlations to present the data that ar , seded for code model improvements, and (8) conclusions and recommendatio-LEVEL OF EFFORT The level of effort is estimated to be 24 staff-months for the first option year and also for each additional option year pending the availability of future funding.

TECHNICAL DIRECTION The NRC Project Officer is Michael B. Rubin, U.S. Nuclear Regulatory Commission, Washington, D.C. 20555, Mail Stop T-10E46; Telephone: (301) 415-6769.

3